HomeMy WebLinkAbout4.623Q Original Contract
~I
CIty ofPor! AnIS
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 Retrofit WWfP BOiler/Burner to Autoflame Svstem , Project Number. WW-07-014
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Proctor Sales Inc.. Combustion & Control DIvIsion ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described In Attachment "Au (Attachment "Au may Include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, SpeCifications, and any other related Contract Documents)
which IS attached hereto and by this reference IS Incorporated herein.
2. TERM OF CONTRACT
All work under this Contract IS to be completed as indicated (check one):
o All work under this Contract IS to be completed by this date
IZI All work under this Contract IS to be completed --1!L calendar 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 $_
IZI Firm Fixed Pnce set forth In Contractor bid or quote In the amount of: $19.72880
The Contractor shall do all work and furnish all tools, matenals, and equipment, In accordance
with and as described In the Attachment "A"
The Contractor shall provide and bear the expense of all eqUipment, work and labor of any sort
whatsoever that may be reqUired for the transfer of matenals and for constructing and completing
the work provided for In this contract and every part thereof. except as are mentioned In the
speclflcaltons 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 WW-07-014
2/16/2007
Page 1
Rev
E. If dunng the course of the cona, the work rendered does not meet the .Irements 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. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply with all applicable provIsions of federal, state and local regulations, ordinances and codes
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the
work, all necessary safeguards for the protection of workers and the public and shall post danger signs
warning against known or unusual hazards
B Correction of Defects Contractor shall be responsible for correcting all defects In workmanship and/or
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, manta I 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. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the
work done under thiS Contract. Any violation of the prOVIsions of thiS paragraph shall be conSidered a violation of
a 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 ineligibility 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
B. The City may terminate the Contract and take possession of the premises and all matenals thereon
Project WW-07-014
2/16/2007
Page 2
Rev
and finish the work by whatever .0dS It may deem expedient, by giving 1<.s 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 ROO. 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 WW-07-014
2/16/2007
Page 3
Rev
.
.
B The City shall protect, defend, Indemnify and save harmless the Contractor, Its officers, employees and
agents from any and all costs, claims, Judgments or awards of damages, arising out of or In any way resulting
from the negligent acts or omiSSions of the City The City agrees that ItS obligations under thiS subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or
agents For thiS purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
Immunity that would otherwise be available against such claims under the Industrial Insurance provIsion of Title
51 RCW In the event the Contractor obtainS any Judgment or award, and/or Incurs any cost arising therefrom
including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be
recoverable form the City
11. INSURANCE
The Contractor shall maintain Insurance as set forth In Attachment B
12. PREVAIUNG WAGE
This Contract IS subject to the requirements of Chapter 39.12 ROO, and as It may be amended, relating to
prevailing wages. On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAIUNG RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though
fully set forth herein.
Prior to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries
It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage" The
Contractor shall be responsible for all filing fees Each inVOice shall Include a Signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. FollOWing the final acceptance
of services rendered, Contractor shall submit an "AffidaVit of Wages Paid".
For a contract award or an on-call contract work order under $2,500, and In accordance With ROO 39 12.040(2),
the contractor or subcontractor IS authOrized to submit a combined Statement Of Intent To Pay Prevailing Wages
& AffidaVit Of Wages directly to the City of Port Angeles at final InvoIcing SubmiSSion shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute arises as to what are the prevailing rates of wages for a speCific trade, craft or occupation
and such dispute cannot be adjusted by the parties In Interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and hiS
deCISion shall be final, conclUSive, and binding on all parties Involved In the dispute
13. INTERPRETATION AND VENUE
ThiS Contract shall be Interpreted and construed In accordance With the laws of the State of Washington The
venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington
14. BRANDS OR EQUAL
When a speCial "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards
of quality, performance, or use deSired Brands of equal quality, performance, and use shall be conSidered,
prOVided Contractor speCifies the brand and model and submits deSCriptive literature when available Any bid
containing a brand which IS not of equal quality, performance, or use speCified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid.
Project WW-07-014
2/16/2007
Page 4
Rev
.
.
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. SUBLETIING 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
an employee 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
written 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
written or oral This contract may be amended, modified or added to only by wntten Instrument properly
signed by both parties hereto.
IN WITNESS WHEREOF, the parties have executed thiS Contract as of
(()J( t.{
,
,2007.
Project WW-07-014
2/16/2007
Page 5
Rev
,
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-41 7-4541
.
