HomeMy WebLinkAbout4.625D Original Contract
, . ~
City of Port Angeles
Public Works & UtIlitIes Dept
OperatIOns Office
1703 South B Street
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
LIMITED PUBLIC WORKS PROCESS
o Request for Quotation
L8J Contract
Contract Title: Culvert lIn1na Installation, Project Number. ST-09-015
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND GRECOR Construction. LLC ("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)'
o All work under thiS Contract IS to be completed by thiS date: ~
L8J 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.
o 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).
o Time and matenal, not to exceed: $_
o Time and actual expenses Incurred, not to exceed' $_
o Unit pnces set forth In the Contractor's bid or quote, not to exceed $_
L8J Firm Fixed Pnce set forth In Contractor bid or quote In the amount of $ 20.719 66
The Contractor shall do all work and furnish all tools, matenals, and equipment, In accordance
With and as descnbed In the Attachment "A".
The Contractor shall proVide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of matenals and for constructing and completing
the work proVided for In thiS contract and every part thereof, except as are mentioned In the
speCifications to be furnished by the City of Port Angeles
B The Contractor shall maintain time and expense records, which may be requested by the City The contractor
shall submit inVOices to the City for payment for work performed. All InVOices must reference the City's contract
number InVOices shall be In a format acceptable to the City
C. The City shall pay all Invoices from the Contractor by mailing a City warrant Within 30 days of receipt of a
properly completed inVOice
D. All records and accounts pertaining to thiS Contract are to be kept available for Inspections by representatives
of the City for a penod of three (3) years after final payment Copies shall be made available to the City upon
request.
Project ST-09-015
Page 1
Rev 08/26/2008
\ .
E If durmg the course of the Contract, the work rendered does not meet the requirements set forth m the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract The City shall have the right to withhold payment for such work until It meets the reqUIrements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable prOVISions of federal, state and local regulations, ordinances 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 warnmg 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 correcting all defects m workmanship and/or materials m the corrected work
for one year after acceptance of the corrections by the City The Contractor shall start work to remedy such
defects Within 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 Including consequential
damages suffered by the City resultmg from defects m the Contractors work Includmg, but not limited to, cost of
materials and labor expended by the City In makmg emergency repairs and cost of engineering, 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 dlscrlmmate 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 ordmance, except for a bona fide occupational qualification. Contractor agrees to post m conspIcuous
places, available to employees and applicants for employment, notices to be provided by Contractor settmg forth
the proVIsions of the nondlscrlmmatlon clause
E Employment Any and all employees of the Contractor, while engaged In the performance of any work or
services reqUired by the Contractor under thiS Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may 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, m whole or m part, and may result m Ineligibility 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
and finish the work by whatever methods It may deem expedient, by giving 10 days written notice to the
Contractor, upon the occurrence of anyone or more of the events hereafter specified.
Project ST -09-015
Page 2
Rev 0812612008
\ .
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 fails to make prompt payment to subcontractors for matenal or labor
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6 Contractor persistently disregards Instructions of the Contract Administrator, or otherwise
substantially Violates the terms of thiS Contract
7. The City determines that suffiCient operating funds are not available to fund completion of the work
contracted for.
C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work speCified In Attachment "A" IS satlsfactonly completed, as
scheduled, up to the date of termination. At such time, If the unpaid balance of the amount to be paid under thiS
Contract exceeds the expense Incurred by the City In finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and hiS surety shall be JOintly and severally liable therefore to the City and shall pay such difference to
the City Such expense and damages shall Include all legal costs Incurred by the City to protect the nghts and
mterests of the City under the Contract, prOVided such legal costs shall be reasonable
7. OWNERSHIP OF DOCUMENTS
A On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or
unfinished documents and matenal prepared by the Contractor With funds paid by the City under thiS Contract
shall become the property of the City and shall be forwarded to the City upon Its request
B. Any records, reports, information, data or other documents or matenals given to or prepared or assembled by
the Contractor under thiS Contract Will be kept confidential and shall not be made available to any indiVidual or
organization by the Contractor Without pnor wntten approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras anslng out of the performance of thiS Contract
must be made In wntlng to the City wlthm thirty days after the discovery of such damage, expense or loss, and In
no event later than the time of approval by the City for final payment Contractor, upon making application for
final payment, shall be deemed to have waived Its nght to claim for any other damages for which application has
not been made, unless such claim for final payment Includes notice of additional claim and fully deScribes such
claim
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Pubilc 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 mVOlces, under thiS Contract
10. HOLD HARMLESS
A The Contractor shall protect, defend, mdemnlfy and save harmless the City, Its officers, employees and agents
from any and all costs, claims, judgments or awards of damages, anslng out of or In any way resultmg from the
negligent acts or omiSSions of the Contractor. The Contractor agrees that Its obligations under thiS subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents.
For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immunity
that would otherwise be available against such claims under the mdustnallnsurance provIsion of Title 51 RCW. In
the event the City obtainS any judgment or award, and/or Incurs any cost arlsmg therefrom Includmg attorneys'
fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the
Contractor
B The City shall protect, defend, mdemnlfy and save harmless the Contractor, Its officers, employees and agents
from any and all costs, claims, judgments or awards of damages, anslng out of or m any way resulting from the
negligent acts or omissions of the City. The City agrees that Its obligations under thiS subparagraph extend to any
Project ST-09-015
Page 3
Rev 08/26/2008
\ .
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 Industnallnsurance prOVIsion of Title 51 RCW. In the
event the Contractor obtains any judgment or award, and/or Incurs any cost anslng therefrom including
attorneys' fees to enforce the prOVISions of thiS article, all such fees, expenses, and costs shall be recoverable
from 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 Industnal Statistician of the Department of Labor and Industnes 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
Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes
It IS the Contractor's responsibility to 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 authonzed 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 Industnes and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute anses as to what are the prevailing rates of wages for a speCific trade, craft or occupation
and such dispute cannot be adjusted by the parties In Interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and hiS
deCISion shall be final, conclUSive, and 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
15. INSPECTION AND REJECTION
All goods, services, work, or matenals purchased herein are subject to Inspection and to approval by the City. Any
rejection of goods, services, work, or matenals resulting because of nonconformity to the terms and speCifications
of thiS order, whether held by the City or returned, Will be at Contractor's nsk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Project ST-09-015
Page 4
Rev 08/26/2008
.
Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, duties or Interest accrUing from
this Contract without the express pnor wntten consent of the other
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times dunng the term of this Contract an mdependent contractor and not an
employee of the City
18. EXTENT OF CONTRACT IMODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and mtegrated Contract
between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either written
or oral ThiS contract may be amended, modified or added to only by wntten mstrument properly signed by both
pa rtles hereto
19. SUBCONTRACTOR RESPONSIBILITY
A The Contractor shall Include the language of thiS section m each of Its first tier subcontracts, and shall require
each of Its subcontractors to mclude substantially the same language of thiS section In each of their
subcontracts, adJustmg only as necessary the terms used for the contractmg parties. The requirements of thiS
section apply to all subcontractors regardless of tier
B. At the time of subcontract execution, the Contractor shall venfy that each of Its first tier subcontractors meets
the followmg bidder responsibility cntena:
- At the time of subcontract bid submittal, have a certificate of registration In compliance with chapter
18.27 RCW;
Have a current state unified busmess Identifier number;
If applicable, have
. Industnal msurance coverage for the subcontractor's employees workmg m Washmgton as reqUired
m TItle 51 RCW,
. An employment secunty department number as required m Tile 50 RCW, and
. A state excise tax registration number as reqUired m Tile 82 RCW,
. An electncal contractor license, If required by Chapter 19.28 RCW,
. An elevator contract license, If required by Chapter 70 87 RCW
- Not be disqualified from blddmg on any public works contract under RCW 39 06 010 or 39.12.065(3)
Project ST-09-015
Page 5
Rev 08/26/2008
IN WITNESS WHEREOF, the parties have executed this Contract as of ~' 2009
CONTRACTOR
By: ~~crw
Printed Name: (;'Ge-y L-Itl'/6tC/YI. D
\ .
TItle: rY'i.LtYlb.LA...
Address: 'f39 /)l/l~w /ld. ~C
I(; .' {.I-e- 4f l'
City tJl'1A1j);~, w4. 9C5'/3
Tax ID #' (,D 2- 57.1.. 2-0 /
Phone Number 3/,O'-7'B'J - 5l> '2-'}
By.
Printed Name
Title
Purchase Order #: C) 14 )'60
Project ST-09-015
Page 6 Rev 08/26/2008
\ .
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, matenals, and equipment In order to
accomplish the proJect descnbed below. Unless otherwise provided for In the Statement of
Work, the Contractor Will be responsible for obtaining and paYing for any and all permits
reqUIred for this work. Safely secure work zone and access road from public.
General Scope: Lining the inSide of a 97 foot long, 36" corrugated metal pipe culvert With
28" HOPE 3408 PPL. Grout between the eXisting culvert and liner.
Location: Intersection of McDougal and Church St. Port Angeles, Washington.
Site Point of Contact: ASSistant Supenntendent Enc Wheatley at 360-417-4825.
Work Hours: The Contractor shall be allowed to work from 7:00 AM to 3:30 PM, Monday
through Fnday. Work outside of these hours may be requested from and IS at the discretion of
the Parks/Streets ASSistant Supenntendent.
Performance Period: Contractor shall have 21 days to complete work from the "Notice to
Proceed". Work shall be performed dunng the dry penods In Port Angeles, August 10th thru
September 18th, 2009. Any needed stormwater mitigatIOn (coffer dam, pumps, personnel, etc)
to prOVide a dry work area and minimize the Impact to storm water quality shall be proVided
by the City of Port Angeles.
Traffic Controls: The City of Port Angeles' personnel shall proVide all needed traffic control,
including warning signs and flagging.
Qualifications: Bidders are reqUired to have achieved 25 successful culvert lining and
grouting proJects (a proJect being one culvert).
Training: Bidders Will be reqUired to train City of Port Angeles Public Works and Utilities
employees on each phase of the proJect throughout the course of the liner Installation and
grouting procedure.
Specifications: Bidders are cautioned to read the speCification carefully, as there may be
speCial requirements not commonly offered by the pipe liner manufacturer. Pipe liners
furnished shall meet or exceed all requirements here In. Pipe liners to be Snap-Tlte or
eqUivalent. SpeCifications are for HOPE 3408 pipe liners (PPL).
Materials: Pipe liner shall meet the follOWing requirements and contractor must conform to
the reference specifications:
PrOject ST -09-015
Page 7
Rev 08/26/2008
\ .
1.) All matenals shall conform to the latest edition of the Amencan Society for Testing and
Matenals (ASTM) standard specifications.
2.) The liner pipe shall be made of high-density polyethylene resins In accordance with the
requirements of ASTM 0-335-00 or later The cell classification Will be 345464C and
shall have the PlastiC Pipe Institute deSignation of PE 3408
3.) Pipe liner shall be a minimum DimenSion RatiO (DR) of 325 The Installed pipe shall
have a smooth non-corrugated Interior surface
4.) The diameter dimenSions of PPL shall be capable of maintaining a minimum flow rate
eqUivalent to 100% of the original In-place culvert and meet the requirement of Table 1
of thiS speCification With a certified Manning of not less 00914
5.) The PPL shall be capable of being JOined Into a continuous length by an approved
interlocking method The JOints shall not create an Increase In the outSide diameter the
liner pipe to eliminate Interference With eXisting host The JOints must be water-tight With
gaskets that are capable of handling pressures In excess of 25 feet of head per ASTM
0-3212 The JOIning system for the liner pipe shall be Snap-Tlte or equal
6.) Each PPL shall have a male and a female end that Interlock forming a restrained JOint
7.) Each length of PPL furnished shall be permanently marked by the manufacturer With the
manufacturer's name and applicable ASTM deSignation The marking shall be such
that It Will not be obliterated dUring handling, shipment or placement
8.) The table below depicts the eXisting pipe and liner measurements.
