HomeMy WebLinkAbout4.643 Original Contractti
Contract Title: ]anitorial Services — PW Facilities, Project Number: PW -10 -005
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
( "CITY ") AND A -1 Performance Inc, ( "CONTRACTOR ").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
❑ All work under this Contract is to be completed by this date:
All work under this Contract is to be completed days from the Notice to Proceed. No work
is to be performed prior to written Notice to Proceed by the City.
The performance period under this Contract commences Mav 1. 2010 calendar days after
contract award and ends March 2011. Upon 30 days written advance notice, the contract may
be extended at the option of the City for each of 2 additional one year periods.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
A
City of Port Angeles
Public Works & Utilities Dept.
Operations Office
1703 South B Street
Port Angeles WA 98362
Tel: 360- 417 -4541
Fax: 360-452-4972
Building Service Maintenance Contract
❑ Request for Quotation
® Contract
Time and material, not to exceed: $
Time and actual expenses incurred, not to exceed: $
Unit prices set forth in the Contractor's bid or quote, not to exceed: $
Firm Fixed Price for the base performance period of 1 4.582.50 with a maximum potential value if
both option years are awarded of: $ 15.035.45 .
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described 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 materials 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 period of three (3) years after final payment. Copies shall be made available
to the City upon request.
PW -10 -005 Page 1
Rev. 2/9/2010
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of
the Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes.
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the
work, all necessary safeguards for the protection of workers and the public and shall post danger signs
warning against known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting 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 within seven (7) days of mailing notice of discovery thereof by City and shall complete
such work within 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, in 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 including
consequential damages suffered by the City resulting from defects in the Contractors work including, but
not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of
engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any
and all claims which may be made against the City as a result of any defective work and the Contractor
shall defend any such claims at its own expense. Where materials or procedures are not specified in the
Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate
selections.
D. Nondiscrimination /Affirmative Action. Contractor agrees not to discriminate against any employee or
applicant for employment or any other persons in the performance of this Contract because of race, creed,
color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by
federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees
to post in conspicuous places, available to employees and applicants for employment, notices to be
provided by Contractor setting forth the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work
or services required by the Contractor under this Contract, shall be considered employees of the Contractor
only and not of the City. Any and all claims that may 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 herein, 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, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A"
and final payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon
PW -10 -005
Page 2 Rev. 2/9/2M
and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the
Contractor, upon the occurrence of any one 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 fails to complete the work required herein.
4. Contractor fails 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.
PW -10 -005
Page 3 Rev. 2/9/2010
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. PREVAILING 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 PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though
fully set forth 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 an 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.
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.
PW -10 -005 Page 4
Rcv. 2/9/2010
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.
19. SUBCONTRACTOR' RESPONSIBILITY
A. 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.
B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets
the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter
18.27 RCW;
- Have a current state unified business identifier number;
- If applicable, have:
• Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
• An employment security department number as required in Tile 50 RCW; and
• A state excise tax registration number as required in Tile 82 RCW;
• An electrical contractor license, if required by Chapter 19.28 RCW;
• An elevator contract license, if required by Chapter 70.87 RCW.
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
PW -10 -005 Page 5
Rev. 2/9/2010
IN WITNESS WHEREOF, the parties have executed this Contract as of p , 2010.
CONTRACTOR CITY OF PORT ANGELES
By:
A- [ Pe. ,i w► Calet ce. 2v► c.
Printed Name: . he,Lt� cra ��,
Title: MahGG er
Address: PO gax 712.
City: C_Q,$rv. r��[3 4 ) +S
Tax ID #: � — I7752iQ 7
Phone Number: ?(0b S3Z O S °
PW Page 6
By
` l
Printed Name:
Title:
kly
Purchase Order #:Issued Monthly
Rev. 2/9/2010
City of Port Angeles
Operations Office
Public Works and Utilities Department
366 - 417 -4541
ATTACHMENT "A"
WORK BY CONTRACTOR
1, The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the janitorial and maintenance services described below for the following City buildings and
facilities:
• Cite Corporation Yard, Building A.
17 and B Street
• City Service Garage
17th and B Street
• City Light Operations Building
2007 S. 0 Street
2. Site Point of Contacts:
Operations: Lucy Hanley, Contract Specialist, 360 -417 -4541
3. Work Tasks:
Contractor understands and hereby agrees that the Work Tasks set forth below consist of the minirnum
amount of services required to be performed on a regular basis and that inclement weather, periods of
increased City activity, and unusual or extraordinary circumstances may require additional work to be
performed in the normal course of keeping the City buildings to be serviced clean, sanitary, orderly and
safe.
One time per week services and cleaning:
• All trash emptied and waste baskets / liners replaced
• Sweep and / or dust mop all hard floor surfaces
Vacuum clean all carpeted floors
Clean and sanitize kitchen and / or break room counters, drinking fountains, sinks, toilets,
plumbing fixtures, and urinals.
Wet mop restroom floors
Other weekly services as needed:
Refill all towel, soap and paper dispensers
Dust all office furniture, equipment, appliances and fixtures
Dust all ledges, sills and other flat surfaces within 8' off the floor
Clean any obviously soiled or marked surface, including mirrors and door glass
Wet mop kitchen / break room floors (minimum weekly)
Clear cobwebs
Weekly services:
PW -10 -005
Page 7
Rev. 2/9/2010
Clean and wipe down all counters, phones, cabinets and desks, if cleared of all paperwork
• Clean door and entryway glass and all mirrors
• Wet mop and hard surface floors, other then restrooms and kitchen / break rooms
Monthly services:
- Clean all window glass 10' from ground inside and out
Dust and clean all ledges, grates, and other flat surfaces above 8' from the floor
Wash down plastic floor mats
Polish desks, counters, cabinets, chairs, bookcases and picture frames
3. Inventory of Facilities and Appurtenances
CORPORATION YARD, BUILDING A
17 and B STREET
Lunchroom/Common Area
790 sq. ft. concrete floor
1 formica counter, 21 sq. ft.
1 round table
1 stainless steel sink
2 windows, total 11 sq. ft.
2 large waste basket
1 recycle waste container
Ladies Restroom
47 sq. ft. concrete floor
1 sink
1 commode
1 shower stall
1 mirror, 6 sq. ft.
1 waste basket
Men's Restroom
476 sq. ft. concrete floor
2 sinks
4 commodes
4 urinals
1 shower area with four heads
1 mirror, 6 sq. ft.
6 windows, total 48 sq. ft.