ATTACHM. "A"
WORK BY CONTRACTOR
SCOPE OF WORK
The Contractor shall do all work and furnIsh all labor, tools, matenals, and eqUIpment m order to
accomphsh the followmg project
General Scope InstallatIOn, startup, commlsslOmng, and combustIOn tumng of a new Autoflame Mml
Mk 6M M CombustIOn Management System (or approved equal) to the CIty of Port Angeles Waste
Water Treatment Plant Also mcluded IS all associated parts to make thIs complete and useable
mcludmg steam pressure sensor, gas servo wIth 3" threaded butterfly valve, servo for control of air and
OIl, and ultra VIOlet flame scanner
I) Remove all eXlstmg flmne safeguard and modulatmg controls m preparatIOn for retrofit
2) Install new servos m place of eXlstmg Honeywell modulatIOn motor to control fuel and air
pOSll1omng
3) Integrate new Autoflame Mml Mk 6M M flame safeguard/mICro modulal1on control mto the eXlstmg
control panel mcludmg all wmng changes and electncal upgrades New burner management control
shall be commIssIOned and tuned for opl1mum efficIency
4) Perform a combustIOn analYSIS and proVIde report of results to the CIty of Port Angeles
5) All work IS to be performed by a quahfied bOIler servIce technIcIan
6) The eXlstmg bOIler proVIdes essenl1al heatmg to the Wastewater Treatment Plant dlgestors The
bOIler can only be m a non-operatIOnal state for a maxImum of three davs At that pomt, the botler WIll
be reqUIred to be operal1onal to reheat the dlgestors The dlgestors must be brought back mto stable
operal1onal parmneters before any addll10nal outages can occur
EXlstmg BOller Informal1on
Manufacturer Cleaver Brooks
Model NCB200-40
Input 1675000
Pressure 15 pSI
Date 5-2-93
BTU/HR Methlgas 12 0 gph
Project WW-07-014
2/16/2007
Page 6
Rev
~
-------0
i~,"
~~~~
.b'\lY''\
C9~ ~ @@QO@rp
\ Jli_~~ ~~=:J~
"~~" [r:==='= --
ffiilL:!11~1;11[\.~ -J IDiffi ~~I
\\\m\!ij[).~~l'5.:;n.~l!mlill1lE~~~(ffilli~
I @!,r*\'mR~ @@ ~k'j,'ffi':,\, Mmti@ID
1 '@i"""V~Am~;rcr;:rI!l"
']:')L_~___________~~ ~
--------~-~
PrOjectVVVV-07-014
2/16/2007
Page 7
Rev
",
,
S'!~
It'
: ~.~ II , V
---
~ 5' I' .,
I ,
I ,
11_, ~;=-,- -, I'
" If . It _-,___-;;,---, \
I, 4.. I
' I'
L _0 .......
~
..
i' 5' .'
:,1.
, ,
,/
"
"
N
Ie,
, ,
-.:
WW-07-014
PrOject
2/16/2007
Rev
Page 8
.
Cieav;eIr?~tIDll"iDl~
~ ' ! ~ ~ . J..;. .~ j f r 1
" '
PrOject WW-07-014
2/] 6/2007
Page 9
Rev
AddItional ReqUIrements and InformatIOn
I) Work WIll be performed at the Port Angeles Wastewater Treatment Plant located at 1509 E ColumbIa
St, Port Angeles W A 98362
2) All work shall be executed m strIct accordance wIth the latest edItion of the followmg standards and
codes and all local ordmances and regulations, and shall meet mdustry standards The Contractor IS
reqUIred to obtam all permIts reqUIred by CIty of Port Angeles mumcIpal codes and the current adopted
codes
1 international BUIldmg Code (IBC)
2 internatIOnal ResIdental Code (IRC)
3. Umform Plumbmg Code (UPC)
4 InternatIOnal Fuel And Gas Code (IFGC)
5 InternatIOnal MechanIcal Code (IMC)
6 Washmgton State Energy Code (WSEC)
7 Washmgton State Ventilation And Indoor AIr QualIty Code (VIAQ)
8 ANSI 117 (Ada AccessablIty Code)
9 InternatIOnal FIre Code (IFC)
10 National Electncal Code (NEC)
II. Underwnters Laboratones (UL)
3) Work must be performed dunng normal workmghours, 7.00 a m to 3 30 p m. Monday through
Fnday excludmg holIdays Work outsIde ofthese hours IS at the sole dIscretIon of the Port Angeles
Wastewater Treatment Plant Supenntendent
Project WW-07-014
2/16/2007
Page 10
Rev
4) . Subcontractor Responslblli'
.
1 ) The Contractor shall Include the language of this section In each of ItS first tier
subcontracts, and shall require each of ItS subcontractors to Include substantially the
same language of this section In each of their subcontracts, adjusting only as
necessary the terms used for the contracting parties The requirements of this
section apply to all subcontractors regardless of tier
2 ) At the time of subcontract execution, the Contractor shall 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 m compliance with
chapter 18 27 RCW,
Have a current state umfied busmess Identifier number,
If applicable, have
. Industnal msurance coverage for the subcontractor's employees workmg m Washmgton as
reqUired m Title 51 RCW,
· An employment secunty department number as reqUired m Tile 50 RCW, and
. A state excise tax registration number as reqUired m Tile 82 RCW,
. An electncal contractor license, If reqUired by Chapter 19 28 RCW,
· An elevator contract license, If reqUired by Chapter 7087 RCW
- Not be disqualified from blddmg on any public works contract under RCW 39 06 010 or
39 12065(3)
Project WW-07-014
2/16/2007
Page II
Rev
.
.
City of Port Angeles
Operations Office
Public Works and Utllilies 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 Liabllitv 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 Liabllitv 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 Liabllitv Insurance with a minimum combined single limit for bodily Injury and property
damage of $1,000,000 per accident.
b. Commercial General Llabllitv 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 WW-07-014
2/16/2007
Page 12
Rev
a
The Contractor's ms.nce coverage shall be pnmary msura. as respect to the City Any
Insurance, self-msurance, or msurance pool coverage malntamed by the City shall be m excess of the
Contractor's Insurance and shall not contnbute with It.
