HomeMy WebLinkAbout4.624F Original Contract
..
.
.
City of Port Angeles
Pubhc Works & Utilities Dept
Operations Office
1703 SOulh B S'"et
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
.
LIMITED PUBLIC WORKS PROCESS
D Request for Quotation
~ Contract
Contract Title: CIa-Val Valves Repalf and Mamtenance, Project Number: DW-OB-009
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND MacNeill - Control Valve Solutions LLC ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as descnbed In Attachment "An (Attachment "An may Include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, SpeCifications, and any other related Contract Documents)
whIch IS attached hereto and by thiS reference IS Incorporated herein.
2. TERM OF CONTRACT
All work under thiS Contract IS to be completed as Indicated (check one)'
D All work under thiS Contract IS to be completed by thiS date
~ 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 $
~ Firm Fixed Pnce set forth In Contractor bid or quote In the amount of $ 5.550 08
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 DW-08-009
Page 1
Rev 6119/2008
...
, . .
E If dunng the course of the Contract, the work rendered does not meet the requirements set forth In the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract The City shall have the nght 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, ordinances and codes
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the
work, all necessary safeguards for the protection of workers and the public and shall post danger signs
warning against known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects In workmanship and/or
matenals discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects In workmanship and/or matenals In the corrected
work for one year after acceptance of the corrections by the City. The Contractor shall start work to
remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete
such work within a reasonable time. In emergencies where damage may result from delay or where loss of
service may result, such corrections may be made by the City, In which case the cost shall be borne by the
Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work Will
be otherwise accomplished and the cost of same shall be paid by the Contractor
C Warranty. Contractor shall be liable for any costs, losses, expenses or damages including
consequential damages suffered by the City resulting from defects In the Contractors work including, but
not limited to, cost of matenals and labor expended by the City In making emergency repairs and cost of
englneenng, inspection and supervision by the City. The Contractor shall hold the City harmless from any
and all claims which may be made against the City as a result of any defective work and the Contractor
shall defend any such claims at Its own expense. Where matenals or procedures are not speCified In the
Contract Document, the City Will rely on the profeSSional judgment of the Contractor to make appropnate
selections.
D. NondlSCnmlnatlon/Affirmatlve Action. Contractor agrees not to dlscnmlnate against any employee or
applicant for employment or any other persons In the performance of this Contract because of race, creed,
color, national ongln, mantal status, sex, age or handicap, or other circumstances as may be defined by
federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees
to post In conspIcuous places, available to employees and applicants for employment, notices to be
prOVided by Contractor setting forth the prOVISions of the nondlscnmlnatlon 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 anse 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. 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 matenal proVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the
Contract by the City, In whole or In part, and may result in lneliglbJiJty for further work for the City.
6. TERMINATION OF CONTRACT
A ThiS Contract shall terminate upon satisfactory completion of the work descnbed In Attachment "A"
and final payment by the City.
Project DW-08-009
Page 2
Rev 6119/2008
'.
'" . .
B. The City may terminate 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
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 herem
4 Contractor falls to make prompt payment to subcontractors for material or labor
S. Contractor persistently disregards federal, state or local regulations and ordmances
6. Contractor persistently disregards mstructlons of the Contract Administrator, or otherwise
substantially Violates the terms of thiS Contract.
7. The City determmes that sufficient operatmg funds are not available to fund completion of the work
contracted for.
C. In the event thiS Contract IS termmated 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 mcurred by the City In finishing the work, and all
damages sustamed by the City or which may be sustamed by reason of such refusal, neglect, failure or
dlscontmuance 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 Jomtly and severally
liable therefore to the City and shall pay such difference to the City Such expense and damages shall
Include all legal costs mcurred by the City to protect the rights 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
unfmlshed 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, mformatlon, 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 md,v,dual 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 arlsmg out of the performance of thiS
Contract must be made m wrltmg 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
makmg application for fmal 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 fmal payment mcludes 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, coord mate commUniCations,
and review and approve all InVOices, under thiS Contract
Project DW-08-009
Page 3
Rev 6119/2008
.,
.
.
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, ansmg out of or m 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 mdustnal msurance
provIsion of Title 51 RON In the event the City obtains any judgment or award, and/or Incurs any cost ansmg
therefrom mcludmg 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, Indemnify and save harmless the Contractor, ItS officers, employees and
agents from any and all costs, claims, judgments or awards of damages, ansmg out of or In any way resultmg
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 mdustnallnsurance prOVISion of Title
51 RCW In the event the Contractor obtams any judgment or award, and/or mcurs any cost ansmg therefrom
Includmg attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be
recoverable form the City.
11. INSURANCE
The Contractor shall mamtam Insurance as set forth m 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 m part or In whole With Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAIUNG RATE OF WAGE
as determmed by the Industnal StatistiCian of the Department of Labor and Industnes for the State of
Washmgton The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though
fully set forth herem.
Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevallmg 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 filmg fees. Each mvolce shall mclude a Signed statement that
prevallmg wages have been paid by the Contractor and all subcontractors Followmg 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 m 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 mvolClng. SubmiSSion shall be made on the form
developed by the Washmgton 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 prevallmg rates of wages for a speCific trade, craft or occupation
and such dispute cannot be adjusted by the parties In Interest, mcludlng 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 bmdmg on all parties mvolved m the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be mterpreted and construed In accordance With the laws of the State of Washmgton The
venue of any litigation between the parties regardmg this Contract shall be Clallam County, Washmgton.
Project DW-08-009
Page 4
Rev 6/19/2008
.
.
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 descnptlve 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 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
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 Independent contractor and not
a n em ployee of the City
18. EXTENT OF CONTRACT IMODIFICATION
ThiS Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either
wntten or oral. ThiS contract may be amended, modified or added to only by wntten Instrument properly
Signed by both parties hereto
ThiS Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either
wntten or oral. ThiS contract may be amended, modified or added to only by wntten Instrument properly
Signed by both parties hereto
19. SUBCONTRACTOR RESPONSIBILITY
The Contractor shall Include the language of thiS section In each of Its first tier subcontracts, and shall require
each of Its subcontractors to Include substantially the same language of thiS section In each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of thiS section apply to
all subcontractors regardless of tier.
At the time of subcontract execution, the Contractor shall venfy that each of ItS first tier subcontractors
meets the follOWing bidder responSibility cntena
- At the time of subcontract bid submittal, have a certificate of registration In compliance With chapter 18.27
RCW;
- Have a current state Unified bUSiness Identifier number;
- If applicable, have:
1) Industnallnsurance coverage for the subcontractor's employees working In Washington as reqUired In
TItle 51 RCW;
2) An employment secunty department number as reqUired In Tile 50 RCW; and
3) A state excise tax registration number as required In Tile 82 RCW,
4) An electncal contractor license, If reqUired by Chapter 19.28 RCW,
5) An elevator contract license, If reqUired by Chapter 70.87 RCW
- Not be disqualified from bidding on any public works contract under RCW 39 06 010 or 39.12 065(3)
PrOject DW-08-009
Page 5
Rev 6/1 9/2008
IN WITNESS WHEREOF, the parties have executed this Contract as of ~ '?+ Is, 2008.
CONTRACTOR CITY OF PORT ANGELES
By. ~ \ lc -2- L----
Pnnted Name: ijY\ C f?^L ~
Title: ~V .l:::?,~~J., t
.
By
)Jer! /
Pnnted Name:
Title: ell/I/{ ef'
Address: PO .Bt>x /51 ?
City: Extp,zvr7/e I;J/q
Tax ID # :; c. 0 7 4 ~ 7 '1 /
.
r83~&'
Phone Number: ;(,2:3 ' t, 7 7, ~9 ! I
Purchase Order #.
laICal
PrOject DW-08-009
Rev 6/19/2008
Page 6
City of Port Angeles
Operations Office
Public Works and Utllllles Department
360-417-4541
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, matenals, and eqUipment m order to accomplish
the project descnbed below Unless otherWise provided for m the Statement of Work, the Contractor
Will be responsible for obtammg and paymg for any and all permits reqUired for this work All work will
need to be done while valves are m-lme and Isolated No valves Will be removed and taken off site
Contractor shall provide wntten report to the City of Port Angeles stating all findmgs and mamtenance
performed on each assembly, mcludmg pilot settmgs City personnel Will provide traffic control and
confined space entry assistance as necessary
Work Hours The contractor Will be allowed to work at the specified locatIOns from 7 30 A M to 3 00
PM, Monday through Fnday Work outSide of these hours may be requested from and IS at the
discretIOn of the Water Supenntendent
Site Point of Contact Ernie Klimek, Supenntendent, 417-4855
Bid Item 1:
General Description: Annual Servlcmg and Mamtenance of Cia-Val Valves
Specifications: Annual Servlcmg, which consists of cleaning of all stramers, filters, speed controls
and pilot controls m accordance with manufacturer's recommended servlcmg practices In addition, the
pilot settmg will be adjusted to City SpeCificatIOns
Servicing Parts and Locations:
2" model # 90G-OIAS Vlewcrest & Peabody
6" model # 90G-OIAB
2" model # 90G-OIAS Crmg & Porter
6" model # 90G-OIAB
3" model # 90G-OIAS Del GUZZI @Motel8 (S of Hwy 101)
8" model # 90G-OIAB
3" model # 90G-OIAS Highland Hills Commumty
8" model #690G-OIAB
2" model #90G-OIABCSKC
6" model #90G-OIBCSYKC Falrmount Pump StatIOn
4" model #692G-OIBCKCO
8" model #92DG-07BCSYKCO
6" model #90G-OIAB Park StatIOn
6" model #90G-OIBCSY
2" model #90G-OIBCSY Campbell & Wabash
3" model #50A-OlB
I" model #124G-OI
Project DW-08-009
Page 7
Rev 6/19/2008
.
.