2 large waste baskets
Training Room
504 sq. ft. carpet
1 table, 62 sq. ft.
1 waste basket
Solid Waste Supply Room
80 sq. ft. concrete floor
1 waste basket
PW -10 -005 Page 8
Rev. 2/9/2010
SERVICE GARAGE
17 and B STREET
PW -10 -005
Copy Room
32 sq. ft. carpet
1 waste basket
1 recycle waste container
Office, total 2
281 sq. ft. carpet
2 windows, 10 sq. ft.
2 waste baskets
2 recycle waste containers
Office, total 1
181.25 sq. ft. vinyl floor
4 windows
2 waste baskets
1 recycle waste container
Lunch Room
189 sq. ft. vinyl floor
1 counter, 6 sq. ft.
1 table
1 sink
1 window, 12 sq. ft.
1 waste basket
1 recycle waste container
Restroom, total 2
98 sq. ft. vinyl floor
2 sinks
2 toilets
1 urinal
1 window, 6 sq. ft.
2 mirrors, 8 sq. ft.
2 waste baskets
LIGHT OPERATIONS BUILDING
2007 S. 0 Street
Meter Room/Substation Maintenance Room
480 sq. ft. vinyl floor
3 windows, total 57 sq. ft.
1 sink
2 waste baskets
Page 9 Rev. 2/9/2010
Kitchen
100 sq. ft. carpeted floor
1 window, 15 sq. ft.
10 sq. ft. counter
1 sink
1 waste basket
Hallway
30 sq. ft. concrete floor
Dry Room
156 sq. ft. vinyl floor
1 window, 20 sq. ft.
1 waste basket
Foreman's Office
225 Sq. ft. vinyl floor
3 waste baskets
Line Room
360 sq. ft. vinyl floor
1 large waste basket
Ladies Restroom & Shower Room
240 sq. ft. vinyl floor
1 counter, 4 sq. ft.
1 commode
2 sinks
1 shower
1 waste basket
Men's Restroom
208 sq. ft. vinyl floor
1 counter, 8 sq. ft.
1 commode
2 urinals
2 sinks
1 shower
1 mirror, 15 sq. ft.
2 waste baskets
Admin. Office/ Reception
216 sq. ft. carpeted floor
1 window / 1 glass door, 18 sq. ft.
1 waste basket
Manager's Office
225 sq. ft carpeted floor
2 window, 15 sq. ft.
1 waste basket
PW -10 -005 Page 10
Rev. 2/9/2010
Dispatch Office
324 sq. ft. carpeted floor
2 windows, 30 sq. ft.
1 waste basket
4. Other Requirements.
a. Contractor shall be responsible for correcting employee complaints that are within the scope of
services to be provided in the Janitorial Service Statement of Work.
b. Contractor shall be responsible for reporting plumbing leaks, equipment malfunctions, etc., as
these are detected.
c. Contractor shall ensure that doors, entranceways and gates are securely locked during and after
services are performed.
d. All services are to be scheduled in such a manner as to minimize disruptions of City employees.
e. Contractor shall provide adequate supervision for its employees, as determined by the City.
f. Contractor shall notify the City's contracting agent or designee of the need for furnished supply's
at least five (5) days prior to when supplies will be needed.
5. Materials and Equipment. The Contractor will supply cleaning supplies and equipment. Expendable
paper products, trash can liners, soap/sanitizers and deodorizers will be supplied by the City.
6. Modification. The City may give notice to Contractor of the City's intention to renegotiate the
agreement, including but not limited to the inclusion of additional facilities to be cleaned and maintained.
Such notice to renegotiate shall cover such terms of the agreement as the City may prescribe within the
notice to renegotiate, but shall include compensation to be paid to Contractor for additional duties or the
cleaning of additional facilities not listed herein. Failure of the City and Contractor to reach agreement
within ninety (90) days of the notice to renegotiate shall terminate this agreement. This agreement may only
be modified by written agreement of parties.
7. Subminimum Wale for Groun Supported Employment. If this contract is awarded to a contractor
using group supported employment for adults with disabilities for the work on this contract, the
following applies. A certificate from the U.S. Federal Government will be required to be included with
the quote showing that the Contractor is in the program for group supported employment. In addition,
an Intent and Affidavit of Prevailing Wages will be required to be filed with the Washington State,
Department of Labor and Industries, to pay subminimum or sub - prevailing wages.
8. Payment.
PW -10 -005
Page 11 Rev. 2/9/2010
City of Port Angeles
Operations Office
Public Works and Utilities Department
360 - 417 -4541
Insurance Requirements:
1. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
ATTACHMENT B
INSURANCE
The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the
Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the
City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the
Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
a. Automobile Liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing
equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability
coverage.
b. Commercial General Liability_ insurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop gap liability, independent contractors, products -
completed operations, personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per
Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of
the Commercial General Liability insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under the Contractor's
Commercial General Liability insurance policy with respect to the work performed for the City using
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured - Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
c. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
2. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
a. Automobile Liability insurance with a minimum combined single limit for bodily injury and property
damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations
aggregate limit.
3. Other Insurance Provisions
PW -10 -005 Page 12
Rev. 2/9/2010
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
a. The Contractor's insurance coverage shall be primary insurance 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 mail, 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 Toss 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.
PW -10-005 Page 13
Rev. 2/9/2010
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417 -4541
PW -10 -005
ATTACHMENT "C"
PREVAILING WAGE RATES
See attached listing:
1. Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, effective 03/03/2010.
2. Washington State Prevailing Wage Rates For Public Works Contracts - Apprentices, Clallam County,
effective 03/03/2010.