b
The Contractor's msurance 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 msurers 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,
mcludmg but not necessanly limited to the additional Insured endorsement, eVidencing the Automobile
liability and Commercial General liability msurance 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
msurance policy that mcludes 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 agamst 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 msurance obtam pursuant to the Insurance ReqUirements Section of
thiS Contract or other property msurance applicable to the work. The poliCies shall provide such waivers by
endorsement or otherwise
PrOject WW-07-014
2/16/2007
Page 13
Rev
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
ATTACHMIT "C"
PREVAILING WAGE RATES
See attached hstlng
1 Washington State PrevaIling Wage Rates For Pubhc Works Contracts, Clallam County, effectIve 08-31-07
2 Washmgton State PrevaIling Wage Rates For Pubhc Works Contracts - ApprentIces, Clallam County,
effectIve 08-31-07
Project WW-07-014
2/16/2007
Page 14
Rev
. . . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overtime Holiday Note
Stage of Progression && Hour Range Code Code
Wage Code
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M SD
1 0000-1000 HOURS SO 00% $1932 1M SD
2 1001-2000 HOURS 60 00% $2212 1M SD
3 2001-3000 HOURS 75 00% $2851 1M SD
4 3001-4000 HOURS 90 00% $3315 1M SD
1 0000-1000 HOURS 60 00% $2502 1M SD
2 1001-2000 HOURS 70 00% $27 83 1M SD
3 2001-3000 HOURS 80 00% $3063 1M SD
4 3001-4000 HOURS 90 00% $3344 1M SD
BOILERMAKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1C SN
1 0000-1000 HOURS 70 00% $38 86 1C SN
2 1001-2000 HOURS 75 00% $40 30 1C SN
3 2001-3000 HOURS 80 00% $4173 1C 5N
4 3001-4000 HOURS 85 00% $4317 1C SN
5 4001-5000 HOURS 90 00% $4460 1C SN
6 5001-6000 HOURS 95 00% $46 04 1C SN
BRICK AND MARBLE MASONS
JOURNEY LEVEL
o DODO-DODO HOURS 0 00% $793 1M SA
1 0000-0750 HOURS 50 00% $25 49 1M SA
2 0751-2250 HOURS 55 00% $27 05 1M SA
3 2251-3000 HOURS 60 00% $28 62 1M SA
4 3001-3750 HOURS 70 00% $3174 1M SA
5 3751-4500 HOURS 80 00% $34 87 1M SA
6 4501-5250 HOURS 90 00% $37 99 1M SA
7 5251-6000 HOURS 95 00% $39 56 1M SA
CARPENTERS
CARPENTER
o 0000-0000 HOURS 0 00% $793 1M SD
1 0000-1000 HOURS 60 00% $26 68 1M SD
2 1001-2000 HOURS 65 00% $32 38 1M SD
3 2001-3000 HOURS 70 00% $34 00 1M SD
4 3001-4000 HOURS 75 00% $35 63 1M SD
5 4001-5000 HOURS 80 00% $37 25 1M SD
6 5001-6000 HOURS 85 00% $38 88 1M SD
7 6001-7000 HOURS 90 00% $40 50 1M 5D
8 7001-8000 HOURS 95 00% $4213 1M SD
DRYWALL APPL/CA TOR
o 0000-0000 HOURS 0 00% $793 1M SD
1 0000-0700 HOURS 50 00% $23 46 1M SD
Page 1
.
~
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Stage of Progression && Hour Range
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800 HOURS 76 00%
5 2801-3500 HOURS 84 00%
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
o 0000-0000 HOURS 0 00%
1 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
o 0000-0000 HOURS 0 00%
1 1 sl Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
5 5th Penod 80 00%
66th Penod 85 00%
7 7th Penod 9000%
88th Penod 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
o 0000-0000 HOURS 0 00%
1 1st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Period 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
o 0000-0000 HOURS 0 00%
1 1 sl 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
Page 2
Prevailing OvertIme HOliday
Code
Wage Code
$30 78 1M 5D
$3338 1M 5D
$35 98 1M 5D
$38 59 1M 5D
$41 19 1M 5D
$793 1M 5D
$23 52 1M 5D
$30 85 1M 5D
$33 46 1M 5D
$36 07 1M 5D
$3869 1M 5D
$4130 1M 5D
$793 1M 5D
$27 28 1M 5D
$33 03 1M 5D
$34 70 1M 50
$36 38 1M 5D
$38 05 1M 50
$39 73 1M 50
$4140 1M 50
$43 08 1M 50
$793 1M 50
$26 80 1M 50
$3251 1M 50
$3414 1M 50
$35 78 1M 50
$3741 1M 50
$39 05 1M 50
$40 68 1M 50
$42 32 1M 50
$793 1M 50
$26 68 1M 50
$32 38 1M 50
$34 00 1M 50
$35 63 1M 50
$37 25 1M 50
$38 88 1M 50
$40 50 1M 50
$4213 1M 50
Note
Code
~ " .. . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg Overtime Holiday Note
Stage at ProgressIon && Hour Range Code Code
Wage Code
JOURNEY LEVEL
o 0000-0000 HOU RS 0 00% $793 1M 50
1 0000-1000 HOURS 50 00% $1402 1M 50
2 1001-2000 HOURS 60 00% $1682 1M 50
3 2001-3000 HOURS 7000% $1963 1M 50
4 3001-4000 HOURS 80 00% $22 43 1M 50
5 4001-5000 HOURS 90 00% $25 24 1M 50
6 5001-6000 HOURS 95 00% $26 64 1M 50
DRYWALL TAPERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1E 5P
1 0000-1000 HOURS 50 00% $28 29 lE 5P
2 1001.2000 HOURS 55 00% $29 82 lE 5P
3 2001-3000 HOURS 65 00% $3288 lE 5P
4 3001-4000 HOURS 75 00% $35 94 lE 5P
5 4001-5000 HOURS 85 00% $39 00 lE 5P
6 5001-6000 HOURS 90 00% $40 53 1E 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 10 SA
1 0000-1000 HOURS 40 00% $2249 10 SA
2 1001-2000 HOURS 50 00% $26 3D 10 SA
3 2001-3500 HOURS 55 00% $3146 10 SA
4 3501-5000 HOURS 65 00% $35 85 10 SA
5 5001-6500 HOURS 75 00% $40 26 10 SA
6 6501-8000 HOURS 85 00% $44 65 10 SA