Bid Item 2:
General Description: Complete RebUild and Mamtenance of CIa-Val Valves
Specifications: Complete rebUild/replacement of all rubber parts m the mam valve and pIlot systems
wIth factory repan kIts Cleamng of cover and seatmg chambers, cIeamng of all screens, filters, all speed
controls, and cIeamng ofrestnctJon fittmgs Repan has to be m accordance wIth manufacturer's ongmal
specificatIOn
Servicing Parts and Locations:
3" model # 90G-OIAS REBUILD
8" model # 90G-OIAB REBUILD Del GUZZI & Lmdberg Rd
12" model # 208 REBUILD E Street ReserVOIr
16" model # 92G-OIB REBUILD Jones Street ReserVOIr
Project DW-08-009
Page 8
Rev 6/\ 9/2008
.
.
City of Port Angeles
Operations Office
Public Works and Utilities 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 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 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' 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 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
PrOject DW-08-009
Page 9
Rev 6/19/2008
,
". ,
.
.
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"lnsurance, 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, defimtlons, 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.
City of Port Angeles
Project DW-08-009
Page 10
Rev 6119/2008
Operations Office
Public Works and Utilities Department
360-417-4541
.
ATTACH.T "C"
PREVAILING WAGE RATES
See attached IIstmg
I Washmgton State PrevaIlIng Wage Rates For PublIc Works Contracts, Clallam County, effective 03-02-08
2 Washmgton State Prevmlmg Wage Rates For Pubhc Works Contracts - ApprentICes, Clallam County,
effective 03-02-08
Project DW-08-009
Page II
Rev 6/\9/2008
. State of Washington .
DEP,6; MENT 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 fnnge benefits
On public works proJects, workers' wage and benefit rates must add to not less than this total A bnef descnptlon
of overtime calculation reqUIrements IS provided on the Benefit Code Key
CLALLAM COUNTY
Effective 03-02-08
**********************************************************************************************************
Classification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$36 24
1H
50
$50 33
1C
5N
$43 75
1M
5A
$1467
$4391
$43 75
$43 75
$43 85
$43 79
$43 75
$43 75
$43 75
$44 75
$43 95
$43 75
$43 75
$43 75
$43 75
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1H 50
1M 50 8A
1M 50
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1E 5P
$36 24
$85 75
$44 22
$44 59
$44 08
$44 59
$44 64
$4621
$44 08
$44 59
$4421
$43 59
$937
.
CLALLAM COUNTY
Effective 03-02-08
.
**********************************************************************************************************
Classification
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 LINEPERSON
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
PREVAILING
WAGE
$55 05
$58 86
$5316
$5715
$28 83
$5125
$55 05
$1537
$1469
$56 53
$5164
$3715
$3919
$5164
$3919
$5164
$43 83
$5164
$3919
$1207
$60 85
$66 25
$1350
$1380
$1160
$3101
$43 76
$46 59
$1600
$36 75
$1565
$924
$59 22
$3481
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1E 5A
1E 5A
1E 5A
1E 5A
1E 5A
1E 5A
1E 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
50
1H
5G
1S
5J
1H
50
. CLALLAM COUNTY
Effective 03-02-08
.
**********************************************************************************************************
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
constructlon debriS cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB tON BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$807
$1053
$20 50
$4792
$36 75
$36 24
$3101
$36 24
$36 24
$36 24
$36 24
$37 20
$36 75
$36 24
$36 24
$36 75
$36 24
$36 24
$36 24
$36 24
$36 75
$36 24
$36 75
$3101
$36 24
$36 24
$36 24
$37 20
$36 75
$37 20
$36 24
$36 24
$36 24
$36 75
$28 45
$36 24
$3101
$36 24
$36 24
$36 24
$36 75
$36 24
$36 24
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
10 5A
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
. CLALLAM COUNTY .
Effective 03-02-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $36 24 1H 50
HAZARDOUS WASTE WORKER LEVEL A $37 20 1H 50
HAZARDOUS WASTE WORKER LEVEL B $36 75 1H 50
HAZARDOUS WASTE WORKER LEVEL C $36 24 1H 50
HIGH SCALER $37 20 1H 50
HOD CARRIERlMORTARMAN $36 75 1H 50
JACKHAMMER $36 75 1H 50
LASER BEAM OPERATOR $36 75 1H 50
MANHOLE BUILOER-MUOMAN $36 75 1H 50
MATERIAL YARDMAN $36 24 1H 50
MINER $37 20 1H 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36 75 1H 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $36 75 1H 50
PILOT CAR $3101 1H 50
PIPE POT TENDER $36 75 1H 50
PIPE RELlNER (NOT INSERT TYPE) $36 75 1H 50
PIPELA YER & CAULKER $36 75 1H 50
PIPELAYER & CAULKER (LEAD) $37 20 1H 50
PIPEWRAPPER $36 75 1H 50
POT TENDER $36 24 1H 50
POWOERMAN $37 20 1H 50
POWOERMAN HELPER $36 24 1H 50
POWERJACKS $36 75 1H 50
RAILROAD SPIKE PULLER (POWER) $36 75 1H 50
RE-TIMBERMAN $37 20 1H 50
RIPRAP MAN $36 24 1H 50
ROOOER $36 75 1H 50
SCAFFOLD ERECTOR $36 24 1H 50
SCALE PERSON $36 24 1H 50
SIGNALMAN $36 24 1H 50
SLOPER (OVER 20") $36 75 1H 50
SLOPER SPRA YMAN $36 24 1H 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $36 75 1H 50
SPREADER (CONCRETE) $36 75 1H 50
STAKE HOPPER $36 24 1H 50
STOCKPILER $36 24 1H 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $36 75 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $36 75 1H 50
TOOLROOM MAN (AT JOB SITE) $36 24 1H 50
TOPPER-TAILER $36 24 1H 50
TRACK LABORER $36 24 1H 50
TRACK LINER (POWER) $36 75 1H 50
TRUCK SPOTTER $36 24 1H 50
TUGGER OPERATOR $36 75 1H 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36 24 1H 50
VIBRATOR $36 75 1H 50
VINYL SEAMER $36 24 1H 50
WELDER $36 24 1H 50
WELL-POINT LABORER $36 75 1H 50
Page 4
. CLALLAM COUNTY .