Page 14 Rev. 2/9/2010
Classification
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902 -5335
PO Box44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Coda Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $40.03 11 5D
BOILERMAKERS
JOURNEY LEVEL $56.53 1C 5N
BRICK MASON
BRICK AND BLOCK FINISHER $39.49 1M 5A
JOURNEY LEVEL $46.35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8.55 1
SHAMPOOER $8.97 1
WAXER $8.97 1
WINDOW CLEANER $13.22 1
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67 1
CARPENTERS
ACOUSTICAL WORKER $48.60 1H 5D
BRIDGE, DOCK AND WARE CARPENTERS $48.47 1H 5D
CARPENTER $48.47 1H 5D
CREOSOTED MATERIAL $48.57 1H 50
DRYWALL APPLICATOR $48.74 1H 50
FLOOR FINISHER $48 60 11 53
FLOOR LAYER $48.60 1H 50
FLOOR SANDER $48.60 1H 5D
MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48,67 1H 5D
SAWFILER $48.60 1H 5D
SHINGLER $48.60 11 5D
STATIONARY POWER SAW OPERATOR $48.60 1H 50
STATIONARY WOODWORKING TOOLS $48.60 1H 50
CEMENT MASONS
JOURNEY LEVEL $40.03 1H 5D
DIVERS & TENDERS
DIVER $100.28 1m 5D 8A
DIVER ON STANDBY $56.88 1M 50
DIVER TENDER $52.23 1M 5D
SURFACE RCV & ROV OPERATOR $52.23 1M 5D
SURFACE RCV & ROV OPERATOR TENDER $48,85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49.57 1T 50 8L
ASSISTANT MATE (DECKHAND) $49.06 1T 50 8L
BOATMEN $49 57 1T 5D 8L
ENGINEER WELDER $49,62 1T 5D 8L
Page 1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE code ode Code
LEVERMAN, HYDRAULIC $51.19 1T 5D 8L
MAINTENANCE $49,06 1T 5D 8L
MATES $49.57 1T 5D 8L
OILER $49.19 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $48,79 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9 37 1
ELECTRICIANS - INSIDE
CABLE SPLICER $61.95 2W 5L
CABLE SPLICER (TUNNEL) $66,57 2W 5L
CERTIFIED WELDER $59,85 2W 5L
CERTIFIED WELDER (TUNNEL) $64,25 2W 5L
CONSTRUCTION STOCK PERSON $31 83 2W 5L
JOURNEY LEVEL $57.74 2W 5L
JOURNEY LEVEL (TUNNEL) $61,95 2W 5L
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 60
JOURNEY LEVEL $14.69 2A 60
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER $59.79 4A 5A
CERTIFIED LINE WELDER $54,59 4A 5A
GROUNDPERSON $39.07 4A 5A
HEAD GROUNDPERSON $41.22 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A
JACKHAMMER OPERATOR $41.22 4A 5A
JOURNEY LEVEL LINEPERSON $64 59 4A 5A
LINE EQUIPMENT OPERATOR $46.32 4A 5A
POLE SPRAYER $54.59 4A 5A
POWDERPERSON $41.22 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
MECHANIC $67.91 4A 6Q
MECHANIC IN CHARGE $73.87 4A 60
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50 1
FENCE ERECTORS
FENCE ERECTOR $9.96 1
FLAGGERS
JOURNEY LEVEL $33.93 1H 5D
GLAZIERS
JOURNEY LEVEL $48.61 1Y 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $50.28 15 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00 1
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $41.28 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
Page 2
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
*************** 1k14fY1hF1k1k1k1F1k1k************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Cade
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.24 1
INLAND BOATMEN
CAPTAIN $59.22 1
COOK $34.81 1
DECKHAND $34.52 1
ENGINEER1DECKHAND $58.62 1
MATE, LAUNCH OPERATOR $50.20 1
INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9,73 1
GROUT TRUCK OPERATOR $11.48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $8,55 1
TV TRUCK OPERATOR $10.53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20.50 1
IRONWORKERS
JOURNEY LEVEL $54.27 10 5A
LABORERS
ASPHALT RAKER $41.28 1H 5D
BALLAST REGULATOR MACHINE $40.03 1H 5D
BATCH WEIGHMAN $33.93 1H 5D
BRUSH CUTTER $40.03 1H 5D
BRUSH HOG FEEDER $40.03 1H 5D
BURNERS $40.03 1H 5D
CARPENTER TENDER $40.03 1H 50
CASSION WORKER $41.28 1H 5D
CEMENT DUMPER/PAVING $40.77 1H 5D
CEMENT FINISHER TENDER $40.03 1H 5D
CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D
CHIPPING GUN (OVER 30 LBS) $40.77 1H 50
CHIPPING GUN (UNDER 30 LBS) $40.03 1H 50
CHOKER SETTER $40.03 1H 5D
CHUCK TENDER $40.03 1H 50
CLEAN -UP LABORER $40.03 1H 50
CONCRETE DUMPER/CHUTE OPERATOR $40,77 1H 5D
CONCRETE FORM STRIPPER $40,03 IH 5D
CONCRETE SAW OPERATOR $40,77 1H 5D
CRUSHER FEEDER $33,93 1H 5D
CURING LABORER $40.03 1H 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D
DITCH DIGGER $40.03 1H 5D
DIVER $41.28 1H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 5D
DRILL OPERATOR, AIRTRAC $41.28 1H 5D
DUMPMAN $40.03 1H 50
EPDXY TECHNICIAN $40.03 1H 5D
EROSION CONTROL WORKER $4D.03 1H 50
FALLERIBUCKER, CHAIN SAW $40,77 11-1 5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 11-1 50
construction debris cleanup)
Page 3
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
FINE GRADERS $40.03 1H 5D
FIRE WATCH $33 1H 5D
FORM SETTER - $40.03 1H 5D
GABIQN BASKET BUILDER $40,03 1H 5D
GENERAL LABORER $40.03 1H 5D
GRADE CHECKER & TRANSIT PERSON $41.28 1H 5D
GRINDERS $40.03 1H 5D
GROUT MACHINE TENDER $40,03 11 5D
GUARDRAIL ERECTOR $40,03 11 50
HAZARDOUS WASTE WORKER LEVEL A $41.28 11 5D
HAZARDOUS WASTE WORKER LEVEL B $40,77 1H 50
HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 50
HIGH SCALER $41.28 1H 50
HOD CARRIER /MORTARMAN $41.28 1H 50
JACKHAMMER $40.77 1H 53
LASER BEAM OPERATOR $40 1H 5D
MANHOLE BUILDER - MUDMAN $40.77 1H 5D
MATERIAL YARDMAN $40.03 11 5D
MINER $41.28 1H 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40.77 1H 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $40.77 1H 5D
PILOT CAR $33,93 1H 5D
PIPE POT TENDER $40.77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D
PIPELAYER & CAULKER $40.77 1H 5D
PIPELAYER & CAULKER (LEAD) $41,28 1H 5D
PIPEWRAPPER $40.77 1H 5D
POT TENDER $40.03 1H 5D
POWDERMAN $41.28 1H 5D
POWDERMAN HELPER $40.43 11 5D
POWERJACKS $40.77 1H 5D
RAILROAD SPIKE PULLER (POWER) $40.77 1H 50
RE- TIMBERMAN $41.28 1H 5D
RIPRAP MAN $40.03 1H 50
RODDER $40.77 1H 50
SCAFFOLD ERECTOR $40.03 1H 50
SCALE PERSON $40.03 .1H 50
SIGNALMAN $40.03 1H 5D
SLOPER (OVER 20) $40.77 1H 5D
SLOPER SPRAYMAN $40.03 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D
SPREADER (CONCRETE) $40,77 1H 50
STAKE HOPPER $40.43 1H 50
STOCKPILER $40.43 1H 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $40.77 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $44.77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40.03 1H 5D
TOPPER - TALLER $40.03 1H SD
TRACK LABORER $40.03 1H 5D
TRACK LINER (POWER) $40.77 1H 5D
Page 4
Classification
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
TRUCK SPOTTER $40.03 1H 5D
TUGGER OPERATOR $4077 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D
VIBRATOR $40.77 1H 50
VINYL SEAMER $40.03 1H 50
WELDER $40.03 1H 5D
WELL -POINT LABORER $40.77 1H 5D
LABORERS • UNDERGROUND SEWER & WATER
GENERAL LABORER & TOPMAN $40.03 1H 50
PIPE LAYER $40,77 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12,89 1
LANDSCAPING OR PLANTING LABORERS $12.89 1
LATHERS
JOURNEY LEVEL $48.74 11-I 50
MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11,41 1
MODULAR BUILDINGS
JOURNEY LEVEL $8.55 1
PAINTERS
JOURNEY LEVEL $21.86 1
PLASTERERS
JOURNEY LEVEL $25,83 1
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.55 1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $66.44 1G 5A
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50.39 1T 5D 8P
ASSISTANT ENGINEERS $47.12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 50 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50,39 1T 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 50 8P
BACKHOE, EXCAVATOR. SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P
BARRIER MACHINE (ZIPPER) $49,90 1T 50 8P
BATCH PLANT OPERATOR, CONCRETE 549.90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P
BOBCAT (SKID STEER) $47.12 1T 5D 8P
BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P
BROOMS $47 12 1T 5D 8P
BUMP CUTTER 549.90 1T 5D 8P
CABLEWAYS 550.39 1T 5D 8P
CHIPPER $49 90 1T 50 8P
Page 5
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
************************* * * * * * * * * * * * * * ** * * * * * * * * * * * * * * ** grill*****•************* * * * * * * * * * * *** * **• * *** * * * * * * * * **
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE - Code Cody cgdg
COMPRESSORS $47.12 1T 5D 8P
CONCRETE FINISH MACHINE - LASER SCREED $47.12 1T 5D 8P
CONCRETE PUMPS $49.48 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50,39 1T 5D 8P
METERS
CONVEYORS $49.48 1T 50 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 50 8P
CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T 50 8P
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1T 50 8P
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T SD 8P
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T SD 8P
WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $47.12 1T 50 8P
CRANES, A- FRAME, OVER 10 TON $49.48 1T 50 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 50 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49 -90 1T 50 8P
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50.39 1T 50 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 1T 53 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 - 1T 53 SP
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D SP
CRUSHERS $49.90 IT 5D BP
DECK ENGINEER /DECK WINCHES (POWER) $49.90 1T 53 SP
DERRICK, BUILDING $50.39 1T 50 8P
DOZER, QUAD 9, 0-10, AND HD -41 $50.39 1T 5D BP
DOZERS, D -9 & UNDER $49.45 1T 5D BP
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 1T 5D BP
DRILLING MACHINE $49.90 1T 50 8P
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47,12 1T 50 8P
EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 50 8P
FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 50 8P
FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P
GRADE ENGINEER $49.90 1T 50 8P
GRADECHECKER AND STAKEMAN $47.12 1T 53 SP
GUARDRAIL PUNCH $49,90 1T 5D BP
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D SP
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 IT 5D 8P
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D SP
HYDRALIFTSIBQOM TRUCKS (10 TON & UNDER) $47.12 1T 5D 8P
HYDRALIFTSIBOQM TRUCKS (OVER 10 TON) $49 48 1T 5D SP
