HomeMy WebLinkAbout4.625B 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
IZI Contract
Contract TItle: Fences Reoalr Project Number' PW-09-002
THIS CONTRACT IS entered mto the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND KIWI Fencma Co Inc. ("CONTRACTOR")
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described m 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 mcorporated herem
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: _
IZI All work under this Contract IS to be completed 30 days from the Notice to Proceed No work IS
to be performed prior to written Notice to Proceed by the City.
o The performance period 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 material, not to exceed: $_
o Time and actual expenses mcurred, not to exceed' $_
o Umt prices set forth m the Contractor's bid or quote, not to exceed $_
IZI Firm Fixed Price set forth m Contractor bid or quote m the amount of $14.23226
The Contractor shall do all work and furnish all tools, materials, and eqUipment, m 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 mamtam 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 mvolces must reference the
City's contract number. InVOices shall be m 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 mvolce.
D All records and accounts pertammg to thiS Contract are to be kept available for mspectlons by
representatives of the City for a period of three (3) years atter final payment. Copies shall be made available
to the City upon request.
PrOject PW -09-002
Page 1
Rev 01/08/2009
. . .
E. If dUring 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. RESPONSIBIUTY OF CONTRACTOR
A Safety. Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply With all applicable provIsions of federal, state and local regulations, ordmances and codes.
Contractor shall erect and properly mamtaln, at all times, as required by the conditions and progress of the
work, all necessary safeguards for the protection of workers and the public and shall post danger signs
warmng against known or unusual hazards.
B. Correction of Defects. Contractor shall be responSible for correcting all defects m workmanship andjor
materials discovered Within one year after acceptance of thiS work When corrections of defects are made,
Contractor shall be responSible for correctmg all defects In workmanship andjor 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 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 Includmg
consequential damages suffered by the City resultmg from defects m the Contractors work mcludmg, but
not limited to, cost of materials and labor expended by the City m makmg emergency repairs and cost of
engmeerlng, mspectlon and SUperviSion by the City. The Contractor shall hold the City harmless from any
and all claims which may be made agamst the City as a result of any defective work and the Contractor
shall defend any such claims at Its own expense Where materials or procedures are not specified m the
Contract Document, the City Will rely on the profeSSional Judgment of the Contractor to make appropriate
selections
D. Nondlscrlmmatlonj Affirmative Action. Contractor agrees not to dlscrlmmate agamst any employee or
applicant for employment or any other persons In the performance of thiS Contract because of race, creed,
color, national orlgm, marital status, sex, age or handicap, or other circumstances as may be defined by
federal, state or local law or ordmance, except for a bona fide occupational qualification. Contractor agrees
to post m conspIcuous places, available to employees and applicants for employment, notices to be
prOVided by Contractor settmg forth the prOVISions of the nOndlSCrlmmatlon clause.
E. Employment. Any and all employees of the Contractor, while engaged m the performance of any work
or services reqUired by the Contractor under thiS Contract, shall be conSidered employees of the Contractor
only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf
of said employees, while so engaged, and all claims made by a third party as consequence of any negligent
act or omission on the part of the Contractor's employees, while so engaged on any of the work or services
prOVided or rendered herem, shall not be the obligation of the City
5. COMPUANCE 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 meliglbllity 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
Project PW-09-002
Page 2
Rev 01/08/2009
an'd finish the work by whatevertthods It may deem expedient, by giVing ~ays written notice to the
Contractor, upon the occurrence of anyone or more of the events hereafter specified
1 The Contractor makes a general assignment for the benefit of Its creditors
2 A receiver IS appointed as a result of the Insolvency of the Contractor
3 The Contractor persistently or repeatedly refuses or falls to complete the work reqUired herein.
4 Contractor falls to make prompt payment to subcontractors for material or labor
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6 Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of thiS Contract
7. The City determines that suffiCient operating funds are not available to fund completion of the work
contracted for.
C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any
further amounts due under thiS Contract until the work specified In Attachment "A" IS satisfactOrily
completed, as scheduled, up to the date of termination. At such time, If the unpaid balance of the amount
to be paid under thiS Contract exceeds the expense Incurred by the City In finishing the work, and all
damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or
discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's
expense and damages exceed the unpaid balance, Contractor and hiS surety shall be JOintly and severally
liable therefore to the City and shall pay such difference to the City. Such expense and damages shall
Include all legal costs Incurred by the City to protect the rights and Interests of the City under the Contract,
prOVided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or
unfinished documents and material prepared by the Contractor With funds paid by the City under thiS
Contract shall become the property of the City and shall be forwarded to the City upon Its request.
B Any records, reports, information, data or other documents or materials given to or prepared or
assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to
any IndiVidual or organization by the Contractor Without prior written approval of the City or by court order.
8. ClAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of thiS
Contract must be made In writing to the City Within thirty days after the discovery of such damage, expense
or loss, and In no event later than the time of approval by the City for final payment Contractor, upon
making application for final payment, shall be deemed to have waived Its right to claim for any other
damages for which application has not been made, unless such claim for final payment Includes notice of
additional claim and fully deSCribes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responSibility for
the City under thiS Contract and shall oversee and approve all work to be performed, coordinate commUnications,
and review and approve all Invoices, under thiS Contract
10. HOLD HARMLESS
A The Contractor shall protect, defend, indemnify and save harmless the City, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting
from the negligent acts or omiSSions of the Contractor The Contractor agrees that Its obligations under thiS
subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its
employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the
City only, any Immunity that would otherwise be available against such claims under the industrial Insurance
prOVISion of Title 51 RCW. In the event the City obtains any judgment or award, and/or Incurs any cost arising
therefrom including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs
shall be recoverable form the Contractor.