Effective 03-02-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $36 24 1H 50
PIPE LAYER $36 75 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $43 79 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $33 94 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $807
PLUMBERS & PIPE FITTERS
JOURNEY LEVEL $57 34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $4214 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YO) $4541 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 50 8L
BACKHOES, (75 HP & UNDER) $44 50 1T 50 8L
BACKHOES, (OVER 75 HP) $44 92 1T 50 8L
BARRIER MACHINE (ZIPPER) $44 92 1T 50 8L
BATCH PLANT OPERATOR, CONCRETE $44 92 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $44 50 1T 5D 8L
BOBCAT (SKID STEER) $4214 1T 50 8L
BROOMS $4214 1T 5D 8L
BUMP CUTTER $44 92 1T 5D 8L
CABLEWAYS $4541 1T 50 8L
CHIPPER $44 92 1T 5D 8L
COMPRESSORS $4214 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $4214 1T 50 8L
CONCRETE PUMPS $44 50 1T 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 50 8L
CONVEYORS $44 50 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 50 8L
WITH ATACHMENTS)
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 50 8L
CRANES, A-FRAME, OVER 10 TON $44 50 1T 5D 8L
Page 5
. CLALLAM COUNTY .
Effective 03-02-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $4709 1T 50 BL
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44 92 1T 50 BL
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4541 1T 50 BL
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 50 BL
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 50 BL
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 50 BL
CRUSHERS $44 92 1T 50 BL
DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 50 BL
DERRICK, BUILDING $4541 1T 50 BL
DOZERS, 0-9 & UNDER $44 50 1T 50 BL
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 50 BL
DRILLING MACHINE $44 92 1T 50 BL
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $4214 1T 50 BL
EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 50 BL
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 50 BL
FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 50 BL
FORK LIFTS, (UNDER 3000 LBS) $4214 1T 50 BL
GRADE ENGINEER $44 50 1T 50 BL
GRADECHECKER AND STAKEMAN $4214 1T 50 BL
GUARDRAIL PUNCH $44 92 1T 50 BL
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 50 BL
HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 lT 50 BL
HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1T 50 BL
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $4214 1T 50 BL
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 50 BL
LOADERS, OVERHEAD (6 YO UP TO B YO) $4541 1T 50 BL
LOADERS, OVERHEAD (8 YO & OVER) $45 96 1T 50 8L
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44 92 lT 50 8L
LOCOMOTIVES, ALL $44 92 1T 50 8L
MECHANICS, ALL $4541 1T 50 8L
MIXERS, ASPHALT PLANT $44 92 1T 50 8L
MOTOR PATROL GRADER (FINISHING) $44 92 1T 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 50 8L
OPERATOR
PAVEMENT BREAKER $4214 1T 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 50 8L
PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 50 8L
POSTHOLE DIGGER, MECHANICAL $4214 1T 50 BL
POWER PLANT $4214 1T 50 8L
PUMPS, WATER $4214 1T 50 8L
QUAD 9, 0-10, AND HD-41 $4541 1T 50 8L
REMOTE CONTROL OPERA TOR ON RUBBER TIRED EARTH MOVING $4541 1T 50 8L
EQUIP
RIGGER AND BELLMAN $4214 1T 50 8L
ROLLAGON $4541 1T 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 50 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 50 8L
ROTO-MILL, ROTO-GRINDER $44 92 1T 50 8L
SAWS, CONCRETE $44 50 1T 50 8L
Page 6
Effective 03-02-08
. CLALLAM COUNTY .
**********************************************************************************************************
Classlficallon
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLIPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
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 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
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$44 92 lT 50 BL
$4541 1T 50 BL
$44 50 1T 50 BL
$44 92 1T 50 8L
$4214 1T 50 8L
$4541 1T 50 8L
$44 92 1T 50 8L
$44 92 1T 50 8L
$44 50 1T 50 8L
$44 50 1T 50 8L
$44 92 1T 50 8L
$44 92 1T 50 8L
$4541 1T 50 8L
$44 50 lT 50 8L
$44 50 1T 50 8L
$44 92 1T 50 8L
$44 92 1T 50 8L
$4214 1T 50 8L
$44 92 1T 50 8L
$3761
$35 73
$3619
$33 68
$25 43
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27 68
$43 75
1M
5A
$1785
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
$1460
. CLALLAM COUNTY .
