HomeMy WebLinkAbout4.623P Original Contract
.
CIty of Port Angeles
Public Works & Utilities Dept
OperatlOns Office
1703 South 8 Street
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
.
: ,
"""
LIMITED PUBLIC WORKS PROCESS
D Request for Quotation
~ Contract
Contract Title Stanchion COrlna - Race Street Fence Project Number ST-07-034
THIS CONTRACT IS entered Into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Peninsula Concrete Cuttlna Inc ("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)
D All work under this Contract IS to be completed by this date: _
~ All work under this Contract IS to be completed 10 days from the Notice to Proceed No work IS
to be performed prior to written Notice to Proceed by the City
D The performance period under this Contract commences _ calendar days after contract
award and ends _ calendar days after contract award
3. PAYMENT
A The City shall pay the Contractor for the work performed under this contract (check one)
D Time and material, not to exceed $_
D Time and actual expenses Incurred, not to exceed. $_
D UnIt prices set forth In the Contractor's bid or quote, not to exceed $_
~ Firm Fixed Price set forth In Contractor bid or quote In the amount of $1300 80
The Contractor shall do all work and furnish all tools, materials, and equipment, In accordance
with and as deSCribed In the Attachment "A".
The Contractor shall proVide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of 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
S, The Contractor shall maintain time and expense records, which may be requested by the City The
contractor shall submit inVOices to the City for payment for work performed All inVOices must reference the
City's contract number InVOices shall be In a format acceptable to the City.
C The City shall pay all inVOices from the Contractor by mailing a City warrant Within 30 days of receipt of a
properly completed inVOice
D. All records and accounts pertaining to thiS Contract are to be kept available for inspections by
representatives of the City for a period of three (3) years after final payment Copies shall be made available
to the City upon request.
Project ST-07-034
Page 1
Rev 2/16/2007
. \
. . .
E If dunng the course of the Contract, the work rendered does not meet the r~lrements 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 te Ion of workers and the public and shall post danger signs
warning against known or unusual ha rds ~
H)~- ~ \C>/l"'\.lcn
. ctlon of Defects. Contractor ha responsible for correctPr4 ~n ~hlP a ~
matenals IS Ithln one year a er acceptance of thiS work. When corrections 0 are made, '\
Contractor shall be respons rrectlng all defects In workmanshlR a enals In the corrected (0 l
work for one year after acceptance of the ns by the e Contractor shall start work to
remedy such defects Within seven (7) days of covery thereof by City and shall complete
such work Within a reasonable tlm ergencles where damage ma rom delay or where loss of
service may result, s ecrlons may be made by the City, In which case the cost s e by the
Contra e event the Contractor does not accomplish corrections at the time speCified, the wo I
otherwise accomplished and the cos&iOf ame shall be paid by the Contractor
NA- ~~--' &"-- .~ \<>ll"'-lo'l
Contractor shall be liable ny costs, losses, expenses or dam9g"es Inclu ';PI
consequentla ffered by the City resulting from defects In the ors work including, but \!'Y' ~
not limited to, cost of matena s expended by the CI Ing emergency repairs and cost of \ 6 (
englneenng, inspection and supervision by the ontractor shall hold the City harmless from 'any
and all claims which may be made e City as a result 0 Ive work and the Contractor
shall defend any such ItS own expense Where matenals or procedures clfied In,lthe
Contra ent, the City Will rely on the profeSSional Judgment of the Contractor to make ap e
ecrlons.
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. 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.
Project ST-Ol-034
Page 2
Rev 2/16/2007
" . .
B ~he City may terminate the Contract and take possession of the premises a;'1l\"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 herein
4. Contractor falls to make prompt payment to subcontractors for material or labor
5 Contractor persistently disregards federal, state or local regulations and ordinances
6 Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of thiS Contract.