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 50 BP
LOADERS, OVERHEAD (8 YD & OVER) $50 94 1T 50 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 IT 50 BP
LOCOMOTIVES, ALL $49.90 IT 5D 8P
MECHANICS, ALL $50.94 . IT 50 8P
MIXERS, ASPHALT PLANT $49 90 1T 50 8P
MOTOR PATROL GRADER (FINISHING) $60.39 1T 50 8P
Page 6
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code ode Code
MOTOR PATROL GRADER (NON- FINISHING) $49.48 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47.12 1T 5D 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $49.48 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P
POWER PLANT $47.12 1T 50 8P
PUMPS, WATER $47.12 1T 5D 8P
QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $47.12 1T 5D 8P
ROLLAGON $50.39 1T 5D 8P
ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P
ROTO -MILL, ROTO- GRINDER $49.90 1T 5D 8P
SAWS, CONCRETE $49.48 1T 5D 8P
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 50 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 50 8P
SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 1T 5D 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47.12 1T 5D 8P
SLIPFORM PAVERS $50.39 1T 5D 8P
SPREADER, TOPSIDER & SCREEDMAN $50.39 1T 5D 8P
SUBGRADE TRIMMER $49.90 1T 5D 8P
TOWER BUCKET ELEVATORS $49.48 1T 5D 8P
TRACTORS, (75 HP & UNDER) $49.48 1T 5D 8P
TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P
TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 50 8P
TRENCHING MACHINES $49.48 1T 5D 8P
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49.48 1T 5D 8P
TRUCK CRANE OILER /DRIVER (100 TON & OVER) $49.90 1T 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P
WELDER $50.39 1T 5D 8P
WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P
YO YO PAY DOZER $49.90 1T 5D 8P
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $40.79 4A 5A
SPRAY PERSON $38.73 4A 5A
TREE EQUIPMENT OPERATOR $39.25 4A 5A
TREE TRIMMER $36.50 4A 5A
TREE TRIMMER GROUNDPERSON $27.55 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
RESIDENTIAL BRICK MASON
JOURNEY LEVEL $46.35 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85 1
Page 7
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25.63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18.00 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27.78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $20.05 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9.86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $17.76 1
RESIDENTIAL MARBLE SETTERS
JOURNEY LEVEL $46.35 1M 5A
RESIDENTIAL PAINTERS
JOURNEY LEVEL $20.00 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $14.60 1
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $62.56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $21.82 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67 1
RESIDENTIAL STONE MASONS
JOURNEY LEVEL $46.35 1M 5A
RESIDENTIAL TERRAZZO WORKERS
JOURNEY LEVEL $8.55 1
RESIDENTIAL TERRAZZO /TILE FINISHERS
JOURNEY LEVEL $8.55 1
RESIDENTIAL TILE SETTERS
JOURNEY LEVEL $18.29 1
ROOFERS
JOURNEY LEVEL $29.05 1
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $59.32 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32.56 1H 6W
HEAT & FROST INSULATOR $50.28 1S 5J
LABORER $12.16 1
MACHINIST $17.16 1
SHIPFITTER $14.66 1
WELDER /BURNER $14.66 1
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29 1
SIGN MAKERS & INSTALLERS (NON ELECTRICAL)
JOURNEY LEVEL $12.15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $39.19 2X 5A
Page 8
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Cade Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Cade Code
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $22.59 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
STONE MASONS
JOURNEY LEVEL $46.35 1M 5A
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL $16.00 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34.09 1E 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $32.27 2B 5A
HOLE DIGGER /GROUND PERSON $18.10 28 5A
INSTALLER(REPAIRER) $30,94 26 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30,02 2B 5A
SPECIAL APPARATUS INSTALLER I $32,27 26 5A
SPECIAL APPARATUS INSTALLER II $31.62 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A
TELEVISION GROUND PERSON $17.18 2B 5A
TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A
TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A
TELEVISION TECHNICIAN $24.35 2B 5A
TREE TRIMMER $30.02 28 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45 26 1M 5A
TILE SETTERS
JOURNEY LEVEL $45.26 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $39.09 18 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $38.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $45.63 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D SL
DUMP TRUCK $20,23 1
DUMP TRUCK & TRAILER $20,23 1
OTHER TRUCKS $46,47 IT 5D $L
TRANSIT MIXER $23,73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11,60 1
OILER $9 1
WELL DRILLER $11.60 1
Page 9
Stage of Progression & Hour Range
8SBESTOS ABJ4TEMFNT WORKERS