Effective 03-02-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Hohday Note
ClassificatIOn WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $5541 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $33 04 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $1088
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
ROOFERS
JOURNEY LEVEL $36 78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $39 78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $5197 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $3146 1H 6W
HEAT & FROST INSULATOR $46 59 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 $36 08 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
CHAI N PERSON $935
INSTRUMENT PERSON $1140
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $30 66 2B 5A
HOLE DIGGER/GROUND PERSON $1719 2B 5A
INSTALLER (REPAIRER) $2941 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $28 53 2B 5A
SPECIAL APPARATUS INSTALLER I $30 66 2B 5A
SPECIAL APPARATUS INSTALLER" $30 05 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30 66 2B 5A
TELEPHONE EQUIPMENT OPERA TOR (LIGHT) $28 53 2B 5A
TELEVISION GROUND PERSON $1631 2B 5A
TELEVISION L1NEPERSON/INSTALLER $2168 2B 5A
TELEVISION SYSTEM TECHNICIAN $35 78 2B 5A
TELEVISION TECHNICIAN $2319 2B 5A
TREE TRIMMER $28 53 2B 5A
Page 8
. CLALLAM COUNTY .
Effective 03-02-08
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4196 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $35 79 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36 40 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $4119 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $4190 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $4190 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
3/2/2008
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% $1932 lH 50
2 1001-2000 HOURS 60 00% $2212 lH 50
3 2001-3000 HOURS 75 00% $2851 lH 50
4 3001-4000 HOURS 90 00% $3315 lH 50
1 0000-1000 HOURS 60 00% $25 02 lH 50
2 1001-2000 HOURS 70 00% $27 83 lH 50
3 2001-3000 HOURS 80 00% $30 63 lH 50
4 3001-4000 HOURS 90 00% $33 44 lH 50
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $40 86 lC 5N
2 1001-2000 HOURS 75 00% $42 44 lC 5N
3 2001-3000 HOURS 80 00% $44 02 lC 5N
4 3001-4000 HOURS 85 00% $45 60 lC 5N
5 4001-5000 HOURS 90 00% $4717 lC 5N
6 5001-6000 HOURS 95 00% $48 75 lC 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $2549 1M 5A
2 0751-2250 HOURS 55 00% $27 05 1M 5A
3 2251-3000 HOURS 60 00% $28 62 1M 5A
4 3001-3750 HOURS 70 00% $3174 1M 5A
5 3751-4500 HOURS 80 00% $34 87 1M 5A
6 4501-5250 HOURS 90 00% $37 99 1M 5A
7 5251-6000 HOURS 95 00% $39 56 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $26 68 1M 50
2 1001-2000 HOURS 65 00% $32 38 1M 50
3 2001-3000 HOURS 70 00% $34 00 1M 50
4 3001-4000 HOURS 75 00% $35 63 1M 50
5 4001-5000 HOURS 80 00% $3725 1M 50
6 5001-6000 HOURS 85 00% $38 88 1M 50
7 6001-7000 HOURS 90 00% $40 50 1M 50
8 7001-8000 HOURS 95 00% $4213 1M 50
DRYWALL APPLICA TOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $23 46 1M 50
2 0701-1400 HOURS 60 00% $30 78 1M 50
3 1401-2100 HOURS 68 00% $33 38 1M 50
4 2101-2800 HOURS 76 00% $35 98 1M 50
5 2801-3500 HOURS 84 00% $38 59 1M 50
Page 1
.