Project PW-09-002
Page 3
Rev 0 I /08/2009
.'
.
.
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, anslng 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 Industnal Insurance provIsion of Title
51 RON 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. PREVAIUNG WAGE
This Contract IS subject to the requirements of Chapter 39.12 RON, 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 PREVAlLING 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 RON 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.
Project PW-09-002
Page 4
Rev 01/08/2009
"
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and speCifications
of thiS order, whether held by the City or returned, will be at Contractor's risk and expense.
16. SUBLElTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, 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 IMODIFICATlON
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 shalllnciude the language of thiS section In each of Its first tier subcontracts, and shall reqUire
each of Its subcontractors to Inciude 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 RON;
Have a current state umfied business Identifier number;
If applicable, have:
. Industrial Insurance coverage for the subcontractor's employees working In Washington as reqUired
In Title 51 RON;
. An employment security department number as reqUired In Tile 50 RON; and
. A state excise tax registration number as reqUired In Tile 82 RON;
. An electrical contractor license, If required by Chapter 19.28 RON;
. An elevator contract license, If reqUired by Chapter 70 87 RON
- Not be disqualified from bidding on any public works contract under RON 39.06 010 or 39 12 065(3).
Project PW-09-002
Page 5
Rev 01/08/2009
c
.
.
IN WITNESS WHEREOF, the parties have executed thiS Contract as of
\ ~,
ArYl )t-\~ 2009,
CONTRACTO/ .L J
By jv~~'
Printed Name: W;c2. W K '<- ~ e. q lh~:\
Title ? u:..6 \ \) e ~ l
Address 70 Dox \tx::::."1
City: ~AU.~A I \"'1\ OjB~'iS-
Tax ID #: _:rl:..JSC:C F35D5
Phone Number' 25"3 - f1'6-( - 5'lf<f
By
Printed Name'
((A--J-,OVlS
Purchase Order #' 1?JX'1 <0 ..J- J 39/ 0
Project PW -09-002
Rev 01/08/2009
Page 6
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
described 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.
General Scope: Repair/replace fencing at two City of Port Angeles faCIlities
Locations:
Site A: Mill Creek Reservolr-326 E Scnvner Road, Port Angeles
Site B: Pump Station #4-313 Manne Dnve, Port Angeles
Site C: Fire Statlon-102 E Sth Street, Port Angeles
Site Point of Contact:
Site A: Supenntendent Erme Kllmek-(360) 417-4855
Site B: Supenntendent Jeff Young-(360) 417-4845
Site C: Fire Marshal Ken Dubuc-{360) 417-4653
Work Hours: The contractor Will be allowed to work at each site 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 City's representative
for the respective tasks
Work Requirements:
Site A: Mill Creek Reservolr-326 E Scnvner Road, Port Angeles
1. Safely secure work zone from public.
2 All fenCing and debns to be removed as a result of thiS contract becomes the property of the Contractor
3 Site VISitS may be arranged through the City representative listed for each task or by calling Lucy Hanley
at 360-417-4541
Project PW -09-002
Page 7
Rev 01/08/2009
. .
4 Remove damaged chain link fence, post and connecting hardware Replace approximately 20ft of
damaged fence fabnc, 30ft of top rail, 1 fence post (2 4 In 0 D) and three strands of 30ft barbed wire
above fabnc to match eXisting chain link fence style and strength as the chain link fence
5 The photograph below depicts the eXisting damaged fence Tree IS already removed from site by City of
Port Angeles personnel
Project PW-09-002
Page 8
Rev 01/08/2009
.
.
Site B: Pump Station #4-313 Marine Drive, Port Angeles
1. Safely secure work zone from public
2 All fencmg and debris to be removed as a result of this contract becomes the property of the Contractor.
3 Site VISitS may be arranged through the City representative listed for each task or by calling Lucy Hanley
at 360-417-4541
4 Remove damaged cham link fence, posts and connectmg hardware Replace approximately 21ft of
damaged fence fabriC, center rail and top rail, 1 corner post (2 gm 0 D ), 1 gate post (2 gm 0 D ), 1
fence post (24m 0 D) and three strands of barbed wire above fabriC to match eXlstmg cham link fence
style and strength as the cham Imk fence Restore the double gate to orlgmal alignment
5 The photograph below depicts the eXlstmg damaged fence
Project PW -09-002
Page 9
Rev 01/08/2009
.
.
Site C: Fire Statlon-102 E 5th Street, Port Angeles
1 Safely secure work zone from public
2 All fencing and debris to be removed as a result of thiS contract becomes the property of the Contractor.
3 Site VISitS IS a MUST It can be arranged through the City representative listed for each task or by calling
Lucy Hanley at 360-417-4541
4 The eXisting fence IS 112 It In length and 4 It In height The fence height shall be Increased to 6 It
5 The eXisting fence fabriC IS damaged and In some areas With fabriC disconnected from top rail
6 There are 11 (2 In diameter) posts, and 2 (3 In diameter) corner posts embedded In concrete Posts
shall be extended to 8 It to accommodate the new height of fabriC
7 Two additional 32 It long fence sections shall be added to the eXisting fence The sections shall be 8 It
high
8 Two gates (16 It long) shall be added One of the gates shall be a hinged type and the other gate shall
be a roiling gate With wheels
9 The photograph below depicts the works described above
Project PW-09-002
Page 10
Rev 01/08/2009
.