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEY LEVEL UNEPERSON
o DODD-DODO HOURS 0 00% $793 4A SA
1 0000-1000 HOURS 60 00% $32 03 4A SA
2 1001-2000 HOURS 63 00% $33 20 4A SA
3 2001-3000 HOURS 67 00% $34 76 4A SA
4 3001-4000 HOURS 72 00% $3671 4A SA
5 4001-5000 HOURS 78 00% $39 05 4A SA
6 5001-6000 HOURS 86 00% $4217 4A SA
7 6001-7000 HOURS 90 00% $4373 4A SA
POLE SPRA YER
o 0000-0000 HOURS 0 00% $793 4A SA
1 0000-1000 HOURS 85 70% $42 06 4A SA
2 1001-2000 HOURS 89 80% $43 66 4A SA
3 2001.3000 HOURS 92 80% $44 83 4A SA
ELEVA TOR CONSTRUCTORS
MECHANIC
o 0000-0000 HOURS 0 00% $793 4A 60
Page 3
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overtime Holiday Note
Stage of Progression && Hour Range Code Code
Wage Code
1 0000-1000 HOURS 50 00% $2069 4A 6Q
2 1001-1700 HOURS 55 00% $37 36 4A 60
3 1701-3400 HOURS 65 00% $4176 4A 60
4 3401-5100 HOURS 70 00% $44 55 4A 60
5 5101-6800 HOURS 80 00% $48 97 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-1000 HOURS 55 00% $793 1
2 1001-2000 HOURS 60 00% $793 1
3 2001-3000 HOURS 65 00% $793 1
4 3001-4000 HOURS 70 00% $845 1
5 4001-5000 HOURS 75 00% $905 1
6 5001-6000 HOURS 80 00% $966 1
7 6001-7000 HOURS 85 00% $1026 1
8 7001-8000 HOURS 95 00% $1147 1
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 10 5A
1 0000-0800 HOURS 60 00% $20 37 lD 5A
2 0801-1500 HOURS 65 00% $2171 10 5A
3 1601-2400 HOURS 70 00% $23 06 10 5A
4 2401-3200 HOURS 75 00% $2441 10 5A
5 3201-4000 HOURS 80 00% $25 76 10 5A
6 4001-4800 HOURS 85 00% $2711 10 5A
FLAGGERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 5D,
GLAZIERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1H 5G
1 0000-1000 HOURS 45 00% $22 44 1H 5G
2 1001-2000 HOURS 50 00% $24 38 1H 5G
3 2001-3000 HOURS 55 00% $26 32 1H 5G
4 3001-4000 HOURS 60 00% $28 26 1H 5G
5 4001-5000 HOURS 65 00% $3019 1H 5G
6 5001-6000 HOURS 70 00% $3213 lH 5G
7 6001-7000 HOURS 80 00% $3601 lH 5G
8 7001-8000 HOURS 90 00% $39 88 1H 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
o 0000-0000 HOURS 0 00% $793 1S 5J
1 0000-1000 HOURS 40 00% $25 32 1S 5J
2 1001-2000 HOURS 45 00% $2706 1S 5J
Page 4
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overtime Holiday Note
Stage of ProgressIOn && Hour Range Code Code
Wage Code
3 2001-3000 HOURS 50 00% $28 79 1S 5J
4 3001-4000 HOURS 55 00% $30 52 1S 5J
5 4001-6000 HOURS 65 00% $33 99 1S 5J
6 6001-8000 HOURS 75 00% $3746 1S 5J
7 800H 0000 HOURS 85 00% $40 93 1S 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
o DODO-DODO HOURS 0 00% $793 1M 5D
1 0000-1000 HOURS 60 00% $25 02 1M 5D
2 1001-2000 HOURS 70 00% $27 83 1M 5D
3 2001-3000 HOURS 80 00% $3063 1M 5D
4 3001-4000 HOURS 90 00% $3344 1M 5D
INSULA nON APPLlCA TORS
JOURNEY LEVEL
o DODO-DODO HOURS 0 00% $793
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
o 0000-0000 HOURS 0 00% $793 10 SA
1 0000.0750 HOURS 65 00% $28 08 10 SA
2 075H 500 HOURS 70 00% $29 70 10 SA
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 SA
6 3751-4500 HOURS 90 00% $44 68 10 SA
7 4501-5250 HOURS 95 00% $46 30 10 5A
8 5251-6000 HOURS 95 00% $46 30 10 5A
LABORERS
GENERAL LABORER
o 0000-0000 HOURS 0 00% $793 1M 5D
1 0000-1000 HOURS 60 00% $25 02 1M 5D
2 1001-2000 HOURS 70 00% $27 83 1M 5D
3 2001-3000 HOURS 80 00% $30 63 1M 5D
4 3001-4000 HOURS 90 00% $33 44 1M 5D
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
o 0000-0000 HOURS 0 00% $793 1M 5D
1 0000-1000 HOURS 60 00% $25 02 1M 5D
2 1001-2000 HOURS 70 00% $2783 1M 5D
3 2001-3000 HOURS 80 00% $30 63 1M 5D
4 3001-4000 HOURS 90 00% $3344 1M 5D
Page 5
. . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg Overtime Holiday Note
Slage of Progression && Hour Range Code Code
Wage Code
LATHERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-0700 HOURS 50 00% $2346 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% $3859 1M 50
6 3501-4200 HOURS 92 00% $4119 1M 50
PAINTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 28 5A
1 0000-0750 HOURS 52 00% $1927 28 5A
2 0751-1500 HOURS 56 00% $20 32 28 5A
3 1501-2250 HOURS 60 00% $2137 28 5A
4 2251-3000 HOURS 64 00% $23 26 28 5A
5 3001-3750 HOURS 68 00% $24 36 28 5A
6 4001-4800 HOURS 72 00% $25 45 28 5A
PLASTERERS
JOURNEY LEVEL
o 0000-0000 HOURS 000% $793 1
1 0000-0500 HOuRS 40 00% $1033 1
2 0501-1000 HOURS 45 00% $1162 1
3 1001-1500 HOURS 45 00% $1162 1
4 1501-2000 HOURS 50 00% $1292 1
5 2001-2500 HOuRS 55 00% $1421 1
6 2501-3000 HOURS 60 00% $1550 1
7 3001-3500 HOURS 65 00% $1679 1
a 3501-4000 HOURS 70 00% $1808 1
9 4001-4500 HOURS 75 00% $1937 1
10 4501-5000 HOURS 80 00% $20 66 1
11 5001-5500 HOURS 65 00% $2196 1
12 5501-6000 HOURS 90 00% $23 25 1
13 6001-6500 HOURS 95 00% $24 54 1
14 6501-7000 HOURS 95 00% $24 54 1
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1G 5A
1 0000-2000 HOURS 50 00% $30 53 1G 5A
2 2001-4000 HOURS 62 50% $4152 1G 5A
3 4001-6000 HOURS 70 00% $44 49 1G 5A
4 6001-8000 HOURS 75 00% $4647 1G 5A
5 6001-10000 HOURS 85 00% $50 43 1G 5A
POWER EQUIPMENT OPERA TORS
Page 6
,
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
.