Stage of Progression & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 68 00%
4 3001-4000 HOURS 76 00%
5 4001-5000 HOURS 84 00%
6 5001-6000 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
1 1st Period 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 1st 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 1 sf 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 OvertIme Holiday Note
Wage Code Code Code
$4119 1M 5D
$23 52 1M 5D
$30 85 1M 5D
$33 46 1M 5D
$36 07 1M 5D
$38 69 1M 5D
$4130 1M 5D
$27 28 1M 5D
$33 03 1M 5D
$34 70 1M 5D
$36 38 1M 5D
$38 05 1M 5D
$39 73 1M 5D
$4140 1M 5D
$43 08 1M 5D
$26 80 1M 5D
$3251 1M 5D
$3414 1M 5D
$35 78 1M 5D
$3741 1M 5D
$39 05 1M 5D
$40 68 1M 5D
$42 32 1M 5D
$26 68 1M 5D
$32 38 1M 5D
$34 00 1M 5D
$35 63 1M 5D
$37 25 1M 5D
$38 88 1M 5D
$40 50 1M 5D
$4213 1M 5D
$1402
$1682
$1963
$22 43
$25 24
$26 64
1H
1H
1H
1H
1H
1H
5D
5D
5D
5D
5D
5D
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
PrevaIling OvertIme Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $28 29 1E 5P
2 1001-2000 HOURS 55 00% $29 82 1E 5P
3 2001-3000 HOURS 65 00% $32 88 1E 5P
4 3001-4000 HOURS 75 00% $35 94 1E 5P
5 4001-5000 HOURS 85 00% $39 00 1E 5P
6 5001-6000 HOURS 90 00% $40 53 1E 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 40 00% $2249 1E 5A
2 1001-2000 HOURS 50 00% $26 30 1E 5A
3 2001-3500 HOURS 55 00% $3146 1E 5A
4 3501-5000 HOURS 65 00% $35 85 1E 5A
5 5001-6500 HOURS 75 00% $40 26 1E 5A
6 6501-8000 HOURS 85 00% $44 65 1E 5A
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEY LEVEL LlNEPERSON
1 0000-1000 HOURS 60 00% $33 08 4A 5A
2 1001-2000 HOURS 63 00% $34 30 4A 5A
3 2001-3000 HOURS 67 00% $35 87 4A 5A
4 3001-4000 HOURS 72 00% $37 97 4A 5A
5 4001-5000 HOURS 78 00% $40 42 4A 5A
6 5001-6000 HOURS 86 00% $43 76 4A 5A
7 6001-7000 HOURS 90 00% $45 34 4A 5A
POLE SPRA YER
1 0000-1000 HOURS 85 70% $43 55 4A 5A
2 1001-2000 HOURS 89 80% $45 23 4A 5A
3 2001-3000 HOURS 92 80% $46 45 4A 5A
ELEVA TOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 50 00% $2161 4A 60
2 1001-1700 HOURS 55 00% $39 43 4A 60
3 1701-3400 HOURS 65 00% $44 00 4A 60
4 3401-5100 HOURS 70 00% $46 88 4A 60
5 5101-6800 HOURS 80 00% $5153 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $807
2 1001-2000 HOURS 60 00% $807
3 2001-3000 HOURS 65 00% $807
4 3001-4000 HOURS 70 00% $845
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
3/2/2008
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% $21 18 1E SA
2 0801-1500 HOURS 65 00% $22 58 1E SA
3 1601-2400 HOURS 70 00% $23 97 1E SA
4 2401-3200 HOURS 75 00% $25 37 1E SA
5 3201-4000 HOURS 80 00% $26 76 1E SA
6 4001-4800 HOURS 85 00% $2816 1E SA
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $24 38 1H 5G
2 1001-2000 HOURS 55 00% $26 32 1H 5G
3 2001-3000 HOURS 60 00% $28 26 1H 5G
4 3001-4000 HOURS 65 00% $3019 lH 5G
5 4001-5000 HOURS 70 00% $3213 1H 5G
6 5001-6000 HOURS 75 00% $34 07 lH 5G
7 6001-7000 HOURS 80 00% $3601 lH 5G
8 7001-8000 HOURS 90 00% $39 88 lH 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-1000 HOURS 40 00% $2647 1S 5J
2 1001-2000 HOURS 45 00% $2814 1S 5J
3 2001-3000 HOURS 50 00% $29 82 1S 5J
4 3001-4000 HOURS 55 00% $3150 1S 5J
5 4001-6000 HOURS 65 00% $34 85 1S 5J
6 6001-8000 HOURS 75 00% $3821 lS 5J
7 8001-10000 HOURS 85 00% $41 56 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $25 02 lH 50
2 1001-2000 HOURS 70 00% $27 83 lH 50
3 2001-3000 HOURS 80 00% $30 63 lH 50
4 3001-4000 HOURS 90 00% $33 44 1H 50
INSULA nON 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% $28 08 10 SA
2 0751-1500 HOURS 70 00% $29 70 10 SA
Page 4
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
3 1501-2250 HOURS 75 00% $39 82 10 5A
4 2251-3000 HOURS 80 00% $4144 10 5A
5 3001-3750 HOURS 90 00% $44 68 10 5A
6 3751-4500 HOURS 90 00% $44 68 10 5A
7 4501-5250 HOURS 95 00% $46 30 10 5A
8 5251-6000 HOURS 95 00% $46 30 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $25 02 lH 50
2 1001-2000 HOURS 7000% $27 83 lH 50
3 2001-3000 HOURS 8000% $30 63 lH 50
4 3001-4000 HOURS 90 00% $33 44 lH 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $25 02 1H 50
2 1001-2000 HOURS 70 00% $27 83 1H 50
3 2001-3000 HOURS 80 00% $30 63 1H 50
4 3001-4000 HOURS 90 00% $33 44 1H 50
LA THERS
JOURNEY LEVEL
1 0000-0700 HOURS 50 00% $23 46 1M 50
2 0701-1400 HOURS 60 00% $30 78 1M 50
3 1401-2100 HOURS 68 00% $33 38 1M 50
4 2101-2800 HOURS 76 00% $35 98 1M 50
5 2801-3500 HOURS 84 00% $38 59 1M 50
6 3501-4200 HOURS 92 00% $4119 1M 50
PAINTERS
JOURNEY LEVEL
1 0000-0750 HOURS 52 00% $1974 28 5A