.
City of Port Angeles
Operations Office
Public Works and Utllllles Department
360-417-4541
ATTACHMENT 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 Llabllltv 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 Llabllltv 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 25 03 11 85 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' Comoensatlon 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 Generalllabllltv 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.
Project PW-09-002
Page II
Rev 0 I /08/2009
.
.
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
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 PW-09-002
Page 12
Rev 01/08/2009
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "C"
PREVAILING WAGE RATES
, '
: .
See attached hstIng
1 WashIngton State PrevailIng Wage Rates For Pubhc Works Contracts, Clallam County, effective 08/31/2008
2 WashIngton State PrevaIlIng Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County,
Effective08/31/2008
Project PW-09-002
Page 13
Rev 01108/2009
.
.,
Slate 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 offrmge benefits
On public works proJects, workers' wage and benefit rates must add to not less than this total A brief deSCription
of overtime calculatron reqUirements IS provided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Classlficatton WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $3812 lH 50
BOILERMAKERS
JOURNEY LEVEL $53 37 lC 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45 05 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $46 32 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $4616 1M 50
CARPENTER $4616 1M 50
CREOSOTEO MATERIAL $46 26 1M 50
DRYWALL APPLICATOR $46 42 1M 50
FLOOR FINISHER $4616 1M 50
FLOOR LAYER $4616 1M 50
FLOOR SANDER $4616 1M 50
MILLWRIGHT AND MACHINE ERECTORS $4716 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 50
SAWFILER $4616 1M 50
SHINGLER $4616 1M 50
STATIONARY POWER SAW OPERATOR $4616 1M 50
STATIONARY WOODWORKING TOOLS $4616 1M 50
CEMENT MASONS
JOURNEY LEVEL $3812 lH 50
DIVERS & TENDERS
DIVER $9681 1M 50 8A
DIVER ON STANDBY $5419 1M 50
DIVER TENDER $49 84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $4709 11 50 8L
ASSISTANT MATE (DECKHAND) $46 58 11 50 8L
BOATMEN $47 09 11 50 8L
ENGINEER WELDER $4714 11 50 8L
LEVERMAN, HYDRAULIC $4871 11 50 8L
MAINTENANCE $46 58 11 50 8L
MATES $4709 11 50 8L
OILER $4671 11 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 34 IE 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 LINE PERSON
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
$7060
$1350
$13 BO
$1160
$3247
$4525
$48 28
$1600
$3931
$1565
$924
$59 22
$3481
$34 52
$58 62
$5020
Page 2
(See Benefit Code Key)
Over
TIme Holiday Note
Code Code Code
lE 5A
lE SA
lE SA
lE SA
1E SA
1E SA
1E SA
2A 6C
2A 6C
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A
4A
60
60
1H
SD
1Y
SG
1S
SJ
lH
SD
1
1
1
1
1
.
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
DUMP MAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e , dusting, vacuuming, Window cleaning, NOT
construction debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$855
$1053
$20 50
$5101
$38 83
$3812
$3247
$3812
$3812
$3812
$3812
$3931
$38 83
$3812
$3812
$38 83
$3812
$3812
$3812
$3812
$38 83
$3812
$38 83
$3247
$3812
$3812
$3812
$3931
$38 83
$3931
$3812
$3812
$3812
$3883
$29 65
$3812
$3247
$3812
$3812
$3812
$38 83
$3812
$3812
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
10 5A
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
lH 5D
1H 5D
lH 5D
lH 5D
lH 5D
lH 5D
1H 5D
Note
Code
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
.
**********************************************************************************************************
Classification
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER lEVEL C
HIGH SCALER
HOD CARRIERlMORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUilDER-MUD MAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELlNER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDERMAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRAYMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
STOCKPILER
TAMPER & SIMILAR ELECTRIC, AIR & GAS
TAMPER (MULTIPLE & SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPPER-TAILER
TRACK LABORER
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING SCREEO (AIR, GAS, OR ELECTRIC)
VIBRATOR
VINYL SEAMER
WELDER
WELL-POINT LABORER
Page 4
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$3812 lH 50
$3931 lH 50
$38 83 1H 50
$3812 1H 50
$3931 1H 50
$38 83 lH 50
$38 83 lH 50
$38 83 lH 50
$38 83 lH 50
$3812 lH 50
$3931 lH 50
$38 83 lH 50
$38 83 1H 50
$3247 1H 50
$38 83 1H 50
$38 83 lH 50
$38 83 lH 50
$3931 1H 50
$38 83 lH 50
$3812 1H 50
$3931 lH 50
$3812 lH 50
$38 83 lH 50
$38 83 1H 50
$3931 lH 50
$3812 1H 50
$38 83 lH 50
$3812 lH 50
$3812 1H 50
$3812 1H 50
$38 83 lH 50
$3812 lH 50
$38 83 lH 50
$38 83 lH 50
$3812 lH 50
$3812 1H 50
$38 83 lH 50
$38 83 lH 50
$3812 lH 50
$3812 1H 50
$3812 lH 50
$38 83 lH 50
$3812 lH 50
$38 83 lH 50
$3812 lH 50
$38 83 1H 50
$3812 lH 50
$3812 lH 50
$3883 lH 50
. .