Stage of ProgressIon && Hour Range
Prevailing Overtime Holiday
Code
BACKHOES. 175 HP & UNDER)
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
ISEE POWER EQUIPMENT OPERA TORS)
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 75 00%
2 1001-2000 HOURS 80 00%
3 2001-3000 HOURS 85 00%
4 3001-4000 HOURS 90 00%
REFRIGERA TION & AIR CONDITIONING MECHANICS
MECHANIC
o 0000-0000 HOURS 0 00%
1 0000-2000 HOURS 50 00%
2 2001.4000 HOURS 55 00%
3 4001-6000 HOURS 60 00%
4 6001-8000 HOURS 70 00%
5 8001-10000 HOURS 85 00%
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 15t Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 7500%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
a 8th Penod 9500%
RESIDENTIAL ELECTRICIANS
Page 7
Wage Code
$793 1M
$33 39 1M
$34 98 1M
$36 56 1M
$3815 1M
$4133 1M
$4291 1M
$793
$33 39
$34 98
$36 56
$3815
$4133
$4291
$793 4A
$2517 4A
$26 34 4A
$27 52 4A
$28 70 4A
$793 1
$1384 1
$1522 1
$1661 1
$1938 1
$23 53 1
$793 1
$1071 1
$1160 1
$1250 1
$1339 1
$1428 1
$1517 1
$1607 1
$1696 1
50
50
50
50
50
50
50
5A
5A
5A
5A
5A
Note
Code
8L
8L
8L
8L
8L
8L
8L
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg Overtime Holiday Note
Stage of ProgressIon && Hour Range Code Code
Wage Code
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-0900 HOURS 50 00% $1389 1
2 0901-1800 HOURS 5500% $1528 1
3 1801-2700 HOURS 75 00% $20 84 1
4 2701-4000 HOURS 85 00% $2361 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-1000 HOURS 55 00% $803 1
2 1001-2000 HOURS 65 00% $949 1
3 2001-4000 HOURS 75 00% $1095 1
4 4001-6000 HOURS 85 00% $1241 1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL IFfELD OR SHOP)
o 0000-0000 HOURS 0 00% $793 1E 6L
1 0000-0900 HOURS 55 00% $17 03 1E 6L
2 0901-1800 HOURS 60 00% $1794 1E 6L
3 1801-2700 HOURS 65 00% $1927 1E 6L
4 2701-3600 HOURS 70 00% $2019 1E 6L
5 3601-4500 HOURS 75 00% $2135 1E 6L
6 4501-5400 HOURS 80 00% $22 26 1E 6L
ROOFERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-0820 HOURS 60 00% $1241 1
2 0821-1630 HOURS 67 00% $793 1
3 1631-2450 HOURS 74 00% $793 1
4 2451-3270 HOURS 81 00% $1666 1
5 3271-4080 HOURS 88 00% $1808 1
6 4081-4899 HOURS 95 00% $1950 1
SHEET METAL WORKERS
JOURNEY LEVEL IFIELD OR SHOP)
o 0000-0000 HOURS 0 00% $793 1E 6L
1 000D-2000 HOURS 45 00% $22 90 1E 6L
2 2001-3000 HOURS 50 00% $3163 1E 6L
3 3001-4000 HOURS 55 00% $33 53 1E 6L
4 4001-5000 HOURS 60 00% $35 46 1E 6L
5 5001-6000 HOURS 65 00% $3740 1E 6L
6 6001-7000 HOURS 70 00% $3931 1E 6L
7 7001-8000 HOURS 75 00% $4124 1E 6L
Page 8
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevallmg Overtime Holiday Note
Stage of ProgressIOn && Hour Range Code Code
Wage Code
8 8001-9000 HOURS 80 00% $4316 lE 6L
9 9001-10000 HOURS 85 00% $45 09 1E 6L
SHIPBUILDING & SHIP REPAIR
MACHINIST
o 0000-0000 HOURS 0 00% $793
SHIPFITTER
o 0000-0000 HOURS 0 00% $793
WELDER/BURNER
o 0000-0000 HOURS 0 00% $793
SOFT FLOOR LA YERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 lB 5A
1 0000-1000 HOURS 50 00% $2085 lB 5A
2 1001-2000 HOURS 60 00% $2389 1B 5A
3 2001-3000 HOURS 70 00% $26 94 lB 5A
4 3001-4000 HOURS 75 00% $28 46 lB 5A
5 4001-5000 HOURS 80 00% $29 98 lB 5A
6 5001-6000 HOURS 85 00% $3151 lB 5A
7 6001-7000 HOURS 90 00% $33 03 lB 5A
8 7001-8000 HOURS 95 00% $34 56 1B 5A
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
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% $793 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 HOU RS 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
Page 9
.