JOURNEY LEVEL
LABORERS
1 0000 -1000 HOURS 60.00%
2 1001 -2000 HOURS 70.00%
3 2001 -3000 HOURS 80.00%
4 3001 -4000 HOURS 90.00%
BOILERMAKERS
JOURNEY LEVEL
1 0000 -1000 HOURS 70.00%
2 1001 -2000 HOURS 75.00%
3 2001 -3000 HOURS 80.00%
4 3001 -4000 HOURS 85.00%
5 4001 -5000 HOURS 90.00%
6 5001 -6000 HOURS 95.00%
BRICK MASON
JOURNEY LEVI:,
1 0000 -0750 HOURS 50.00%
2 0750 -2250 HOURS 55 .00%
3 2550 -3000 HOURS 60.00%
4 3000 -3750 HOURS 70 .00%
5 3750 -4500 HOURS 80.00%
6 4500 -5250 HOURS 90.00%
7 5250 -6000 HOURS 95.00%
CARPENTERS
CARPENTER
1 0000 -1000 HOURS 60.00%
2 1001 -2000 HOURS 65.00%
3 2001 -3000 HOURS 70.00%
4 3001 -4000 HOURS 75.00%
5 4001 -5000 HOURS 80.00%
6 5001 -6000 HOURS 85.00%
7 6001 -7000 HOURS 90.00%
8 7001 -8000 HOURS 95.00%
DRYWALL APPLICATOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000 -1000 HOURS 60.00%
2 1001 -2000 HOURS 65.00%
3 2001 -3000 HOURS 70.00%
4 3001 -4000 HOURS 75.00%
5 4001 -5000 HOURS 80.00%
6 5001 -6000 HOURS 85.00%
7 6001 -7000 HOURS 90.00%
8 7001 -8000 HOURS 95.00%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
313!2010
Page 1
Prevailing Overtime Holiday Note
Wage Code Code Code
$27.65 1H 50
$30.74 11-1 50
$33.84 1H 50
$36.93 1H 50
$46.30 1C 5N
$48.00 IC 5N
$49.71 1C 5N
$51.42 1C 5N
$53.12 1C 5N
$54.83 1C 5N
$28.74 1M 5A
$29.49 1M 5A
$31.21 1M 5A
$34.64 1M 5A
$38.07 1M 5A
$41.50 1M 5A
$43.22 1M 5A
$28.81 1H 50
$36.08 1 H 50
$37.85 1 H 5D
539.62 1 H 50
$41.39 1H 50
$43.16 1H 5D
544.93 1H 5D
546.70 1H 50
528.81 1H 50
$36.08 1H 50
537.85 1H 50
$39.62 1H 50
541.39 1H 5D
$43 16 1H 5D
$44 93 1H 5D
$46.70 1H 5D
Stage of Progression & Hour Range
ACOUSTICAL WOMER
1 0000 -1000 HOURS 50.00%
2 1001 -2000 HOURS 60.00%
3 2001 -3000 HOURS 68.00%
4 3001 -4000 HOURS 76 00%
5 4001 -5000 HOURS 84 00%
6 5001 -6000 HOURS 92.00%
►H1LLWRIGHTAND MACHINE ERECTORI
1 0000 -1000 HOURS 60.00%
2 1001 -2000 HOURS 65 00%
3 2001 -3000 HOURS 70.00%
4 3001 -4000 HOURS 75.00%
5 4001 -5000 HOURS 80.00%
6 5001 -6000 HOURS 85.00%
7 6001 -7000 HOURS 90.00%
8 7001 -8000 HOURS 95.00%
PILEDRIVERS DRIVING. Pik L WC. PLACING COLLARS AND _ WELDI ,
1 0000 -1000 HOURS 60.00%
2 1001 -2000 HOURS 65.00%
3 2001 -3000 HOURS 70.00%
4 3001 -4000 HOURS 75.00%
5 4001 -5000 HOURS 80.00%
6 5001 -6000 HOURS 85.00%
7 6001 -7000 HOURS 90.00%
8 7001 -8000 HOURS 95.00%
MIDGE. DOCK AND WARP CARPENTERS
1 0000 -1000 HOURS 60.00%
2 1001 -2000 HOURS 65.00%
3 2001 -3000 HOURS 70.00%
4 3001 -4000 HOURS 75.00%
5 4001 -5000 HOURS 80.00%
6 5001 -6000 HOURS 85.00%
7 6001 -7000 HOURS 90.00%
8 7001 -8000 HOURS 95.00%
CEMENT MASONS
JOURNEY LEVEL
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
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Page 2
Prevailing Overtime Holiday Note
Wage Code Code Code
$25.34 1H 50
$34.39 1H 50
$37.23 1H 5D
$40.08 1H 50
$42.92 1H 5D
$45.76 1 H 5D
$29.41 1h 5D
$36.73 1H 5D
$38.55 1H 53
$40.37 1H 5D
$42.19 1H 5D
$44.01 1H 5D
$45.83 1H 5D
$47.65 1H 53
$28.93 1H 50
$36.21 1H 5D
$37.99 1H 50
$39.77 1H 50
$41.55 1H 5D
$43.33 1H 5D
$45.11 1H 5D
$46.89 1H 50
$28.81 1H 50
$36.08 1H 5D
$37.85 1H 53
$39,62 1H 5D
$41.39 1H 5D
$43.16 1H 50
$44.93 1H 5D
$46.70 1H 53
515.48 1H 50
$18.58 1H 53
521.67 1H 50
$24.77 1H 53
527.86 1H 53
$29.41 1H 50
Stage of Progression & Hour Range
JOURNEY LEVEL
1 0000 -1000 HOURS 50.00%
2 1001 -2000 HOURS 55 00%
3 2001 -3000 HOURS 65.00%
4 3001 -4000 HOURS 75.00%
5 4001 -5000 HOURS 85.00%
6 5001 -6000 HOURS 90.00%
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000 -1000 HOURS 45.00%
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 - POWERLINE CONSTRUCTION
JOURNEY LFYFL L HNEPERSON
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 SPRAYER
1 0000 -1000 HOURS 85.70% $45.87 4A 5A
2 1001 -2000 HOURS 89.80% 547.60 4A 5A
3 2001 -3000 HOURS 92.80% 548.89 4A 5A
,ELEVAIQR CONSTRUCTORS
MECHANIC
1 0000 -1000 HOURS 50.00%
2 1001 -1700 HOURS 55.00%
3 1701 -3400 HOURS 65 00%
4 3401 -5100 HOURS 70.00%
5 5101 -6800 HOURS 80.00%
ELECTRONIC TECHNICIANS
: ■ 1 +. : ■
1 0000 -1000 HOURS 55.00%
2 1001-2000 HOURS 60.00%
3 2001 -3000 HOURS 65.00%
4 3001 -4000 HOURS 70.00%
5 4001 -5000 HOURS 75.00%
6 5001 -6000 HOURS 80.00%
7 6001 -7000 HOURS 85.00%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3!2010
Page 3
Prevailing Overtirne Holiday Note
Wage Code Code Code
$31.64 1E 5P
$33.35 1 E 5P
$36.76 1E 5P
$40.21 1E 5P
$43.64 1E 5P
$45.36 1 E 5P
526.69 2W 5L
528.80 2W 5L
535.26 2W 5L
$40.26 2W 5L
545.26 2W 5L
550.28 2W 5L
$34.76 4A 5A
536.01 4A 5A
537.77 4A 5A
539.94 4A 5A
542.51 4A 5A
$45.97 4A 5A
547.69 4A 5A
522.07 4A 6Q
545.98 4A 6Q
$50.65 4A 6Q
$52.99 4A 6Q
$57.67 4A 6Q
58.55 1
58.55 1
58.55 1
58.55 1
59.05 1
59.66 1
$10.26 1
1 0000 -0800 HOURS 60.00%
2 0801 -1500 HOURS 65.00 96
3 1601 -2400 HOURS 70.00%
4 2401 -3200 HOURS 75.00 96
5 3201 -4000 HOURS 80.00%
6 4001 -4800 HOURS 85.00%
GLAZIER$
JOURNEY LEVEL
1 0000 -1000 HOURS 50.00 96
2 1001 -2000 HOURS 55.00 96
3 2001 -3000 HOURS 60.00 96
4 3001 -4000 HOURS 65.00%
5 4001 -5000 HOURS 70.00%
6 5001 -6000 HOURS 75.00 96
7 6001 -7000 HOURS 80.00%