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 lH 50
PIPE LAYER $38 83 lH 50
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 50
METAL FABRICATION (IN SHOP)
FITTERlWELOER $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 & PIPE FITTERS
JOURNEY LEVEL $6219 lG SA
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44 64 1T 50 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48 46 1T 50 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49 03 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4791 1T 50 BP
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $4791 1T 50 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $4700 1T 50 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $4742 1T 50 BP
BACKHOES, (75 HP & UNOER) $4700 1T 50 8P
BARRIER MACHINE (ZIPPER) $4742 1T 50 8P
BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 8P
BELT LOAOERS (ELEVATING TYPE) $4700 1T 50 8P
BOBCAT (SKIO STEER) $44 64 1T 50 8P
BROKK-REMOTE OEMOLlTION EQUIPMENT $44 64 1T 50 8P
BROOMS $44 64 1T 50 8P
BUMP CUTTER $4742 1T 50 8P
CABLEWAYS $4791 1T 50 8P
CHIPPER $4742 1T 50 8P
COMPRESSORS $44 64 1T 50 8P
CONCRETE FINISH MACHINE - LASER SCREEO $44 64 1T 50 8P
CONCRETE PUMPS $4700 1T 50 8P
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 50 8P
CONVEYORS $47 00 1T 50 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $4903 1T 50 BP
CRANE, FRICTION OVER 200 TONS $4829 1T 50 BP
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 50 BP
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 50 BP
CRANES, 45 TONS - 99 TONS, UNOER 150 FT OF BOOM (INCLUOING JIB $4791 1T 50 8P
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 50 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 50 8P
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 50 8P
CRANES, A-FRAME, OVER 10 TON $4700 1T 50 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 50 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIOGE TYPE ( 20 - 44 TONS) $4742 1T 50 8P
CRANES, OVERHEAO, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 50 8P
CRANES, OVERHEAD, BRIOGE TYPE (100 TONS & OVER) $48 46 1T 50 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 50 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 50 8P
CRUSHERS $4742 1T 50 8P
DECK ENGINEERlDECK WINCHES (POWER) $4742 1T 50 8P
DERRICK, BUILDING $4791 1T 50 8P
DOZERS, 0-9 & UNDER $47 00 1T 50 8P
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 50 8P
DRILLING MACHINE $4742 1T 50 8P
ELEVATOR AND MANLlFT, PERMANENT ANO SHAFT-TYPE $44 64 1T 50 8P
EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 50 8P
FINISHING MACHINE/BIOWELL GAMACO AND SIMILAR EQUIP $4742 1T 50 8P
FORK LIFTS, (3000 LBS AND OVER) $4700 1T 50 8P
FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 50 8P
GRADECHECKER AND STAKE MAN $44 64 1T 50 8P
GUARDRAIL PUNCH $4742 1T 50 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $47 00 1T 50 8P
HORIZONTALlDIRECTIONAL DRILL LOCATOR $4700 1T 50 8P
HORIZONTALlDIRECTIONAL DRILL OPERATOR $4742 1T 50 8P
HYDRALlFTS/BOOM TRUCKS (10 TON & UNOER) $44 64 1T 50 8P
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 50 8P
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $4791 1T 50 8P
LOADERS, OVERHEAD (8 YO & OVER) $4846 1T 50 8P
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $4742 1T 50 8P
LOCOMOTIVES, ALL $4742 1T 50 8P
MECHANICS. ALL $48 46 1T 50 8P
MIXERS. ASPHALT PLANT $4742 1T 50 8P
MOTOR PATROL GRAOER (FINISHING) $4791 1T 50 8P
MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 50 8P
MUCKING MACHINE. MOLE. TUNNEL DRILL ANOIOR SHIELD $4791 1T 50 8P
OIL DISTRIBUTORS. BLOWER OISTRIBUTION ANO MULCH SEEDING $44 64 1T 50 8P
OPERATOR
PAVEMENT BREAKER $44 64 1T 50 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 50 8P
PLANT OILER (ASPHALT. CRUSHER) $4700 1T 50 8P
POSTHOLE DIGGER, MECHANICAL $44 64 1T 50 8P
POWER PLANT $44 64 1T 50 8P
PUMPS, WATER $44 64 1T 50 8P
QUAD 9. 0-10. AND HD-41 $4791 1T 50 8P
QUICK TOWER-NO CAB. UNDER 100 FEET IN HEIGHT BASED TO BOOM $44 64 1T 50 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 50 8P
EQUIP
RIGGER ANO BELLMAN $44 64 1T 50 8P
Page 6
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
.