Project ST -09-015
Page 8
Rev 0812612008
\ .
EXISTING PIPE & LINER MEASUREMENT
LINER
Existing Pipe CLEARANCE 00" CLEARANCE 10
Size (10) Minimum Maximum Minimum
36 inches 3.60 inches 4.00 inches 5.970 inches
Clearance is different between the inside (10) of existing pipe and the
outside (00) of the PPL (pipe liner). Approximately 10% maximum 00
column allows enough annular space to grout properly. Maximum ID column
allows enough annular space to give minimum 100% flow. Based on HOPE
having an "N" value of .009 as certified by an independent testing facility.
"" Distance between 10 of existing pipe & minimum 10 of the liner pipe.
Work Requirements:
1.) The eXisting culvert to be lined IS 36 Inch CMP and 97 feet long.
2.) The eXisting culvert shall be lined with 28" HDPE 3408 PPL.
3.) Before inserting the liner, the pipe must be cleaned. All debris In the eXisting culvert shall
be cleaned thoroughly prior to inserting the plastiC pipe liner. Earthy material, trash,
cuttings, and other waste materials removed from the eXisting culverts shall be
disposed of by the City of Port Angeles.
4.) After cleaning the culvert It must be Inspected for any sharp or protruding
appurtenances. If any are found they shall be removed or made to not Impede Insertion
of the liner,
5.) After Installation of 28" HDPE 3408 PPL, the area between the eXisting culvert and liner
shall be completely filled With grout In such a manner as to obtain a substantially uniform
space between the liner and the eXisting culvert; on the top, the bottom, and Sides.
Flowable Controlled DenSity Fill (CDF) concrete With a minimum strength of 180 pSI Will
be acceptable.
Note' The pictures below depict the eXisting culvert
Project ST-09-015
Page 9
Rev 08/26/2008
\ .
Picture A:
UTILITY EASEMENT
il
I
.
LEGEND
--- I'EHCl
-R/W
~ banou OF DlTCI1
:-: t_'SlIl;lG PIPE
---(LtetItIC 61(U !;;..eu:
C W/M
1>01 'fiN
o vA'lHDU
()oO IO'QJl.....T
"
~
I
I
o
:1r~ -.m -
,.....,.....w
--
.......,
e
i
,
+->
"
"
"
" -
~(1.l~~'
~ -
, ,
'0'
Picture B:
1+ ~;-~:
:'
'.
Project ST -09-015
Page 10
Rev 08/26/2008
.
.
Picture C:
, I
,/
f ,
/~//.
'/
/1
";
,. ~ l'
Ij.
_ J
Project ST-09-015
Page 11
Rev 08126/2008
~
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATT ACHMENT B
INSURANCE
Insurance Requirements:
The Contractor shall procure and maintain for the duration of the Contract, Insurance against claims for InJunes to
persons or damage to property which may anse 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 matenal breach of contract upon which the
City may, after giVing five working days notice to the Contractor to correct the breach, Immediately terminate the
Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums In connection
thereWith, With any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
1 Minimum Scope of Insurance
The Contractor shall obtain Insurance of the types descnbed below:
a Automobile Liabllltv Insurance covenng all owned, non-owned, hired and leased vehicles Coverage
shall be wntten 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 Liabllltv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall
cover liability anslng 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 2S 03 11 8S There shall be no endorsement or modification of
the CommerCial General liability Insurance for liability anslng 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' ComDensatlon coverage as reqUired by the Industnal Insurance laws of the State of
Washington
2. MInimum Amounts of Insurance
The Contractor shall maintain the follOWing Insurance limits.
a Automobile Liabllltv Insurance With a minimum combined Single limit for bodily injury and property
damage of $1,000,000 per aCCident.
b Commercial General Liabllltv Insurance shall be wntten With limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations
aggregate limit
3. Other Insurance ProvIsions
The Insurance poliCies are to contain, or be endorsed to contain, the follOWing prOVIsions for Automobile
Liability and Commercial General Liability Insurance
a. The Contractor's Insurance coverage shall be pnmary Insurance as respect to the City Any
Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be In excess of the
PrOject ST-09-015
Page 12
Rev 08/26/2008
~ '0..
Contractor's Insurance and shall not contnbute with It
b The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days pnor wntten notice by certified mall, return receipt requested, has been
given to the City
4. Acceptability of Insurers
Insurance IS to be placed with Insurers with a current A.M Best rating of not less than A:VI.
5. Venficatlon of Coverage
The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements,
including but not necessanly limited to the additional Insured endorsement, eVidencing the Automobile
Liability and Commercial General Liability Insurance of the Contractor before commencement of the work
Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk
Insurance policy that Includes all applicable conditions, exclusions, definitions, terms and endorsements
related to this project
6 Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences.
7. Waiver of Subrogation
The Contractor and the City waive all nghts against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by
BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of
thiS Contract or other property Insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
PrOject ST-09-015
Page 13
Rev 08/26/2008
'. ...
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "C"
PREVAILING WAGE RATES
See attached hstmg
Washmgton State Prevalhng Wage Rates For Public Works Contracts, Clallam County, effective 03-04-2009
2 Washmgton State Prevalhng Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County,
effective 03-04-2009
Project ST-09-015
Page 14
Rev 08/26/2008
"7/1"6/'09 THU 00: 16
()604391932
119604524972
# 2/ 3
QUOTATION FORM
Culvert Llnlna Installation
ST-09-01s
The bidder hereby bids the following amounts for all work (Including labor, equipment, time
and matenals) required to perform the work In the Statement of Work and this package
Labor
Subtotal
.1/
BID AMOUNT
7'-1~ ~
BID ITEMS
BID TYPE
No A Iicable Sales Tax
Total
'-I, '7 Y. 8 ' 00
1'1 7}4,oD
I. "2 ?, I. bb
/5,(l7/,wb
Materials
Subtotal
-- --
Sales Tax (8.4%)
Total
1 The bidder hereby acknowledges that It has received Addenda No(s) tY 111
CEnter "N/A" If none were Issued) to this Request for Quotation package.