7 The City determines that suffiCient operating funds are not available to fund completion of the work
contracted for
C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any
further amounts due under thiS Contract until the work specified In Attachment "A" IS satisfactorily
completed, as scheduled, up to the date of termination. At such time, If the unpaid balance of the amount
to be paid under thiS Contract exceeds the expense Incurred by the City In finishing the work, and all
damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or
discontinuance of employment, such excess shall be paid by the City to the Contractor If the City's
expense and damages exceed the unpaid balance, Contractor and hiS surety shall be JOintly and severally
liable therefore to the City and shall pay such difference to the City Such expense and damages shall
Include all legal costs Incurred by the City to protect the rights and Interests of the City under the Contract,
provided such legal costs shall be reasonable
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under thiS
Contract shall become the property of the City and shall be forwarded to the City upon Its request.
B Any records, reports, information, data or other documents or materials given to or prepared or
assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to
any individual or organization by the Contractor without prior written approval of the City or by court order
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of thiS
Contract must be made In writing to the City within thirty days after the discovery of such damage, expense
or loss, and In no event later than the time of approval by the City for final payment. Contractor, upon
making application for final payment, shall be deemed to have waived ItS right to claim for any other
damages for which application has not been made, unless such claim for final payment Includes notice of
additional claim and fully deSCrIbes such claim
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responSibility for
the City under thiS Contract and shall oversee and approve all work to be performed, coordinate commUniCations,
and review and approve all inVOiCeS, under thiS Contract
10. HOLD HARMLESS
A The Contractor shall protect, defend, indemnify and save harmless the City, ItS officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting
from the negligent acts or omisSions of the Contractor The Contractor agrees that Its obligations under thiS
subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of ItS
employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the
City only, any Immunity that would otherwise be available against such claims under the industrial Insurance
proVISion of Title 51 RCW. In the event the City obtainS any judgment or award, and/or Incurs any cost arising
therefrom including attorneys' fees to enforce the proVISions of thiS article, all such fees, expenses, and costs
Project ST-07-034
Page 3
Rev 2116/2007
. ,
',' .
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, anslng out of or In any way resulting
from the negligent acts or omissions of the City The City agrees that ItS obligations under this subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of ItS employees or
agents For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
Immunity that would otherwise be available against such claims under the Industnallnsurance provIsion of Title
SI RCW In the event the Contractor obtains any judgment or award, and/or Incurs any cost anslng therefrom
including attorneys' fees to enforce the provIsions of this article, all such fees, expenses, and costs shall be
recoverable form the City
11. INSURANCE
The Contractor shall maintain Insurance as set forth In Attachment B
12. PREVAILING WAGE
This Contract IS subject to the requirements of Chapter 39 12 RCW, and as It may be amended, relating to
prevailing wages On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industnal Statistician of the Department of Labor and Industnes for the State of
Washington. The schedule of prevailing wage rates for this Contract IS made a part of this contract as though
fully set forth herein
Pnor to making any payment under this Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes.
It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage" The
Contractor shall be responsible for all filing fees Each InVOice shall Include a signed statement that
prevailing wages have been paid by the Contractor and all subcontractors Following the final acceptance
of services rendered, Contractor shall submit an "AffidaVit of Wages Paid".
For a contract award or an on-call contract work order under $2,SOO, and In accordance With RCW 39 12 040(2),
the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevailing Wages
& AffidaVit Of Wages directly to the City of Port Angeles at final inVOICing. SubmiSSion shall be made on the form
developed by the Washington State Department of Labor and Industnes and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute anses as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties In Interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and his
deCISion shall be final, conclusive, and binding on all parties Involved In the dispute
13. INTERPRETATION AND VENUE
This Contract shall be Interpreted and construed In accordance With the laws of the State of Washington The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington
14. BRANDS OR EQUAL
When a speCial "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired Brands of equal quality, performance, and use shall be conSidered,
prOVided C\,ntractor 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
Project ST-07-034
Page 4
Rev 2/16/2007
.
,
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or Interest accruing from
this Contract without the express prior written consent of the other
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times dUring the term of this Contract an Independent contractor and not
a n em ployee of the City
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either
written or oral This contract may be amended, modified or added to only by written Instrument properly
Signed by both parties hereto
This Contract, together with the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either
written or oral This contract may be amended, modified or added to only by written Instrument properly
Signed by both parties hereto
IN WITNESS WHEREOF, the parties have executed this Contract as of ~, 2007
By.