**********************************************************************************************************
Classification
ROLLAGON
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS
ROTD-MILL, ROTO-GRINDER
SAWS, CONCRETE
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDER & SCREED MAN
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORT ABLE 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 50 8P
$4742 1T 50 8P
$4700 1T 50 8P
$4791 1T 50 8P
$47 00 1T 50 8P
$4742 1T 50 8P
$44 64 1T 50 8P
$4791 1T 50 8P
$47 91 1T 50 8P
$4742 1T 50 8P
$47 00 1T 50 8P
$4700 1T 50 8P
$4742 1T 50 8P
$4742 1T 50 8P
$4791 1T 50 8P
$47 00 1T 50 8P
$47 00 1T 50 8P
$4742 1T 50 8P
$4742 1T 50 8P
$44 64 1T 50 8P
$4742 1T 50 8P
$39 29
$3721
$3781
$3518
$26 55
4A
4A
4A
4A
4A
SA
SA
SA
SA
SA
$27 68
$45 05
1M
SA
$1785
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
1
.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
.
**********************************************************************************************************
Classification
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FlEW OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SHIPBUILDING & SHIP REPAIR
BOILERMAKER
HEAT & FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION. OUTSIDE
CABLE SPUCER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE UNEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (UGHT)
TELEVISION GROUND PERSON
TELEVISION UNEPERSONIINSTALLER
TELEVISION SYSTEM TECHNICIAN
PREVAILING
WAGE
$1460
$60 56
$3414
$1088
$1967
$38 28
$4128
$55 27
$32 56
$48 28
$1216
$1716
$1466
$1466
$1929
$1215
$3818
$1031
$1967
$1323
$935
$1140
$1340
$32 34
$3146
$1758
$30 17
$29 26
$3146
$30 82
$3146
$29 26
$1667
$2219
$26 42
Page 8
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
1G
5A
11
6L
1
1R 5A
1R 5A
1E 6L
1H 6W
15 5J
1
1
1
1
1B
5A
1B
50
1E 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
Note
Code
.
CLALLAM COUNTY
EFFECTIVE 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
JOURNf,Y LEVEL $4361 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $3744 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $37 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS) $43 45 1T 50 BL
ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 BL
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 1T 50 BL
TRANSIT MIXER $23 73 1
WELL DRILUERS & 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 5D
2 1001-2000 HOURS 60 00% $23 26 lH 5D
3 2001-3000 HOURS 75 00% $29 96 lH 5D
4 3001-4000 HOURS 90 00% $34 85 lH 5D
1 0000-1000 HOURS 60 00% $26 26 lH 5D
2 1001-2000 HOURS 70 00% $29 22 lH 5D
3 2001-3000 HOURS 80 00% $3219 lH 5D
4 3001-4000 HOURS 90 00% $3515 lH 5D
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $43 26 lC 5N
2 1001-2000 HOURS 75 00% $44 95 lC 5N
3 2001-3000 HOURS 80 00% $46 63 lC 5N
4 3001-4000 HOURS 85 00% $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% $2878 1M 5A
3 2550-3000 HOURS 60 00% $30 44 1M 5A
4 3000-3750 HOURS 70 00% $3375 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 5D
2 1001-2000 HOURS 65 00% $34 05 1M 5D
3 2001-3000 HOURS 70 00% $35 78 1M 5D
4 3001-4000 HOURS 75 00% $3751 1M 5D
5 4001-5000 HOURS 80 00% $39 24 1M 5D
6 5001-6000 HOURS 85 00% $40 97 1M 5D
7 6001-7000 HOURS 90 00% $42 70 1M 5D
8 7001-8000 HOURS 95 00% $44 43 1M 5D
DRYWALL APPLICATOR
DRYWALL. METAL STUD. AND CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $2475 1M 5D
2 0701-1400 HOURS 60 00% $32 48 1M 5D
3 1401-2100 HOURS 68 00% $3527 1M 5D
4 2101-2800 HOURS 76 00% $38 06 1M 5D
5 2801-3500 HOURS 84 00% $40 84 1M 5D
Page 1
.
.
PREVAILING WAGE RATES
FOR
CLAllAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/412009
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
6 3501-4200 HOURS 92 00% $43 63 1M 50
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00% $24 70 1M 50
2 0701-1400 HOURS 60 00% $3242 1M 50
3 1401-2100 HOURS 68 00% $35 20 1M 50
4 2101-2800 HOURS 76 00% $37 98 1M 50
5 2801.3500 HOURS 84 00% $40 76 1M 50
6 3501-4200 HOURS 92 00% $43 54 1M 50
MILLWRIGHT AND MACHINE ERECTORS
1 1 st Penod 60 00% $28 67 1M 50
2 2nd Penod 65 00% $34 70 1M 50
3 3rd Penod 70 00% $36 48 1M 50
44th Penod 75 00% $38 26 1M 50
55th Penod 80 00% $40 04 1M 50
66th Penod 85 00% $4182 1M 50
77th Penod 90 00% $43 60 1M 50
88th Penod 95 00% $45 38 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
1 1 st Penod 60 00% $2819 1M 50
2 2nd Penod 65 00% $3418 1M 50
3 3rd Penod 70 00% $35 92 1M 50
44th Penod 75 00% $37 66 1M 50
55th Penod 60 00% $39 40 1M 50
66th Penod 85 00% $4114 1M 50
77th Penod 90 00% $42 88 1M 50
88th Penod 95 00% $44 62 1M 50
BRIDGE, DOCK AND WARF CARPENTERS
1 1 sl Penod 60 00% $28 07 1M 50
2 2nd Penod 65 00% $34 05 1M 50
3 3rd Penod 70 00% $35 78 1M 50
44th Penod 75 00% $3751 1M 50
55th Penod 80 00% $39 24 1M 50
66th Penod 85 00% $40 97 1M 50
77th Panod 90 00% $42 70 1M 50
88th Penod 95 00% $44 43 1M 50
CEMENT MASONS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1483 1H 50
2 1001-2000 HOURS 60 00% $17 80 lH 50
3 2001-3000 HOURS 70 00% $20 76 1H 50
4 3001-4000 HOURS 80 00% $23 73 1H 50
5 4001-5000 HOURS 90 00% $2669 lH 50
6 5001-6000 HOURS 95 00% $2818 1H 50
DRYWALL TAPERS
Page 2
.