Stage of ProgressIon && Hour Range
FINISHER
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 50 00%
2 1001-2500 HOURS 55 00%
3 2501-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00%
1 0000-1000 HOURS 50 00%
2 1001-2500 HOURS 55 00%
3 2501-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
5 4501-5500 HOURS 80 00%
6 5501-6250 HOURS 90 00%
7 6251-7000 HOURS 95 00%
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
o 0000-0000 HOU RS 0 00%
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
o 0000-0000 HOURS 0 00%
1 0000-0700 HOURS 70 00%
2 0701-1400 HOURS 80 00%
3 1401-2100 HOURS 90 00%
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overtime Hohday Note
Code Code
Wage Code
$793 18 5A
$24 35 18 5A
$25 82 18 5A
$2727 18 5A
$30 22 18 5A
$793 18 5A
$25 00 18 5A
$26 53 18 5A
$28 06 18 5A
$3112 18 5A
$34 19 18 5A
$37 25 16 5A
$3878 18 5A
$793 1K 5A
$1523 lK 5A
$20 55 1K 5A
$24 05 1K 5A
$28 06 lK 5A
$32 69 1K 5A
$793
$1416
$1618
$1821
Page 10
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Sechon . Telephone (360) 902.5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits
On public works projects, workers' wage and benefit rates must add to not less than this total A brief description
of overtIme calculation requirements IS provIded on the Benefit Code Key
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
{See Benefit Code Key}
Over
Time
Code
Holiday
Code
Note
Code
$36 24
1H
50
$4747
1C
5N
$4375
1M
5A
$1467
$4391
$4375
$43 75
$43 85
$43 79
$43 75
$43 75
$4375
$4475
$43 95
$43 75
$43 75
$43 75
$4375
1M 5D
1M SD
1M 5D
1M 50
1M 5D
1M SD
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1H 5D
1M 5D 8A
1M 5D
1T 5D 8L
1T 5D BL
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1E 5P
$36 24
$8575
$44 22
$44 59
$44 08
$44 59
$44 64
$4621
$44 08
$44 59
$4421
$43 59
$937
.
.
ClALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSifIcatIOn
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 - POWERlINE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVELlINEPERSON
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
Page 2
PREVAILING
WAGE
$55 05
$58 86
$5316
$5715
$27 32
$5125
$55 05
$1537
$1469
$54 37
$49 64
$35 93
$3789
$49 64
$37 89
$49 64
$42 27
$49 64
$3789
$1207
$57 88
$63 45
$1350
$1380
$1160
$3101
$43 76
$4613
$1600
$3675
$1565
$9 10
$59 22
$3481
$34 52
$58 62
$50 20
(See BenefIt Code Key)
Over
Trme Hol,day Note
Code ~ Code
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
2A 6C
2A 6C
4A SA
4A SA
4A SA
4A 5A
4A 5A
4A SA
4A 5A
4A SA
4A SA
4A 5A
4A
4A
6Q
6Q
1H
50
1H
5G
1S
5J
1H
50
1
1
1
1
1
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSification
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERA TOR, FOAMER OPERATOR
GROUT TRUCK OPERA TOR
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
DEMOllTlON, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
OITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRI LL OPERATOR, AIRTRAC
DUMP MAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e, dustrng, vacuuming, window cleaning, NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$793
$1053
$20 50
$4792
$36 75
$36 24
$3101
$36 24
$36 24
$36 24
$36 24
$37 20
$3675
$36 24
$36 24
$3675
$36 24
$36 24
$36 24
$36 24
$36 75
$36 24
$3675
$3101
$36 24
$36 24
$36 24
$3720
$36 75
$37 20
$36 24
$36 24
$36 24
$3675
$28 45
$36 24
$3101
$36 24
$36 24
$36 24
$36 75
$36 24
$3624
(See Benefjt Code Key)
Over
Time
Code
HolJday
Code
Note
Code
1
1
1
1
1
10 SA
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
lH 50
1H 5D
1H 5D
1H 5D
lH 5D
1H 5D
1H 5D
lH 5D
lH 5D
1H 5D
1H 5D
1H 5D
lH 5D
lH 5D
1H 5D
lH 5D
1H 5D
lH 5D
1H 5D
1H 5D
1H 5D
1H 5D
lH 5D
lH 5D
1H 5D
1H 5D
1H 50
1H 5D
1H 5D
lH 5D
1H 5D
1H 50
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSificatIon
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIER/MORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUDMAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELlNER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDERMAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RaDDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRAYMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
STOCKPILER
TAMPER & SIMILAR ELECTRIC, AIR & GAS
TAMPER (MULTIPLE & SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPPER-TAILER
TRACK LABORER
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
VIBRATOR
VINYL SEAMER
WELDER
WELL-POINT LABORER
Page 4
(See BenefIt Code Key)
Over
PREVAILING Time Hohday Note
WAGE Code .QQfill Code
$36 24 1H 5D
$3720 1H 5D
$3675 1H 5D
$36 24 1H 5D