2. The name of the bidder submltling 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'
3
Contractor Information:
1. Company Name:
.
(2R.E.LO/l. CONSrA-V'"-r/l:".,-, LLL
'137 j).;felz-'2oLV i2.d ~E. !:...:k '1
01 '1m A' .4- . W.4-. 96~-/:S
.
3b[)- 7'i3Cj -~-D-;"I'
(2)iZELL><-L 9 <f:::'-k. fa
/Po 2-~-7 to '2-0/
11100100
7'1 - 3/ tA3(,2 7 - '-02. ')11,.2 6/
7'1 - 3/l,f.1(:.2 7
2 Address.
3. City, State, Zip Code:
4. Phone Number
5. Contractor Registration Number
6. UBI Number:
7. WA State Industnal Insurance Account Number:
8 WA State Employment Security Dept Number
9. State Excise Tax Registration Number:
ProJcct' ST-09-015
Pagc 2
Rov 8/1.1/21)118
\7/1 :;.09 THU on 16
(360~3S1982
) 13604'14971
I 3/ 3
The bidder represents that It IS qualified and possesses suffiCient skills and the necessary capabilities
to perform the services set forth In this contract, and that It IS not disqualified from bidding on this
contract .1-1. n'A~~
Signed by ~
Title rn.e ,mb...t-t.
Printed Name aRE)!" LIf'N6~ff1 0
Date .::JuI'f It, 2CK}?
ProJ eet S 1'-09-0 15
Page 3
Rov, 81 J '121111K
. .
NOTICE TO PROCEED
City of Port Angeles
(360) 417-4541
TO Grecor Construction, LLC
DATE August 11, 2009
PROJECT ST-09-015, Culvert LIning Installation
You are hereby Issued this Notice to Proceed for Contract ST-09-015 You are to complete the
work within 30 calendar days
AJJJ
M C Puntenney,
Deputy Director of
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED IS hereby acknowledged this I II- day of
AUQust, 2009
S'gM,"," ~
_By aRe y UtA! 6@1tV
Tille rn 6/Yl PJO?
Please return ORIGINAL to Public Works OperatIons, Lucy Hanley, P O. Box 1150, Port Angeles,
WA 98362 Fax. 452-4972 -
Retain a copy for YOUR files.
.
P.O #. 014500
DATE: 07/27/09
INVOICE TO'
Clty of Port Angeles
ATTN. ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO: GRECOR CONSTRUCTION
439 DUTERROW RD SE STE 9
OLYMPIA, WA 98513
SHIP TO.
Clty of Port Angeles
BUILDING A
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
26817
REQ. NO
14557
REQUISITIONED BY
LUCY HANLEY
SHIP VIA
F.O.B
FREIGHT
TERMS
NET
QUANTITYUOM ITEM NO AND DESCRIPTION
1 OOEA ST-09-015, CULVERT
LINING INSTALLATION -
LABOR
1 OOEA ST-09-015, CULVERT
LINING INSTALLATION -
MATERIALS
EXTENDED
UNIT CO COST
4748.00 4748.00
14734 00
14734.00
SUB-TOTAL
TAX 8.4
TOTAL
19482.00
"1237.66
20719.66
AUTHORIZED BY
.
.
Slale of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits
On public works proJects, workers' wage and benefit rates must add to not less than thiS total A brief description
of overlime calculation reqUirements IS proVided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classlficalion WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $3812 1H 5D
BOILERMAKERS
JOURNEY LEVEL $53 37 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45 05 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $46 32 1M 5D
BRIDGE, DOCK AND WARF CARPENTERS $4616 1M 5D
CARPENTER $4616 1M 5D
CREOSOTED MATERIAL $46 26 1M 5D
DRYWALL APPLICATOR $46 42 1M 5D
FLOOR FINISHER $4616 1M 5D
FLOOR LAYER $4616 1M 5D
FLOOR SANDER $4616 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $4716 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 5D
SAWFILER $4616 1M 50
SHINGLER $4616 1M 5D
STATIONARY POWER SAW OPERATOR $4616 1M 50
STATIONARY WOODWORKING TOOLS $4616 1M 5D
CEMENT MASONS
JOURNEY LEVEL $3812 1H 50
DIVERS & TENDERS
DIVER $9681 1M 5D 8A
DIVER ON STANDBY $5419 1M 5D
DIVER TENDER $49 84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $4709 1T 5D 8L
ASSISTANT MATE (DECKHAND) $46 58 1T 5D 8L
BOATMEN $4709 1T 5D 8L
ENGINEER WELDER $4714 1T 5D 8L
LEVERMAN, HYDRAULIC $4871 1T 5D 8L
MAINTENANCE $46 58 1T 5D 8L
MATES $4709 1T 50 8L
OILER $4671 1T 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 34 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
Page 1
CLALLAM COUNTY
EFFECTIVE 03-04-2009
.
,
**********************************************************************************************************
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
$58 34
$62 86
$56 29
$60 60
$28 83
$54 25
$58 34
$1537
$1469
$58 36
$53 30
$3814
$40 25
$53 30
$40 25
$53 30
$4514
$53 30
$40 25
$1207
$6481
$70 60
$1350
$1380
$1160
$3247
$45 25
$48 28
$1600
$3931
$1565
$924
$59 22
$3481
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
lE 5A
1E 5A
1E 5A
1E 5A
1E 5A
lE 5A
lE 5A
2A 5C
2A 5C
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A
4A
5Q
5Q
1H
5D
lY
5G
lS
5J
1H
5D
.
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e , dusting, vacuuming, Window cleaning, NOT
construction debriS 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
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$973
$1148
$1278
$855
$1053
$20 50
$5101 10 SA
$38 83 1H 5D
$3812 1H 5D
$3247 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3931 1H 5D
$38 83 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3247 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$3931 1H 5D
$38 83 1H 5D
$3931 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$29 65 1H 5D
$3812 1H 5D
$3247 1H 5D
$3812 1H 5D
$3812 1H 5D
$3812 1H 5D
$38 83 1H 5D
$3812 1H 5D
$3812 1H 5D
CLALLAM COUNTY ..