.
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 1E 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 1E 5A
2 1001-2000 HOURS 50 00% $27 80 1E 5A
3 2001-3500 HOURS 55 00% $3311 lE 5A
4 3501-5000 HOURS 65 00% $3781 lE 5A
5 5001-6500 HOURS 75 00% $4251 1E 5A
6 6501-8000 HOURS 85 00% $4720 1E 5A
ELECTRICIANS - POWERLlNE 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% $3688 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 SPRAYER
1 0000-1000 HOURS 85 70% $44 76 4A 5A
2 1001-2000 HOURS 89 80% $46 49 4A 5A
3 2001-3000 HOURS 92 80% $47 76 4A 5A
ELEVATOR 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 1
2 1001~2000 HOURS 60 00% $855 1
3 2001-3000 HOURS 65 00% $855 1
4 3001-4000 HOURS 70 00% $855 1
5 4001-5000 HOURS 75 00% $905 1
6 5001-6000 HOURS 80 00% $966 1
7 6001-7000 HOURS 85 00% $1026 1
Page 3
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
31412009
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 7001-8000 HOURS 95 00% $1147 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION 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% $2537 1E 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% $29 17 1Y 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 7001.6000 HOURS 90 00% $4123 1Y 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-2000 HOURS 45 00% $28 92 1S 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 lS 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 lH 50
2 1001-2000 HOURS 70 00% $29 22 lH 50
3 2001.3000 HOURS 80 00% $3219 lH 50
4 3001.4000 HOURS 90 00% $3515 1H 50
INSULA TlON 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% $47 57 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 50 00% $2475 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 3501-4.200 HOURS 92 00% $43 63 1M 50
PAINTERS
JOURNEY LEVEL
1 0000-0750 HOURS 52 00% $20 35 28 5A
2 0751-1500 HOURS 56 00% $2144 28 5A
3 1501-2250 HOURS 60 00% $22 54 28 5A
4 2251-3000 HOURS 64 00% $24 52 28 5A
5 3001-3750 HOURS 68 00% $25 66 28 5A
6 3751-4500 HOURS 72 00% $26 82 28 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% $1608
9 4001-4500 HOURS 75 00% $1937
10 4501-5000 HOURS 80 00% $20 66
Page 5
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/412009
.
PrevaIling Overltme Holiday
Wage Code Code
$2196
$23 25
$24 54
$24 54
Stage of ProgressIon & Hour Range
11 5001-5500 HOURS 85 00%
12 5501-6000 HOURS 90 00%
13 6001-6500 HOURS 95 00%
14 5501-7000 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
ISEE POWER EQUIPMENT OPERATORS)
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 85 00%
4 3001-4000 HOURS 90 00%
REFRIGERA TION & 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
$34 48
$45 95
$49 20
$5137
$55 70
lG
1G
lG
1G
1G
Note
Code
5A
5A
5A
5A
5A
$35 43 1T 50 8P
$37 09 1T 50 8P
$3874 1T 50 8P
$40 39 1T 50 8P
$43 70 1T 50 8P
$45 35 1T 50 8P
$35 43
$37 09
$38 74
$40 39
$43 70
$45 35
$27 82
$2914
$30 44
$3150
$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 1
3 3rd Penod 70 00% $1250 1
44th Penod 75 00% $1339 1
55th Penod 80 00% $1428 1
66th Penod 85 00% $1617 1
77th Penod 90 00% $1607 1
88th Penod 95 00% $1696 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389 1
2 0901-1800 HOURS 55 00% $1628 1
3 1801-2700 HOURS 75 00% $20 84 1
4 2701-4000 HOURS 85 00% $2361 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-1000 HOURS 66 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 3601-4600 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 81 00% $33 03 1R 5A
5 3271-4080 HOURS 88 00% $34 97 1R 5A
6 4081-4899 HOURS 95 00% $3690 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-2000 HOURS 45 00% $23 63 1E 6L
2 2001-3000 HOURS 50 00% $34 27 1E 6L
3 3001-4000 HOURS 55 00% $36 24 1E 6L
4 4001-5000 HOURS 60 00% $38 22 lE 6L
5 5001-6000 HOURS 65 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 Overbme Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
6 6001-9000 HOURS 60 00% $4611 1E 6L
9 9001-10000 HOURS 65 00% $4799 1E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1900 18 5A
2 1001-2000 HOURS 60 00% $25 25 18 5A
3 2001-3000 HOURS 70 00% $26 46 18 5A
4 3001-4000 HOURS 75 00% $3010 18 SA
5 4001-5000 HOURS 60 00% $3171 18 5A
6 5001-6000 HOURS 65 00% $33 33 18 5A
7 6001-7000 HOURS 90 00% $34 95 18 5A
6 7001-6000 HOURS 95 00% $655 18 5A
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000-1000 HOURS 45 00% $665 1
2 1001-2000 HOURS 50 00% $964 1
3 2001-3000 HOURS 55 00% $1062 1
4 3001-4000 HOURS 60 00% $1160 1
1 0000-1000 HOURS 40 00% $655 1
2 1001-2000 HOURS 45 00% $665 1
3 2001-3000 HOURS 50 00% $964 1
4 3001-4000 HOURS 55 00% $1062 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 60 00% $1574 1
5 4001-5000 HOURS 65 00% $1672 1
6 5001-6000 HOURS 90 00% $1770 1
1 0000-1000 HOURS 60 00% $1160 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 60 00% $1574 1
6 5001-6000 HOURS 65 00% $1672 1
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
1 0000-1000 HOURS 50 00% $25 36 18 5A
2 1001-2500 HOURS 55 00% $2691 18 5A
3 2501-3500 HOURS 60 00% $26 42 18 5A
4 3501-4500 HOURS 70 00% $3150 18 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
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 4687-7000 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 WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/4/2009
.