$37 20 1H 5D
$3675 1H 5D
$36 75 1H 5D
$36 75 1H 5D
$36 75 1H 5D
$36 24 1H 5D
$3720 1H 5D
$3675 1H 5D
$3675 1H 5D
$3101 1H 5D
$3675 1H 5D
$3675 1H 5D
$3675 1H 5D
$37 20 1H 5D
$36 75 1H 5D
$36 24 1H 5D
$37 20 1H 5D
$36 24 1H 5D
$3675 1H 5D
$3675 1H 5D
$37 20 1H 5D
$36 24 1H 5D
$3675 1H 5D
$36 24 1H 5D
$36 24 1H 5D
$36 24 1H 5D
$36 75 1H 5D
$36 24 1H 5D
$3675 1H 5D
$3675 1H 5D
$36 24 1H 5D
$36 24 1H 5D
$3675 1H 5D
$36 75 1H 5D
$36 24 1H 5D
$36 24 1H 5D
$36 24 1H 5D
$3675 1H 5D
$36 24 1H 5D
$3675 1H 5D
$36 24 1H 5D
$3675 1H 5D
$36 24 1H 5D
$3624 1H 5D
$3675 1H 5D
e,
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSIfIcation
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER
PIPE LAYER
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING LABORERS
LATHERS
JOURNEY LEVEL
METAL FABRICATION (IN SHOP)
FITTERlWELDER
LABORER
MACHINE OPERATOR
PAINTER
PAINTERS
JOURNEY LEVEL
PLASTERERS
JOURNEY LEVEL
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER)
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD)
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS)
BACKHOES, (75 HP & UNDER)
BACKHOES, (OVER 75 HP)
BARRIER MACHINE (ZIPPER)
BATCH PLANT OPERATOR, CONCRETE
BELT LOADERS (ELEVATING TYPE)
BOBCAT (SKID STEER)
BROOMS
BUMP CUTTER
CABLEWAYS
CHIPPER
COMPRESSORS
CONCRETE FINISH MACHINE - LASER SCREED
CONCRETE PUMPS
CONC~ETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT
CONVEYORS
CRANES, THRU 19 TONS, WITH ATTACHMENTS
CRANES, 20 - 44 TONS, WITH ATTACHMENTS
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS OR 250 FT OF BOOM (INCLUDING JIB
WITH ATTACHMENTS)
CRANES, A-FRAME 10 TON AND UNDER
CRANES, A-FRAME OVER 10 TON
Page 5
PREVAILING
WAGE
$36 24
$3675
$1289
$1289
$1289
$43 79
$1516
$950
$26 90
$1141
$3316
$25 83
$793
$56 34
$4214
$44 92
$4541
$45 96
$44 50
$44 92
$44 92
$44 92
$44 50
$4214
$4214
$44 92
$4541
$44 92
$4214
$4214
$44 50
$44 92
$44 50
$44 50
$44 92
$4541
$45 96
$46 53
$4214
$44 50
(See Benefit Code Key)
Over
TIme
Code
Holiday
Code
Note
Code
lH
lH
5D
5D
1
1
1
1M
5D
2B
SA
1G SA
1T 5D BL
1T 50 BL
1T 5D BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 5D BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 5D BL
1T 50 BL
1T 50 BL
1T 50 8L
1T 50 8L
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSIfIcation
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS)
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS)
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM
CRUSHERS
DECK ENGINEER/DECK WINCHES (POWER)
DERRICK, BUILDING
DOZERS, D-9 & UNDER
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT
DRILLING MACHINE
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE
EQUIPMENT SERVICE ENGINEER (OILER)
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER)
FORK LIFTS, (UNDER 3000 LBS)
GRADE ENGINEER
GRADECHECKER AND STAKEMAN
GUARDRAIL PUNCH
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS
HORIZONTAUDIRECTIONAL DRILL LOCATOR
HORIZONTAUDIRECTlONAL DRILL OPERA TOR
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER)
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON)
LOADERS, OVERHEAD (6 YD UP TO B YD)
LOADERS, OVERHEAD (B YD & OVER)
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
LOCOMOTIVES, ALL
MECHANICS, ALL
MIXERS, ASPHALT PLANT
MOTOR PATROL GRADER (FINISHING)
MOTOR PATROL GRADER (NON-FINISHING)
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
OPERATOR
PAVEMENT BREAKER
PILEDRIVER (OTHER THAN CRANE MOUNT)
PLANT OILER (ASPHALT, CRUSHER)
POSTHOLE DIGGER, MECHANICAL
POWER PLANT
PUMPS, WATER
QUAD 9, D-10, AND HD-41
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING
EQUIP
RIGGER AND BELLMAN
ROLLAGON
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS
ROTO-MILL, ROTO-GRINDER
SAWS, CONCRETE
Page 6
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$4709 1T 5D BL
$44 92 1T 5D BL
$4541 1T 5D BL
$45 96 1T 5D BL
$45 96 1T 5D BL
$46 53 1T 5D BL
$44 92 1T 5D BL
$44 92 1T 5D BL
$4541 1T 5D BL
$44 50 1T 5D BL
$44 50 1T 5D BL
$44 92 1T 5D BL
$4214 1T 5D BL
$44 50 1T 5D BL
$44 92 1T 5D BL
$44 50 1T 5D BL
$4214 1T 5D 8L
$44 50 1T 5D BL
$4214 1T 5D BL
$44 92 1T 5D BL
$44 50 1T 5D BL
$44 50 1T 5D BL
$44 92 1T 5D BL
$4214 1T 5D BL
$44 50 1T 5D BL
$4541 1T 5D BL
$45 96 1T 5D BL
$44 92 1T 5D BL
$44 92 1T 5D BL
$4541 1T 5D BL
$44 92 1T 5D BL
$44 92 1T 5D BL
$44 50 1T 5D BL
$4541 1T 5D BL
$4214 1T 5D BL
$4214 1T 5D BL
$44 92 1T 5D BL
$44 50 1T 5D BL
$4214 1T 5D BL
$4214 1T 50 BL
$4214 1T 5D BL
$4541 1T 5D BL
$4541 1T 5D BL
$4214 1T 5D BL
$4541 1T 5D BL
$4214 1T 5D 8L
$44 50 1T 5D BL
$44 92 1T 5D BL
$44 50 1T 5D BL
.