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
GUARDRAIL ERECTOR $3812 lH 50
HAZARDOUS WASTE WORKER LEVEL A $3931 lH 50
HAZARDOUS WASTE WORKER LEVEL B $38 83 lH 50
HAZARDOUS WASTE WORKER LEVEL C $3812 lH 50
HIGH SCALER $3931 lH 50
HOD CARRIERlMORTARMAN $38 83 lH 50
JACKHAMMER $38 83 lH 50
LASER BEAM OPERATOR $38 83 lH 50
MANHOLE BUILOER-MUOMAN $38 83 lH 50
MATERIAL YARDMAN $3812 lH 50
MINER $3931 lH 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 83 lH 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38 83 lH 50
PILOT CAR $3247 lH 50
PIPE POT TENDER $38 83 lH 50
PIPE RELlNER (NOT INSERT TYPE) $38 83 lH 50
PIPELA YER & CAULKER $38 83 lH 50
PIPELA YER & CAULKER (LEAD) $3931 lH 50
PIPEWRAPPER $38 83 lH 50
POT TENDER $3812 lH 50
POWOERMAN $3931 lH 50
POWOERMAN HELPER $3812 lH 50
POWERJACKS $38 83 lH 50
RAILROAD SPIKE PULLER (POWER) $38 83 lH 50
RE-TIMBERMAN $3931 lH 50
RIPRAP MAN $3812 lH 50
ROOOER $38 83 lH 50
SCAFFOLD ERECTOR $3812 lH 50
SCALE PERSON $3812 lH 50
SIGNALMAN $3812 lH 50
SLOPER (OVER 20") $38 83 lH 50
SLOPER SPRA YMAN $3812 lH 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $38 83 lH 50
SPREADER (CONCRETE) $38 83 lH 50
STAKE HOPPER $3812 lH 50
STOCKPILER $3812 lH 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 83 lH 50
TAMPER (MULTIPLE & SELF PROPELLED) $38 83 lH 50
TOOLROOM MAN (AT JOB SITE) $3812 lH 50
TOPPER-TAILER $3812 lH 50
TRACK LABORER $3812 lH 50
TRACK LINER (POWER) $38 83 lH 50
TRUCK SPOTTER $3812 lH 50
TUGGER OPERATOR $38 83 lH 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $3812 lH 50
VIBRATOR $38 83 lH 50
VINYL SEAMER $3812 lH 50
WELDER $3812 lH 50
WELL-POINT LABORER $38 83 lH 50
Page 4
. . CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $3812 1H 5D
PIPE LAYER $38 83 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $46 42 1M 5D
METAL FABRICATION (IN SHOP)
FITTERlWELDER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $34 87 2B 6Z
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $855
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $6219 1G 5A
POWER EQUIPMENT OPERATORS
ASSIST ANT ENGINEERS $44 64 1T 5D BP
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48 46 1T 5D BP
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49 03 1T 5D BP
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $4791 1T 5D BP
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $4791 1T 5D BP
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $4700 1T 5D BP
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $4742 1T 5D BP
BACKHOES, (75 HP & UNDER) $4700 1T 5D BP
BARRIER MACHINE (ZIPPER) $4742 1T 5D BP
BATCH PLANT OPERATOR, CONCRETE $4742 1T 5D BP
BELT LOADERS (ELEVATING TYPE) $4700 1T 5D BP
BOBCAT (SKID STEER) $44 64 1T 5D BP
BROKK-REMOTE DEMOLITION EQUIPMENT $44 64 1T 5D BP
BROOMS $44 64 1T 5D BP
BUMP CUTTER $4742 1T 5D BP
CABLEWAYS $4791 1T 5D BP
CHIPPER $4742 1T 5D BP
COMPRESSORS $44 64 1T 5D BP
CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D BP
CONCRETE PUMPS $4700 1T 5D BP
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 5D BP
CONVEYORS $4700 1T 5D BP
CRANE, FRICTION 100 TONS THROUGH 199 TONS $49 03 1T 5D BP
CRANE, FRICTION OVER 200 TONS $48 29 1T 5D BP
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 5D BP
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 5D BP
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4791 1T 5D BP
WITH ATACHMENTS)
Page 5
CLALLAM COUNTY , ..
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 5D 8P
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 5D 8P
CRANES, A-FRAME, OVER 10 TON $4700 1T 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $4742 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 5D 8P
CRUSHERS $4742 1T 5D 8P
DECK ENGINEER/DECK WINCHES (POWER) $4742 1T 5D 8P
DERRICK, BUILDING $4791 1T 5D 8P
DOZERS, D-9 & UNDER $4700 1T 5D 8P
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 5D 8P
DRILLING MACHINE $4742 1T 5D 8P
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 5D 8P
EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 5D 8P
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $4700 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8P
GRADECHECKER AND STAKEMAN $44 64 1T 5D 8P
GUARDRAIL PUNCH $4742 1T 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4700 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL LOCATOR $4700 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 1T 5D 8P
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 5D 8P
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4791 1T 5D 8P
LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $4742 1T 5D 8P
LOCOMOTIVES, ALL $4742 1T 5D 8P
MECHANICS, ALL $48 46 1T 5D 8P
MIXERS, ASPHALT PLANT $4742 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $4791 1T 5D 8P
MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4791 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $44 64 1T 5D 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $4700 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8P
POWER PLANT $44 64 1T 5D 8P
PUMPS, WATER $44 64 1T 5D 8P
QUAD 9, D-10, AND HD-41 $4791 1T 5D 8P
QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44 64 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $44 64 1T 5D 8P
Page 6
..