Prevallmg Overtime Hohday
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
$1416
$1618
$1821
Page 9
1K
1K
1K
1K
1K
5A
5A
5A
5A
5A
Note
Code
.
.
ADDENDUM NO.1
TO
CONTRACT DOCUMENTS / INVITATION FOR BIDS
FOR
Fences Repair
Contract No. PW-09-002
NOTICE TO PROSPECTIVE BIDDERS
February 26, 2009
NOTICE IS HEREBY GIVEN that the Instructions and reqUirements of the subject bid are amended as
follows
1 The following change has been made to Site C Fire Station
The cham link fence fabric shall be black vinyl coated.
2 The Bid Opening Date remains unchanged 2 00 pm. March 02, 2009
This addendum must be acknowledqed In the space provided on the Bid Form In the Quotation Form that IS
submitted to the City Failure to do so may result In the proposal being rejected as non-responsive
i
M~ ~/~[::E~'~-6--~ -...
. "
Deputy Dlfector of Public Works,& Utilities
''''",
"
,\
PW-407 _13 [rev 09/18/02]
Page 1 of 1
/"'1' 1',,'
ili;,,[ ~::,~
fJ) l 11'11
~J :':,:::
rrl~ l'
I, 'I J:
, "I
I',: ,,~I (
",
, III
I,i,
Iii'!
,
11"
,
i,ll
,
" II
, r"
I ill"
~l' ':):,
':,[ '11,
Iff ~ I
"
, I"
:1,
I'
I"
~,
~ ,1' I'
~I L
: ,I,
ii, "
,
I '
IB.26'2009 08\11
.
.
,
, ,
,
, ,
i "
QUOTATION FORM
Fenrns Re'iAUr
PW-09-QQ2
#7711 P.003(003
I
-- ,I --- - -- - - -
The bldder;hereby bld$ the following amounts for all work (including labor, ElClUlpment, time and
materials) r;eQUlred to perform the work In the Statement of Work and this packolge. The City intends to
award a conlfact for Bid Item 1 In addition, Addillve Bid Item 1a will be considered for award based on
value and ~vt!labilitr of funds. _ ___ _ _ _ __ _ _ _ _ __
BID lYPI: BID AMOUNT
Lump Sum $
Sales Tax (8.4%) $
Total Bid: Site A $
Lump Sum $
Sales Tax (8.4%) $
Total Bid: Site B $
Lump Sum $
Sales Tax (8.4%) $
Total Bid: Site C $
L,L{MP6v..M, 1)
5~ksT~x t 0/9 "
I'D-\-..... \ 6:-leC ~ ~ l./D "",
O~TIDI\j
"
,
BID ITEM$
Site A - Mill Creek
Reservoir: :
1 ,!{.IY(l"'r!jrrl '~~"!l~ I I:, '
" ]' 1<'1.
I~ I it,
. "
i'l
, \ ' ~
Site B - PJm1.p
Statton #4, ,
LOCATION
326 E Scrivner Road,
Port An eles
, "
Site C - Fire Station
i r~
" I
,
Sl'.j.~: ~ Yf>~\ 01\ .,.
, ! i 10 c-k""Je.
i I +0 h \c...<.. ~
1
':
I,
,
"
j
i
; lJ
,
, ,
I
, ,
Project: P"'~09-002
, "
,
Page 2
"
,
,
, I
i
Rev 113012009
~,
~y )
/ O'~~
t11:L.
'I [I I.,
qli I ~
1,1'"
"
i,,(
"
,
, ,
:,;11
, II'
,
I,
';/ I'
'I' ;
I:
, '
I
,
I
I
:
I I'
"
,
"
,
'~
"
" :'
,; ~i'
r
f 'i
I,
I ,
. "
'.
:1 r
~ ~r' ~,
EB.26'2009 II\J5
, I
. .