CITY OF PORT
I
,
CONTRACTOR
By:
Printed Name
Printed Name J0'1. ( . L , V\ VI.' _
T", ~t'.j!~ tx,~~ ..~
Add ress
City
~ {)i U i..-v-.. l0f:\-
Tax ID #:
Purchase Order #.
10325
Project ST-07-034
Page 5
Rev 2/16/2007
, .
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
The contractor shall do all work and furnish all tools, matenals, and equipment m order to accomplish the project
descn bed below
1) Safely secure work zone and access road from public
2) Core/Dnll out 20 eXlstmg post sleeves, the post sleeves are Std 4" Galvanized Pipe x 8" length set m
concrete There are alummum rail stanchions (1 7/8" 00 diameter) from baluster panels that are
grouted mSlde of each of the sleeves with expandable concrete grout. All of the stanchions are broken
off near the sleeve top level due to a vehicle accident
3.) Clean up and remove all debns from the site
4) Location: The site IS located at the West Side of Race St at 10th St on the back Side of the Sidewalk
5.) Working Hours 7 00 A M to 3 00 P.M. Monday through Fnday.
6) The Contractor's pomt of contact for the work IS Gary Stempm or Corey Delikat \who can be reached at
360-417-4825
A)
Project ST-07-034
Page 6
Rev 2/16/2007
. ,
.
.
r't"- - ~-- . .,...........,r-:r -- - 1....--'.."" ~
l.~' +;>l _ ~ ., I -.
'-.....' f.. 1>\ -
'-., i ---f:";:-~~=.-".
'A.. ...~,___,~'lI<;... u-L---. _t I__~
1'1-' k I I
.' ':t-;;,-:;: '~'~:-':~;'-;-<I'~"I"':-~ .L'.
~-, I ~~.{:t-~~ r~} :-.:..+ .......:,., .~~~ .... /! < "-. . ir;.>.;
. .-,' ~. ' I,,':' .;.
< ',.
. .
,
, t
j >C ~'f
i.:f
, ..
, ~, +~, ~ ~ ','
....1:- . k. I ~. -~
, .+- ...., - .{..' -
,,,It)I'' "'..1\
\~I.
, I' "
I,
I
'i .1.' .It'
, ..)," ,r,. :"i' i"'~'
~J., ~:. J .; ~ ' ~
, ~
I' - """lr~' l' # ':':'" !\ ,-~r
" ~ ~ ...- , , rl
i. " . ;" l:l
; -,'. :
.$l~ . i
C .J.
~ ~;
~ &;/
" ~
,
,. ..11.
. '.
t-,,,, .
'0 f I" "j)J ~-:.
- "7"-"
.. ':;'i.f_ ..,
\ t:, if" ,t'~-~'Q. ...~ j:"
. "X '_"~' _~ t , - ,1 ',.- 'r:.
.~ '" I '
\ t.:,. :fl .' - .
-; _ _:~tdSI~;t!fiii.. r _"', :::E:,J;:::IfUI"lth~6mWl:;
f.. Z. . Hjfj;:,'J\ ~1 r,~ J~. j ,-' ~ ~~.<. -- '. ~J.=::;i:~t~~
I' f .~ . . ): f. ' 1 ~\ \ ~-t . ...,t.......:.,
J" I- l ~:-' ~,' l>~ ! ~ _...:....:....-:
~jfiiA'E(}S'1ERf:.PANE/L-;,~ -::~7
:::.!~~:R""::tN:,Appt'''VQ(/.~:iaii:fil1f.=1:&.Q.itJn;na "'~
.r-=- D. ;;~~ \1>.' ' -J...'2.N#t-:ro-ScoitI / :--+ ~;:-~ ,- r';;;-''':' ~ _'7-~__
.........--y---7'>':;::--r-' , ' ';: .., -;.. ...~:.. ...::..