8 7001 -8000 HOURS 90.00%
MEAT & FROST INSULATORS AND ASBESTOS WOF#KERS
MECHANIC
1 0000 -2000 HOURS 45.00%
2 2001 -4000 HOURS 55.00%
3 4001 -6000 HOURS 65.00%
4 6001 -8000 HOURS 75.00%
5 8001 -10000 HOURS 85.00%
L CAgB,fns & MASON TENDERS
JOURNEY LEVEL
1 0000 -1000 'HOURS 60.00%
2 1001 -2000 HOURS 70.00%
3 2001 -3000 HOURS 80.00%
4 3001 -4000 HOURS 90.00%
INSULATION APPLICA TORS
JOURNEY LEVEL
1 0000 -1000 HOURS 50.00%
2 1001 -2000 HOURS 60.00%
3 2001 -3000 HOURS 75.00 96
4 3001 -4000 HOURS 90.00%
IRONWORKERS
JOURNEY LEVEL
1 0000 -0750 HOURS 65.00 %a
2 0751 -1500 HOURS 70.00%
3 1501 -2250 HOURS 75.00%
4 2251 -3000 HOURS 80.00%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
8 7001 - 8000 HOURS 95.00% $11.47 1
TELECOMMUNICATION TECHNICIAN
TELECO ijN/CATION TECHNICIA JOURNEY LEVEL
Page 4
$22.23 1E 5A
$23.71 1E 5A
$25.20 1E 5A
$26.68 1E 5A
$28.16 1E 5A
$29.64 1E 5A
$27.01 1Y 5G
$29.17 1Y 5G
$31.33 1Y 50
$33.49 1Y 50
$35.65 1Y 5G
$37.81 1Y 5G
$39.97 1Y 50
$44.29 1Y 50
$31.19 15 5J
$34.84 1S 5J
838.49 1S 5J
842.15 15 5J
$45.80 15 5J
$27.65 1H 50
$30.74 1H 50
$33.84 1H 5D
$36.93 1H 50
$10.25 1
$12.30 1
$15.38 1
$18.45 1
$30.00 10 5A
$31.83 10 5A
$45.12 10 5A
$46.95 10 5A
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
5 3001 -3750 HOURS 90.00% 550.61 10 5A
6 3751 -4500 HOURS 90.00% 550.61 10 5A
7 4501 -5250 HOURS 95.00% 552.44 10 5A
8 5251 -6000 HOURS 95.00% 552.44 10 5A
LABORER
GENERAL LABORER
1 0000 -1000 HOURS 60.00% 527.65 1H 50
2 1001 -2000 HOURS 70.00% 530.74 1H 5D
3 2001 -3000 HOURS 80.00% $33,84 1H 53
4 3001 -4000 HOURS 90,00% 536.93 1H 5D
LATHERS
JOURNEY LEVEL
1 0000 -0700 HOURS 50.00% 525.41 1H 50
2 0701 -1400 HOURS 60.00% 534.48 1H 5D
3 1401 -2100 HOURS 68.00% 537.33 1H 5D
4 2101 -2800 HOURS 76.00% 540.18 1H 5D
5 2801 -3500 HOURS 84.00% $43.03 1H 5D
6 3501 -4200 HOURS 92.00% $45.89 1H 5D
MARBLE SETTERS
yY LEVEL
1 0000 -0750 HOURS 50.00% 528.74 1M 5A
2 0750 -2250 HOURS 55.00% 529.49 1M 5A
3 2550 -3000 HOURS 60.00% $31.21 1M 5A
4 3000 -3750 HOURS 70.00% 534.64 1M 5A
5 3750 -4500 HOURS 80.00% $38.07 1M 5A
6 4500 -5250 HOURS 90.00% $41.50 1M 5A
7 5250 -6000 HOURS 95.00% $43.22 1M 5A
PLASTE
JOURNEY LEVEL
1 0000 -0500 HOURS 40.00% 510.33 1
2 0501 -1000 HOURS 45.00% 511.62 1
3 1001 -1500 HOURS 45.00 $11.62 T
4 1501 -2000 HOURS 50.00% 512.92 1
5 2001 -2500 HOURS 55.00% $14.21 1
6 2501 -3000 HOURS 60.00% $15.50 1
7 3001 -3500 HOURS 65.00% $16.79 1
8 3501 -4000 HOURS 70,00% $18.08 1
9 4001 -4500 HOURS 75.00% 519.37 1
10 4501 -5000 HOURS 80.00% $20.66 1
11 5001 -5500 HOURS 85.00% $21.96 1
12 5501 -6000 HOURS 90.0016 523.25 1
13 6001 -6500 HOURS 95.00% $24.54 1
14 6501 -7000 HOURS 95.00% 524.54 1
PLUMBERS & P!PEFITTERS
Page 5
Stage of Progression & Hour Range
JOURNEY L EVEL
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%
POWF GWUIPMENT OPERATORS
,EQUIPMENT SERVICE ENGINEER /OILERS
1
2
3
4
ALL EQUIPMENT
0000 -1000 HOURS 65.00%
1001 -2000 HOURS 70.00%
2001 -3000 HOURS 75.00%
3001 -4000 HOURS 80.00%
5 4001 -5000 HOURS 90.00%
6 5001 -6000 HOURS 95.00%
POWER LINE CLEAff NCE TREE TRIMMERS
TREE TSB
1 0000 -1000 HOURS 75.00%
2 1001 -2000 HOURS 80.00%
3 2001 -3000 HOURS 85.00%
4 3001 -4000 HOURS 90.00%
RESIDENTIAL CARPENTERS
JOURNEYLEVEL
1 1st Period 60.00%
2 2nd Period 65.00%
3 3rd Period 70.00%
4 4th Period 75.00%
5 5th Period 80.00%
6 6th Period 85 00%
7 7th Period 90.00%
8 8th Period 95.00%
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEJ
1 0000 -0900 HOURS 50.00%
2 0901 -1800 HOURS 55.00%
3 1801 -2700 HOURS 75.00%
4 2701 -4000 HOURS 85.00%
RESIDENTIAL STONE MASONS
JOURNEY LEVEL
1 0000 -0750 HOURS 50.00%
2 0750 -2250 HOURS 55.00%
3 2550 -3000 HOURS 60.00%
4 3000 -3750 HOURS 70.00%
5 3750 -4500 HOURS 80.00%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3!3/2010
Page 6
Prevailing Overtime Holiday Note
Wage Code Code Code
$36.29 1 G
848.80 1G
$52.33 1G
$54.68 1G
$59.39 1G
$37.46 1T
$39.18 1T
$40.90 1T
$42.61 1T
$46.05 IT
$47.76 1T
$28.89 4A
$30.25 4A
$31.60 4A
$32.97 4A
$10.71 1
$11.60 1
$12.50 1
$13.39 1
$14.28 1
$15.17 1
$16.07 1
$16.96 1
$13.89 1
$15.28 1
$20.84 1
$23.61 1
$28.74 1M
$29.49 1M
$31.21 1M
$34.64 1M
$38.07 1M
5A
5A
5A
5A
5A
50
50
50
50
50
50
5A
5A
5A
5A
5A
5A
5A
5A
5A
8P
8P
BP
8P
BP
8P
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
6 4500 -5250 HOURS 9000% $41.50 1M 5A
7 5250 -6000 HOURS 95.00% $43.22 1M 5A
RESIDENTIAL PLUMBERS & JPEFITTERS
JOURNEY LEVEL
1 0000 -1000 HOURS 55.00% $8.55 1
2 1001 -2000 HOURS 65.00% $9.49 1
3 2001 -4000 HOURS 75.00% 510.95 1
4 4001 -6000 HOURS 85.00% $12.41 1
SHEET METAL WORKERS
JOURNEY LEVEL !FIELD OR SHOPJ
1 0000 -2000 HOURS 45.00% $25.48 1E 6L
2 2001 -3000 HOURS 50.00% $36.69 1E 6L
3 3001 -4000 HOURS 55.00% $38.78 1E 6L
4 4001 -5000 HOURS 60.00% $40.91 1E 6L
5 5001-6000 HOURS 65.00% $43.04 1E 6L
6 6001 -7000 HOURS 70.00% $45.15 1E 6L
7 7001 -8000 HOURS 75.00% $47.28 1E 6L
8 8001 -9000 HOURS 80.00% $49.40 1E 6L
9 9001 -10000 HOURS 85.00% $51.53 1E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL
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 PROTECTION!