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
Classification
ROLLAGON
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS
ROTO-MILL, ROTO-GRINDER
SAWS, CONCRETE
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDER & SCREEDMAN
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILERlDRIVER ( UNDER 100 TON)
TRUCK CRANE OILERlDRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$4791 1T 5D 8P
$44 64 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 5D 8P
$4700 1T 5D 8P
$4791 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 5D 8P
$44 64 1T 5D 8P
$4791 1T 5D 8P
$4791 1T 5D 8P
$4742 1T 5D 8P
$4700 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 5D 8P
$4742 1T 5D 8P
$4791 1T 5D 8P
$4700 1T 5D 8P
$4700 1T 5D 8P
$4742 1T 5D 8P
$4742 1T 5D 8P
$44 64 1T 5D 8P
$4742 1T 5D 8P
$39 29
$3721
$3781
$3518
$26 55
4A
4A
4A
4A
4A
SA
SA
SA
5A
SA
$27 68
$45 05
1M
SA
$1785
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
CLALLAM COUNTY ...
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $1460
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $60 56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $3414 11 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $1088
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
ROOFERS
JOURNEY LEVEL $38 28 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $4128 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $55 27 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT & FROST INSULATOR $48 28 1S 5J
LABORER $1216 1
MACHINIST $1716 1
SHIPFITTER $1466 1
WELDER/BURNER $1466 1
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
JOURNEY LEVEL $3818 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $1031 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $1323
SURVEYORS
CHAIN PERSON $935 1
INSTRUMENT PERSON $1140 1
PARTY CHIEF $1340 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A
TELEPHONE LINE CONSTRUCTION. OUTSIDE
CABLE SPLICER $3146 2B 5A
HOLE DIGGER/GROUND PERSON $1758 2B 5A
INSTALLER (REPAIRER) $3017 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B 5A
SPECIAL APPARATUS INSTALLER I $3146 2B 5A
SPECIAL APPARATUS INSTALLER II $30 82 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $3146 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29 26 2B 5A
TELEVISION GROUND PERSON $1667 2B 5A
TELEVISION L1NEPERSON/INSTALLER $2219 2B 5A
TELEVISION SYSTEM TECHNICIAN $26 42 2B 5A
Page 8
..
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
TELEVISION TECHNICIAN $23 76 2B 5A
TREE TRIMMER $29 26 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4361 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $37 44 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $37 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $43 45 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 1T 50 8L
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
3/4/2009
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
ENVIRONMENTAL CONTROL PAINTERS
1 0000-1000 HOURS 50 00% $20 29 lH 50
2 1001-2000 HOURS 60 00% $23 26 1H 50
3 2001-3000 HOURS 75 00% $29 96 1H 50
4 3001-4000 HOURS 90 00% $34 85 1H 50
1 0000-1000 HOURS 60 00% $26 26 lH 50
2 1001-2000 HOURS 70 00% $29 22 1H 50
3 2001-3000 HOURS 8000% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $43 26 1C 5N
2 1001-2000 HOURS 75 00% $44 95 lC 5N
3 2001-3000 HOURS 8000% $46 63 lC 5N
4 3001-4000 HOURS 8500% $48 32 lC 5N
5 4001-5000 HOURS 90 00% $50 00 lC 5N
6 5001-6000 HOURS 95 00% $5169 lC 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $2712 1M 5A
2 0750-2250 HOURS 55 00% $28 78 1M 5A
3 2550-3000 HOURS 60 00% $30 44 1M 5A
4 3000-3750 HOURS 70 00% $33 75 1M 5A
5 3750-4500 HOURS 80 00% $37 07 1M 5A
6 4500-5250 HOURS 90 00% $40 38 1M 5A
7 5250-6000 HOURS 95 00% $42 04 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $28 07 1M 50
2 1001-2000 HOURS 65 00% $34 05 1M 50
3 2001-3000 HOURS 70 00% $35 78 1M 50
4 3001-4000 HOURS 75 00% $3751 1M 50
5 4001-5000 HOURS 80 00% $39 24 1M 50
6 5001-6000 HOURS 85 00% $40 97 1M 50
7 6001-7000 HOURS 90 00% $42 70 1M 50
8 7001-8000 HOURS 95 00% $44 43 1M 50
DRYWALL APPLICATOR
ORYWALL, METAL STUO, ANO CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $24 75 1M 50
2 0701-1400 HOURS 60 00% $32 48 1M 50
3 1401-2100 HOURS 68 00% $35 27 1M 50
4 2101-2800 HOURS 76 00% $38 06 1M 50
5 2801-3500 HOURS 84 00% $40 84 1M 50
Page 1
Slage of Progression & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 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%
MILLWRIGHT AND MACHINE ERECTORS
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
1 15t Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
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%
BRIDGE, DOCK AND WARF CARPENTERS
1 15t 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%
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
Page 2
PrevaIling
Wage
$43 63
Overtime
Code
1M
Holiday
Code
50
$24 70 1M 50
$32 42 1M 50
$35 20 1M 50
$37 98 1M 50
$40 76 1M 50
$43 54 1M 50
$28 67 1M 50
$34 70 1M 50
$36 48 1M 50
$38 26 1M 50
$40 04 1M 50
$4182 1M 50
$43 60 1M 50
$45 38 1M 50
$2819 1M 50
$3418 1M 50
$35 92 1M 50
$37 66 1M 50
$39 40 1M 50
$4114 1M 50
$42 88 1M 50
$44 62 1M 50
$28 07 1M 50
$34 05 1M 50
$35 78 1M 50
$3751 1M 50
$39 24 1M 50
$40 97 1M 50
$42 70 1M 50
$44 43 1M 50
$1483
$17 80
$20 76
$23 73
$26 69
$2818
lH
lH
lH
lH
lH
lH
50
50
50
50
50
50
. . ."
Note
Code
. ..