2 0751-1500 HOURS 56 00% $2081 28 5A
3 1501-2250 HOURS 60 00% $21 88 28 5A
4 2251-3000 HOURS 64 00% $2381 28 5A
5 3001-3750 HOURS 68 00% $24 93 28 5A
6 4001-4800 HOURS 72 00% $26 06 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% $1808
Page 5
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
9 4001-4500 HOURS 75 00% $1937
10 4501-5000 HOURS 80 00% $20 66
11 5001-5500 HOURS 85 00% $2196
12 5501-6000 HOURS 90 00% $23 25
13 6001-6500 HOURS 95 00% $24 54
14 6501-7000 HOURS 95 00% $24 54
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00% $35 53 18 SA
2 2001-4000 HOURS 62 50% $46 65 18 SA
3 4001-6000 HOURS 70 00% $49 70 18 SA
4 6001-8000 HOURS 75 00% $5172 18 SA
5 8001-10000 HOURS 85 00% $55 77 18 SA
POWER EQUIPMENT OPERA TORS
BACKHOES. 175 HP & UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65 00% $33 39 1T 5D 8L
2 1001-2000 HOURS 70 00% $34 98 1T 5D 8L
3 2001-3000 HOURS 75 00% $36 56 1T 5D 8L
4 3001-4000 HOURS 80 00% $3815 lT 5D 8L
5 4001-5000 HOURS 90 00% $4133 1T 5D 8L
6 5001-6000 HOURS 95 00% $4291 1T 5D 8L
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
ISEE POWER EQUIPMENT OPERA TORSI
1 0000-1000 HOURS 65 00% $33 39
2 1001-2000 HOURS 70 00% $34 98
3 2001-3000 HOURS 75 00% $36 56
4 3001-4000 HOURS 80 00% $3815
5 4001-5000 HOURS 90 00% $4133
6 5001-6000 HOURS 95 00% $4291
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00% $26 65 4A SA
2 1001-2000 HOURS 80 00% $27 88 4A SA
3 2001-3000 HOURS 85 00% $2913 4A SA
4 3001-4000 HOURS 90 00% $30 37 4A SA
REFRIGERA T10N & AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00% $1384
2 2001-4000 HOURS 55 00% $1522
3 4001-6000 HOURS 60 00% $1661
4 6001-8000 HOURS 70 00% $1938
5 8001-10000 HOURS 85 00% $23 53
RESIDENTIAL CARPENTERS
Page 6
. . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
PrevaIling Overtime Holiday Note
Stage of ProgressIOn & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 1 st Penod 60 00% $1071 1
2 2nd Penod 65 00% $1160 1
3 3rd Period 70 00% $1250 1
44th Penod 75 00% $1339 1
55th Penod 80 00% $1428 1
66th Penod 85 00% $1517 1
77th Penod 90 00% $1607 1
88th Penod 95 00% $1696 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389
2 0901-1800 HOURS 5500% $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% $807
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% $1703 1E 6L
2 0901-1800 HOURS 60 00% $1794 1E 6L
3 1801-2700 HOURS 65 00% $1927 1E 6L
4 2701-3600 HOURS 7000% $2019 1E 6L
5 3601-4500 HOURS 75 00% $21 35 1E 6L
6 4501-5400 HOURS 80 00% $22 26 1E 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $23 83 lR 5A
2 0821-1630 HOURS 67 00% $25 70 lR 5A
3 1631-2450 HOURS 74 00% $27 56 lR 5A
4 2451-3270 HOURS 81 00% $3172 lR 5A
5 3271-4080 HOURS 88 00% $33 59 lR 5A
6 4081-4899 HOURS 95 00% $35 45 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOPI
1 0000-2000 HOURS 45 00% $22 90 1E 6L
2 2001-3000 HOURS 50 00% $3163 lE 6L
3 3001-4000 HOURS 55 00% $33 53 1E 6L
4 4001-5000 HOURS 60 00% $35 46 1E 6L
5 5001-6000 HOURS 65 00% $37 40 lE 6L
Page 7
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
6 6001-7000 HOURS 70 00% $3931 1E 6L
7 7001-8000 HOURS 75 00% $4124 1E 6L
8 8001-9000 HOURS 80 00% $4316 1E 6L
9 9001-10000 HOURS 85 00% $45 09 1E 6L
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1797 18 5A
2 1001-2000 HOURS 60 00% $20 08 18 5A
3 2001-3000 HOURS 70 00% $26 94 18 5A
4 3001-4000 HOURS 75 00% $28 46 18 5A
5 4001-5000 HOURS 80 00% $29 98 18 5A
6 5001-6000 HOURS 85 00% $31 51 18 5A
7 6001-7000 HOURS 90 00% $33 03 18 5A
8 7001-8000 HOURS 95 00% $34 56 18 5A
SPRINKLER FITTERS (FIRE PROTECTIONl
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% $807 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% $24 35 18 5A
2 1001-2500 HOURS 55 00% $25 82 18 5A
3 2501-3500 HOURS 60 00% $27 27 18 5A
4 3501-4500 HOURS 70 00% $30 22 18 5A
TERRAZZO WORKERS & TILE SETTERS
Page 8
Stage of ProgressIon & Hour Range
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2500 HOURS 55 00%
3 2501-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
5 4501-5500 HOURS 80 00%
6 5501-6250 HOURS 90 00%
7 6251-7000 HOURS 95 00%
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 WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/2/2008
Prevailing OvertIme Holiday Note
Wage Code Code Code
$25 00 1M 5A
$26 53 1M 5A
$28 06 1M 5A
$31 12 1M 5A
$3419 1M 5A
$37 25 1M 5A
$38 78 1M 5A
$1523
$20 55
$24 05
$28 06
$32 69
1K
1K
lK
lK
lK
5A
5A
5A
5A
5A
$1416
$1618
$1821
Page 9
! !: G7/29/2GG8
II "
, .' >,
. . .