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000 -1000 HOURS 45.00%
2 1001 -2000 HOURS 50.00%
3 2001 -3000 HOURS 55.00%
4 3001 -4000 HOURS 60.00%
1 0000 -1000 HOURS 40.00%
2 1001 -2000 HOURS 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%
Page 7
$19.49 2X 5A
$23.20 2X 5A
$29.22 2X 5A
$30.89 2X 5A
$32.55 2X 5A
$34.20 2X 5A
$35.86 2X 5A
$37.56 2X 5A
510.17 1
511.30 1
$12.42 1
$13.55 1
$9.04 1
$10.17 1
$11.30 1
$12.42 1
$14.68 1
515.81 1
516.94 1
518.07 1
519.20 1
Stage of Progression
6 5001 -6000 HOURS
1 0000 -1000 HOURS
2 1001 -2000 HOURS
3 2001 -3000 HOURS
4 3001 -4000 HOURS
5 4001 -5000 HOURS
6 5001 -6000 HOURS
=NE MASONS
JOURNEY LEVEL,
1 0000 -0750 HOURS 50.00%
2 0750 -2250 HOURS 55.00%
3 2550 -3000 HOURS 60.00%
4 3000 -3750 HOURS 70.00%
5 3750 -4500 HOURS 80.00%
6 4500 -5250 HOURS 90.00%
7 5250 -6000 HOURS 95.00%
TERRAZZO WORKERS
JOURNEY LEVEL
1 0000 -1000 HOURS 50.00%
2 1001 -2500 HOURS 55.00%
3 2501 -3500 HOURS 60.00%
4 3501 -4500 HOURS 70.00%
5 4501 -5500 HOURS 80.00%
6 5501 -6250 HOURS 90.00%
7 6251 -7000 HOURS 95.00%
TILE. MARBLE & TERRAZZO FINISHERS
FLN!SHER
1 0000 -1000 HOURS 50.00%
2 1001 -2500 HOURS 55.00%
3 2501 -3500 HOURS 60.00%
4 3501 -4500 HOURS 70.00%
TILE SETTERS
JOURNEY LEVEL.
1 0000 -0500 HOURS 80.00%
2 0501 -1000 HOURS 60.00%
& Hour Range
90.00%
60.00%
65.00%
70.00%
75.00%
80.00%
85.00%
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 CQijJ OL STRIPERS
JOURNEY LEVEL,
PREVAILING WAGE RATES
FO R
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
313/2010
Page 8
Prevailing Overtime
Wage Code
$20.33 1
$13.55 1
$14.68 1
$15.S1 1
$16.94 1
$18.07 1
$19.20 1
$28,74 1M 5A
$29.49 1M 5A
$31.21 1M 5A
$34.64 1M 5A
$38.07 1M 5A
$41.50 1M 5A
$43 22 1M 5A
$26.86 1M 5A
$28.52 1M 5A
$30.19 1M 5A
$33.53 1M 5A
$36.87 1M 5A
$40.20 1M 5A
$41.87 1 M 5A
$26.23 1B 5A
$27.84 113 5A
$29.42 1B 5A
$32.66 113 5A
$26.86 1M 5A
$28.52 1M 5A
$30.19 1M 5A
$33.53 1M 5A
$36.87 1M 5A
$40.20 1M 5A
$41.87 1M 5A
$16.44 1K 5A
$21.86 1K 5A
Holiday Note
Code Code
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
31312010
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
3 1001 -1166 HOURS 60.00% $25.59 1K 5A
4 1167 -2333 HOURS 65.00% $27.25 1K 5A
5 2334 -3499 HOURS 75.00% $30.58 1K 5A
6 3500 -4666 HOURS 85.00% $33.91 1K 5A
7 4667 -5833 HOURS 90.00% $35.57 1K 5A
8 5834 -7000 HOURS 95.00% $37.24 1K 5A
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000 -0700 HOURS 70.00% $14.16 1
2 0701 -1400 HOURS 80.00% $16.18 1
3 1401 -2100 HOURS 90.00% $18.21 1
Page 9
The bidder hereby bids the following amounts for all work (including labor, equipment, time and
materials) required to perform the work in the Statement of Work and this package.
1. Unit Price uotation:
a. Base Period (May 1, 2010 through March 31, 2011):
F'W- 11-045
Building
(1) Corporation Yard, Building A
(2) Equipment Services Garage
(3) Light Operations Building
Building
(1) Corporation Yard, Building A
(2) Equipment Services Garage
(3) Light Operations Building
d. Total Contract Value:
6' IOS0-8£5 -036
QUOTATION FORMS
Janitorial Services — PW Facilities
PW -1O-OO5
Subtota
Subtotal
1 Qty 1 Unit 1 Unit Price
11 Month $1 2.10
11 Month $ 95; S0
11 Month $ / , 042,
Page 2
b. melon Year One (April 1, 2011 through March 31, 2012):
Building 1 Qty 1 Unit 1 Unit Price
(1) Corporation Yard, Building A 12 Month $1510, 44
(2) Equipment Services Garage 12 Month $ '"$.37
12 Month $17 07
(3) Light Operations Building
Subtotal
c. ption Year T rho (April 1, 2012 through March 31, 2013):
I_Qty 1 Unit 1 Unit Price
12 Month $ 16],3Le
12 Month $ IDf ,3 2 2.
12 Month $I`79.1-9
f_ Extended Price
$ I as
/. 00
SI Z. Go
Extended Price
$ 1 R14.
$ I I-to
$ 0 . Y
I Extended Price
$1
$.2. t
"314I 3NUW210Ad3d 1-U Wd92 =S 0102 50 -xdH
2. The bidder hereby acknowledges that it has received Addenda No(s).
(Enter "N/A" if none were issues to this Request for Quotation package.
3_ The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed to
the following address:
Contractor InformatlgII:
1. Company Name:
2. Address:
3. City, State, bp Code:
4. Phone Number:
5. Contractor Registration Number:
6. UBI Number:
7. WA State Industrial Insurance Account Number:
8. WA State Employment Security Dept Number:
9. State Excise Tax Registration Number:
The bidder represents that it is qualified and es sufficient skills and the necessary capabilities
to perform the services set fort ' this ct
Signed by
Title
Printed Name:
Date
PW- 10-005
AIWA e-r-
_Dou rir to
02/10
10
t 10S0- 8ES -09E
A -1 Per - o P va12sp
Po 9 722
Cx,sviio0o () S . w A
36 S3R- 0E61
91- 1-7g
GoP 770 - 123
'R47 it
29S32.1 009
°II- 1i792C.7
Page 3
'ONI 33NdWd0d2l3d I -
8S
Rev. 3/11/2009
Wd92 :S 0102 SO JcIEJ