#7715 P.002/002
"
"
i
"
I
SUPPLEMENTAL INFORMATION FORM
Fen= Reoalr
PW-09-002
1. The bi"d r hereby acknowledges thallt has received Addenda NO(S). I -:~;:2/
Enter" 'A" If none were ISSUed to this Request for Quotation package ''T
'I'
2. T~e rnim~ of the bidder submrtt.ng thIS bid and ~s business phone number and address, to which
address fill communications concerned wrth this bid and with the contract shall be sent, are listed
below.Ahy wntten notJces required by the terms of an awarded contract shall be served or mailed
to;the following address.
I 0
, I
Contractor InformatIOn:
1. Company lIlame:
,
I I
2. Address:;
, 'I
3. City, State, Zip Code:
I ~
4. ~ne N~lber
S. Contracll!>r Registration Number'
I
6. UBI NumbEjr:
J
7. WA StaIl1 Irdustrial Insurance A=unt Number:
I I
8. WA'State Employment Soolrity Dept Number:
I ;.J
9. Slale ExtIse Tax Reglstrabon Number
I
j4, ""; f..._V\.t:...,^::'l (J'l I ^<:...
? O. 60v VjnOq
L. ~..., l..l ,A..C< I W~ q8 .~9:6-
J'53 ~ 9.5/- 5<..11''1
.l'.lloJl Fe I <35s0A
001-45'-1- :;"'<tti
<aoIJ.o5-014
71~ e ~ IO()<=t
~ - \'5"9 ~ ?,O S'
: I'
The bid<:kll T'l'PleSents th..t ,t is qualified and possesses sufficient skills and the necessary capabilities
to parform;ttje services set forth in this Contract.
,I, ~JJ ~
sign~ b~! i 7rd-t- Y
Title'; E-s f _........~ r-
r I I
Pnnt~~: _ Tvb<'^ UQ.1 ("<- if.-
Date I ~~/;;'D6,,]
, ,
; I-J
I
I
ProJ~: pt t9-OO2
ll.ev, 113012009
,
,
, '
Pa\:c3
e,
TO: KIWI FENCING CO. INC.
PO BOX :1.009
WAUNA, WA 983.95
VENDOR 4i
275S:1.
REQ. NO.
:L3944
REQUISITIONED
P MCKEEN
SHIP VIA:
.
P.O. -#: 013910
DATE: 04/~4/09
INVOICE TO:
City of Port Angeles
ATTN: ACCOUNTS PAYABLE
PO l30X HSD
PORT ANGELES, WA 9B352 -
SHIP TO:
City of Port Angeles
FIRE P:El?J\RTMENT
102 E 5TH ST
PORT ANGE):;ES, WA .983152
BY
F.O.B.
FREIGHT
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
9826.DDDL SECURITY FENCING AT FIRE
DEPARTMENT
UNIT CO
LOD
SOB-TOTAL
TAX 8 .4
TOTAL
AUTHORI:?:ED BY
flu! v
EXTENDED
COST
9826 DO
9826.00
825 38
10651 38
-~---
,
.
.,
.,
P O. #. 013876
DATE 04/10/09
INVOICE TO
Clty of Port Angeles
ATTN ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO' KIWI FENCING CO INC
PO BOX 1009
WAUNA, WA 98395
SHIP TO,
Clty of Port Angeles
BUILDING I
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR # REQUISITIONED BY
27581
REQ NO SHIP VIA:
QUANTI TYUOM ITEM NO AND DESCRIPTION
1.00EA FENCE REPAIR AT MILL
CREEK RESERVOIR
1.00EA FENCE REPAIR AT MARINE
DRIVE PUMP STATION #4
FOB.
FREIGHT
TERMS
NET
EXTENDED
UNIT CO COST
1709 92 1709.92
1593.48 1593.48
SUB-TOTAL 3303.40
TAX 8.4 277.48
TOTAL 3580.88
----------------------------------------------------------------
REQ/ACCT DATE REQ BY
-------------------------------------------------------
0000013908 04/02/09 LUCY HANLEY
40273805344810
0000013908 04/02/09 LUCY HANLEY
40374805354810
PROJECT
18
17
----------------------------------------------------------
AUTHORIZED BY
.~
,
.
#0232 P.001/00l
APR 20'2009 08.37
.
MOOlFlCATlON OF CO:-lTltACT
CONTRACT NAME AND NUM1IllR: Fences R~tr; PW.(l9.0(I2
MODlFICA Tl0N NUM8aR. 2009-001
El'1'1lC11V'eDATIl. Apnl 20. 2009
PURCHASBOIIDER NO (ifnM'loeabJ.) 13910
DESCRJ1'TION m: MOOlFlCATlON
J. Seeti01l2 (page I), "Term orConlnlO.... iSlllOd,fted for S,I1: C, filo Slntion Ih".,lo <v.dOI(.OC< Ol\
tbe first dny oUb< reopeM>g oflbe Hood 0...1 a"dge follo"""g tbe bridge rer1acemem ~roJeet .tIC!
shall be e<1mpleted ...thm 21 eolendnr do)'" from thaI dnle
2 Thr "_!'rice $10,651 38. mclodnlS sak;, lax "nd.hall '"","In unchanged.
~pt ()$ p""vlde<l..rId e""~ here... all re...... and condition> "frhc controcl and Settlement A~...'
rcma/JI une"(lIlged and In fi<ll force and effCCJ
City of Port "ngotl)'.
Signotuno
f1~'7
Dale
\.
=*'- )
lo o,,/,
D:>te I