i,1
. :il
I: II
:f'!lll
ill
! Ii I
: I,
. ,
ii'
j II
<.1
: ;'1
1111
1,1
! I!
. I i
1
.' I
, I
II,
"
il Ii 1
,II';;
. ,
I,
'i .
: '
: I
:,'1
, I
111
" I
: I
,.1
Ii
, ,
: II
i':I'/:
,11':1,;
, III
, ~I ,
, "
, ,
" I
"
:/
...,. I
. I
: 'I
',I
i:1
.11
.1,
, I
" I
i;' i
': i
: ';1'
,i 'J 1
f,1
"':1'
:1\
, 'I
I
11: f9 253299.; FEDEXKINKOSl 788 .
II QUOTATION FORM
. Cia-Val Vales Repair and Maintenance, DW-08-009
[ The ~idder h-;;;;'by bids the follOWIng amounts for all wol1< (Including labor, equipment, bme and materials) J
requlre~~nn the work In the Statement of Work and thiS package.
I --, . .
1. Bid Ttcm~:
I
Bid II-"m 1 - Annual Servicing Lump Sum
,
I
Bid Ir' m 2 - C~pleta Rebuild. Lump Sum
Subtotal'
i
I
I
I Totel Bid $
,
I
2. The bidder ),erebY acknOWledges that 11 has received Addenda NO(s) .J / /0r
(Enter 'NIA' If none were Issued) to this Request for Quotation package ,
PAGE G3/14
$
RLfu.oo
$ 4~8 0 o'D
$ SIOZo.QU
,
Lf 3 cJ, &~
55:/)'0, 08"
,
Sales Tax (8 4%) $
3, The name ~f the bidder submlltlng this bid and ds bUSiness phone number and address. to Which address ell
communlca1lOflS concemed WIth this bid and with the contract shall be sent, are listed below. Any wntlen notices
reqUIred by lhr lenns of an awarded contract shall be served or mailed to the follOWing address.
contractor In1'prma~on:
1. Company lllame'
I
2. Address' I
3. CIty, State, FP Code:
4 Phone Numj:ler:
I
5. COnttactor ~slraUon Number:
6,UBINUmbeh 0~ 7'7/ 008'
7. WAstate IJ.dUSll'lal Insurance Account Number: 035 (j C! oy B-5, 035 Dq 0 '1 ~S
I '
8. WA state EfPloyment Securtty Dept Number: tJ 1.At '* 6~o Lt -IO;;l q C? ~
9. Slate ExcIse Tax Registration Number: J.. (.. - (; 7 L-f ~ f q J
,
I
I
The bidder ::iPresenls that " IS qualified and possesses sufficient skills and the necessary capabilities
to perfonm thr servlces set forth In thiS Contract. . ~
Signed by! M CI f-I- At tJ c JI) fl, 1/- ~ L~ -...
Tille I Dti~V' ~~.e>r~+Dr
Pnnted Nam, Meet+- M ) ~; / /
Date ! 7/ a...q / .2 o()8
I I
/lA~NI.III-GI1-+ro'
Po Box 1)'7 f5
8+or,v:lle ,W~ '1832-8
.
,;{53-c"77-8Cj I(
MA-c-A!EeVCf.i3 P,2
Vo..lve.. ~ (v.. f! 0/1 S' LL(
r/,z..}orr
Project: DW-p8-009
Page 2
Rev. 6/181200&
". .
'.
.
.
P.O. #: 012167
DATE. 08/06/08
INVOICE TO:
Clty of Port Anqeles
ATTN: ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO. MACNEILL CVS, LLC
PO BOX 1578
EATONVILLE, WA 98328
SHIP TO:
City of Port Angeles
BUILDING I
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
27444
REQ. NO.
12012
REQUISITIONED BY
LUCY HANLEY
SHIP VIA:
FOB.
FREIGHT
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
1.00EA DW-08-009 - CLA-VALVES
REPAIR AND MAINTENANCE
UNIT CO
5120.00
EXTENDED
COST
5120.00
SUB-TOTAL
TAX 8.4
TOTAL
5120.00
430.08
5550.08
AUTHORIZED BY