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1389 lE 5P
2 1001-2000 HOURS 55 00% $3167 lE 5P
3 2001-3000 HOURS 65 00% $34 93 lE 5P
4 3001-4000 HOURS 75 00% $3819 lE 5P
5 4001-5000 HOURS 85 00% $4145 lE 5P
6 5001-6000 HOURS 90 00% $43 08 lE 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $25 75 lE 5A
2 1001-2000 HOURS 50 00% $27 80 lE 5A
3 2001-3500 HOURS 55 00% $3311 1E 5A
4 3501-5000 HOURS 65 00% $3781 1E 5A
5 5001-6500 HOURS 75 00% $4251 1E 5A
6 6501-8000 HOURS 85 00% $47 20 lE 5A
ELECTRICIANS - POWERLINE CONSTRUCTION
JOURNEY LEVEL LlNEPERSON
1 0000-1000 HOURS 60 00% $3391 4A 5A
2 1001-2000 HOURS 63 00% $3518 4A 5A
3 2001-3000 HOURS 67 00% $36 88 4A 5A
4 3001-4000 HOURS 72 00% $38 98 4A 5A
5 4001-5000 HOURS 78 00% $4151 4A 5A
6 5001-6000 HOURS 86 00% $44 89 4A 5A
7 6001-7000 HOURS 90 00% $46 59 4A 5A
POLE SPRA YER
1 0000-1000 HOURS 85 70% $4476 4A 5A
2 1001-2000 HOURS 89 80% $46 49 4A 5A
3 2001-3000 HOURS 92 80% $4776 4A 5A
ELEVA TOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 50 00% $2146 4A 60
2 1001-1700 HOURS 55 00% $43 49 4A 60
3 1701-3400 HOURS 65 00% $48 03 4A 60
4 3401-5100 HOURS 70 00% $5091 4A 60
5 5101-6800 HOURS 80 00% $55 55 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $855
2 1001-2000 HOURS 60 00% $855
3 2001-3000 HOURS 65 00% $855
4 3001-4000 HOURS 70 00% $855
5 4001-5000 HOURS 75 00% $905
6 5001-6000 HOURS 80 00% $966
7 6001-7000 HOURS 85 00% $1026
Page 3
~ .
~
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 7001-8000 HOURS 95 00% $1147
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00% $2118 lE 5A
2 0801-1500 HOURS 65 00% $22 58 lE 5A
3 1601-2400 HOURS 70 00% $23 97 lE 5A
4 2401-3200 HOURS 75 00% $25 37 lE 5A
5 3201-4000 HOURS 80 00% $26 76 lE 5A
6 4001-4800 HOURS 85 00% $2816 lE 5A
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $2515 lY 5G
2 1001-2000 HOURS 55 00% $2716 lY 5G
3 2001-3000 HOURS 60 00% $2917 lY 5G
4 3001-4000 HOURS 65 00% $3118 lY 5G
5 4001-5000 HOURS 70 00% $3319 lY 5G
6 5001-6000 HOURS 75 00% $35 20 lY 5G
7 6001-7000 HOURS 80 00% $3721 lY 5G
8 7001-8000 HOURS 90 00% $4123 lY 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-2000 HOURS 45 00% $28 92 lS 5J
2 2001-4000 HOURS 55 00% $3231 lS 5J
3 4001-6000 HOURS 65 00% $35 70 lS 5J
4 6001-8000 HOURS 75 00% $3910 1S 5J
5 8001-10000 HOURS 85 00% $42 49 1S 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $26 26 1H 50
2 1001-2000 HOURS 70 00% $29 22 1H 50
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
INSULA T/ON APPLICA TORS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1025
2 1001-2000 HOURS 60 00% $1230
3 2001-3000 HOURS 75 00% $1538
4 3001-4000 HOURS 90 00% $1845
IRONWORKERS
JOURNEY LEVEL
1 0000-0750 HOURS 65 00% $855 10 5A
2 0751-1500 HOURS 70 00% $30 24 10 5A
3 1501-2250 HOURS 75 00% $4241 10 5A
4 2251-3000 HOURS 80 00% $4413 10 5A
Page 4
. ..
.,
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
5 3001-3750 HOURS 90 00% $4757 10 5A
6 3751-4500 HOURS 90 00% $4757 10 5A
7 4501-5250 HOURS 95 00% $49 29 10 5A
8 5251-6000 HOURS 95 00% $49 29 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 26 1H 50
2 1001-2000 HOURS 70 00% $29 22 1H 50
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 26 1H 50
2 1001-2000 HOURS 70 00% $29 22 1H 50
3 2001-3000 HOURS 80 00% $3219 1H 50
4 3001-4000 HOURS 90 00% $3515 1H 50
LATHERS
JOURNEY LEVEL
1 0000-0700 HOURS 5000% $24 75 1M 50
2 0701-1400 HOURS 60 00% $32 48 1M 50
3 1401-2100 HOURS 68 00% $35 27 1M 50
4 2101-2800 HOURS 76 00% $38 06 1M 50
5 2801-3500 HOURS 84 00% $40 84 1M 50
6 3501-4200 HOURS 92 00% $43 63 1M 50
PAINTERS
JOURNEY LEVEL
1 0000-0750 HOURS 52 00% $20 35 26 5A
2 0751-1500 HOURS 56 00% $2144 26 5A
3 1501-2250 HOURS 60 00% $22 54 26 5A
4 2251-3000 HOURS 64 00% $24 52 26 5A
5 3001-3750 HOURS 68 00% $25 66 26 5A
6 3751-4500 HOURS 72 00% $26 82 26 5A
PLASTERERS
JOURNEY LEVEL
1 0000-0500 HOURS 40 00% $1033
2 0501-1000 HOURS 45 00% $1162
3 1001-1500 HOURS 45 00% $1162
4 1501-2000 HOURS 50 00% $1292
5 2001-2500 HOURS 55 00% $1421
6 2501-3000 HOURS 60 00% $1550
7 3001 -3500 HOURS 65 00% $1679
8 3501 -4000 HOURS 70 00% $1808
9 4001-4500 HOURS 7500% $1937
10 4501-5000 HOURS 80 00% $20 66
Page 5
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Stage of Progression & Hour Range
11 5001-5500 HOURS 85 00%
12 5501-6000 HOURS 90 00%
13 6001-6500 HOURS 95 00%
14 6501-7000 HOURS 95 00%
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 62 50%
3 4001-6000 HOURS 70 00%
4 6001-8000 HOURS 75 00%
5 8001-10000 HOURS 85 00%
POWER EQUIPMENT OPERA TORS
BACKHOES, /75 HP & UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORS)
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00%
2 1001-2000 HOURS 80 00%
3 2001-3000 HOURS 8500%
4 3001-4000 HOURS 90 00%
REFRIGERA TlON & AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 55 00%
3 4001-6000 HOURS 60 00%
4 6001-8000 HOURS 70 00%
5 8001-10000 HOURS 85 00%
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
1 1 st Penod 60 00%
Page 6
Prevailing
Wage
$21 96
$23 25
$24 54
$24 54
$34 48
$45 95
$49 20
$5137
$55 70
.. .