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSlflcatron
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
SLlPFORM 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 8. MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTiAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTiAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$44 92 1T 50 8L
$4541 1T 50 8L
$44 50 1T 50 8L
$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 1T 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
$35 62
$33 82
$34 27
$3188
$24 03
4A
4A
4A
4A
4A
SA
SA
SA
SA
SA
$27 68
$43 75
1M
SA
$17 85
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
$1460
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
Classlflcatlon
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SHIPBUILDING & SHIP REPAIR
BOILERMAKER
HEAT & FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAI N PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSONIINSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
Page 8
PREVAILING
WAGE
$5401
$33 04
$1088
$1967
$2051
$3978
$5197
$3146
$4613
$1216
$1716
$1466
$1466
$1929
$1215
$36 08
$1031
$1967
$1323
$935
$1140
$1340
$31 15
$30 66
$17 19
$2941
$28 53
$30 66
$30 05
$30 66
$28 53
$1631
$2168
$3578
$2319
$2853
(See Benefit Code Key)
Over
Time
Code
HolIday
Code
Note
Code
1G 5A
1E 6L
1
1R 5A
1E 6L
1H 6W
1S 5J
1
1
1
1
1B 5A
1B 50
1
1
1
10 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
28 5A
28 5A
28 5A
28 5A
28 5A
.
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE .QQf@ Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4196 18 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
c, h?>/l../2007 FRI 10' 57 FAX 42.2590 Proctor Sales Inc
QUOTATION FORM
Retrofit WWTP BOiler/Burner to Autofiarne System
SW-07-014
.
~~~~~
Il!I001/OOS
p<;,\ Il~C
The bidder hereby bids the following amounts for all work (including labor,
equipment, time and matenals) reqUIred to perform the work In the Statement of
_lJVor~_~~~~I.s_p~~~aQ.~__ __ _ _____________ _~_ ____ __ _______ __n ___
1 Lump Sum $ 1'lS , 2-.00, DO
2 Sales Tax (84%) $ l I -) 1- ~ . ~o
3 Total Bid $ (CfI72.'6.~Q
4 The bidder hereby acknowledges that It has received Addenda No(s)
IEnter "N/A" If none were Issued) to this Request for Quotation package
1
5 The name of the bidder submltling this bid and ItS business phone number and address, to which
address all commUnications concerned with this bid and with the contract shall be sent, are listed
below Any wntten nolices required by the terms of an awarded contract shall be served or mailed
to the followmg address
Contractor Information:
1. Company Name,
PI!. c.C'iJ/L Sr'LtS (,J(, l C"Y'Y)t_S,lo,> <l.- (o,.,Tn.o '--
"-"'11-r-",,0 lI\t~V'C W p..!3o)(, <)9.,?>1
1-\, ,-",'>k~,)O(\\ ~,II\ 'l'i\olh
( ,
",,\'1-, ll4 _\ "\4\
C Q ~-'\() l~('~ 9'1:')L~
(" 0(,) 0 t \" ').{, '1
'1l ci . (, "\ \ - 00 I
\
-:\37.4''13
(... 00 D (",- ~{"\
2 Address'
3 City, State, Zip Code.
4. Phone Number:
s. Contractor RegistratIOn Number.
6. UBI Number'
7. WA State Industrial Insurance Account Number
8. WA State Employment SecUrity Dept Number
9. State EXCIse Tax Registration Number.
The bidder represents that It IS qualified and possesses sufficient skills and the necessary capabilities
to perform the services s~' fO;9 '~'S con1tr,
Signed by ~ ~
Trlle S ~ '--f S IE p(,-t,.-'tE: ((
Printed Name R.-A,...,D I" I-\.L- H 1\ t.,\
Date
\.0"\'2--.01
ProJect'SW-07-014
Page 2
Rev 211512007
... ,t.. -.
.
.
P.O. #: 010328
DATE: 10/19/07
INVOICE TO:
City of Port Anqeles
ATTN: ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO
PROCTOR SALES
COMBUSTION & CONTROLS
PO BOX 5887
LYNNWOOD, WA 98036
DIV
SHIP
Clty
SHOP
1509
PORT
TO
of Port Angeles
BUILDING
E COLUMBIA ST
ANGELES, WA 98362
VENDOR #
27365
REQ NO.
10031
REQUISITIONED BY
CRAIG FRIED
SHIP VIA:
F.O.B.
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
1.00EA BOILER REPLACEMENT
UNIT CO
18200.00
SUB-TOTAL
TAX 8 4
TOTAL
EXTENDED
COST
18200.00
18200.00
1528 80
19728.80
REMARKS.
WW-07-014 CONTRACT, BID PROCESS
AUTHORIZED
'''~t
II Y ~
I '(1 (-- '--
BY ltc' -,' ---- \
I t'UKL:HAb lNli Ali.t;N'l"
-~~~ ~'\
.--~
')