~
Overtime Holiday
Code Code
Nole
Code
1G
1G
1G
1G
1G
5A
5A
5A
5A
5A
$35 43 11 50 8P
$37 09 11 50 8P
$3874 11 50 8P
$40 39 11 50 8P
$43 70 11 50 8P
$45 35 11 50 8P
$35 43
$37 09
$3874
$40 39
$43 70
$45 35
$27 82
$2914
$30 44
$31 50
$1384
$1522
$1661
$1938
$23 53
$1071
4A
4A
4A
4A
5A
5A
5A
5A
. ..
'"
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
2 2nd Penod 65 00% $1160
3 3rd Penod 70 00% $1250
44th Penod 75 00% $1339
55th Penod 80 00% $1428
66th Penod 85 00% $1517
77th Penod 90 00% $1607
88th Penod 95 00% $1696
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389
2 0901-1800 HOURS 55 00% $1528
3 1801-2700 HOURS 75 00% $20 84
4 2701-4000 HOURS 85 00% $2361
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $855
2 1001-2000 HOURS 65 00% $949
3 2001-4000 HOURS 75 00% $1095
4 4001-6000 HOURS 85 00% $1241
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-0900 HOURS 55 00% $1744 11 6L
2 0901-1800 HOURS 60 00% $1836 11 6L
3 1801-2700 HOURS 65 00% $1970 11 6L
4 2701-3600 HOURS 70 00% $20 63 11 6L
5 3601-4500 HOURS 75 00% $2180 11 6L
6 4501-5400 HOURS 80 00% $22 72 11 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $24 93 1R 5A
2 0821-1630 HOURS 67 00% $26 87 1R 5A
3 1631-2450 HOURS 74 00% $28 80 1R 5A
4 2451-3270 HOURS 8100% $33 03 lR 5A
5 3271-4080 HOURS 88 00% $34 97 1R 5A
6 4081-4899 HOURS 95 00% $36 90 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-2000 HOURS 45 00% $23 63 lE 6L
2 2001-3000 HOURS 50 00% $34 27 1E 6L
3 3001-4000 HOURS 55 00% $36 24 1E 5L
4 4001-5000 HOURS 60 00% $38 22 lE 6L
5 5001-6000 HOURS 55 00% $40 20 1E 6L
6 6001-7000 HOURS 70 00% $4216 1E 6L
7 7001-8000 HOURS 75 00% $4414 1E 6L
Page 7
.. .
..
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
PrevaIling OvertIme Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
8 8001-9000 HOURS 80 00% $4611 1E 6L
9 9001-10000 HOURS 85 00% $47 99 1E 6L
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1900 1B 5A
2 1001-2000 HOURS 60 00% $25 25 1B SA
3 2001-3000 HOURS 70 00% $2848 1B 5A
4 3001-4000 HOURS 75 00% $3010 1B 5A
5 4001-5000 HOURS 80 00% $3171 1B 5A
6 5001-6000 HOURS 85 00% $33 33 1B 5A
7 6001-7000 HOURS 90 00% $34 95 1B 5A
8 7001-8000 HOURS 95 00% $855 1B 5A
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000-1000 HOURS 45 00% $885 1
2 1001-2000 HOURS 50 00% $984 1
3 2001-3000 HOURS 55 00% $1082 1
4 3001-4000 HOURS 60 00% $1180 1
1 0000-1000 HOURS 40 00% $855 1
2 1001-2000 HOURS 45 00% $885 1
3 2001-3000 HOURS 50 00% $984 1
4 3001-4000 HOURS 55 00% $1082 1
1 0000-1000 HOURS 65 00% $1279 1
2 1001-2000 HOURS 70 00% $1377 1
3 2001-3000 HOURS 75 00% $1475 1
4 3001-4000 HOURS 80 00% $1574 1
5 4001-5000 HOURS 85 00% $1672 1
6 5001-6000 HOURS 90 00% $1770 1
1 0000-1000 HOURS 60 00% $1180 1
2 1001-2000 HOURS 65 00% $1279 1
3 2001-3000 HOURS 70 00% $1377 1
4 3001-4000 HOURS 75 00% $1475 1
5 4001-5000 HOURS 80 00% $1574 1
6 5001-6000 HOURS 85 00% $1672 1
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
1 0000-1000 HOURS 50 00% $25 38 1B 5A
2 1001-2500 HOURS 55 00% $2691 1B 5A
3 2501-3500 HOURS 60 00% $28 42 1B 5A
4 3501-4500 HOURS 70 00% $3150 1B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $26 03 1M 5A
2 1001-2500 HOURS 55 00% $27 62 1M 5A
Page 8
. .....
"" "
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
Stage of ProgressIon & Hour Range
3 2501-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
5 4501-5500 HOURS 80 00%
6 5501-6250 HOURS 90 00%
7 6251-7000 HOURS 95 00%
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
1 0000-0500 HOURS 60 00%
2 0501-1000 HOURS 60 00%
3 1001-2333 HOURS 60 00%
4 2334-4666 HOURS 73 00%
5 4667-7000 HOURS 88 00%
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000-0700 HOURS 70 00%
2 0701-1400 HOURS 80 00%
3 1401-2100 HOURS 90 00%
PrevaIling OvertIme Holiday
Wage Code Code
$2921 1M 5A
$32 40 1M 5A
$35 59 1M 5A
$38 77 1M 5A
$40 37 1M 5A
$1590
$2122
$24 95
$2916
$3401
1K
1K
1K
1K
1K
5A
5A
5A
5A
5A
$1416
$1618
$1821
Page 9
Note
Code