"'". ,..,~\ I .,-.4
~'.r~' ~- ","'''l~~%- t...~ !'-.(i"~
\"'-,'-_-"t- ,..,i ~ 'r '''---
f '- ,
~-..~ ,
'-
~
" ,.
~
Subcontractor Responsibility:
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 venfy that each of ItS first tier subcontractors
meets the following bidder responsibility Crltena'
- 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 Idenlifler number,
If applicable, have
. Industnallnsurance coverage for the subcontractor's employees working In Washington as required
In TItle 51 RCW,
. An employment security department number as reqUired In Tile 50 RCW, and
. A state excise tax registration number as reqUired In Tile 82 RCW,
. An electrical contractor license, If reqUired by Chapter 19 28 RCW,
. An elevator contract license, If reqUired by Chapter 70 87 RCW
Not be disqualified from bidding on any publiC works contract under RCW 39 06 010 or 3912065(3)
Project ST.07-034
Page 7
Rev 2116/2007
.
.
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 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 Liabllltv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall
cover liability anslng from premises, operations, stop gap liability, Independent contractors, products-
completed operations, personal injury and advertiSing InJUry, and liability assumed under an Insured
contract The CommerCial General liability Insurance shall be endorsed to prOVide the Aggregate Per
Project Endorsement ISO form CG 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 Llabllitv Insurance With a minimum combined Single limit for bodily injury and property
damage of $1,000,000 per aCCIdent
b CommerCial General Liabllltv Insurance shall be wntten With limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations
aggregate limit
Project ST-07-034
Page 8
Rev 2/16/2007
.
.
3 Other Insurance ProvIsions
The msurance policies are to contam, or be endorsed to contam, the following provIsions for Automobile
liability and CommerCial General Liability Insurance.
a The Contractor's Insurance coverage shall be pnmary msurance as respect to the City. Any
msurance, 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 Insurers with a current A M Best ratmg of not less than A VI.
5. Venficatlon of Coverage
The Contractor shall furnish the City with ongmal certificates and a copy of the amendatory endorsements,
Including but not necessanly limited to the additional msured 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
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, machmery, 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,
scaffoldmg 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 msurance or other property msurance obtain pursuant to the Insurance Requirements Section of
thiS Contract or other property Insurance applicable to the work The policies shall prOVide such waivers by
endorsement or otherwise
PrOject ST -07 -034
Page 9
Rev 2116/2007
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "c"
PREVAILING WAGE RATES
See attached lIstIng
WashIngton State PrevaIlIng Wage Rates For PubliC Works Contracts, Clallam County, effective 08-31-07
2 Washmgton State PrevaIlIng Wage Rates For PubliC Works Contracts - Apprentices, Clallam County,
effectIve 08-31-07
Project ST-07-034
Rev 2/1 6/2007
Page 10
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO BQX 44540, Olympia, WA 98504-4540
Washmgton 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 brief descnptlon
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
HolJday
Code
Note
~
$36 24
lH
5D
$4747
lC
5N
$4375
1M
SA
$1467
$4391
$4375
$4375
$43 85
$43 79
$4375
$4375
$4375
$44 75
$43 95
$4375
$43 75
$43 75
$43 75
1M 5D
1M 5D
1M 5D
1M 5D
1M 50
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 50
1M 5D
1M 50
1M 5D
lH 50
1M 50 8A
1M 50
1T 50 8L
1T 5D 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 5D 8L
1T 50 8L
IE 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 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 - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
Page 2
PREVAILING
WAGE
$55 05
$58 86
$5316
$5715
$27 32
$5125
$55 05
$1537
$1469
$54 37
$4964
$35 93
$37 89
$49 64
$37 89
$49 64
$42 27
$49 64
$37 89
$1207
$57 88
$63 45
$1350
$1380
$1160
$3101
$43 76
$4613
$1600
$3675
$1565
$910
$59 22
$3481
$34 52
$58 62
$50 20
(See Benefit Code Key)
Over
TIme Holiday Note
Code Code Code
10 SA
10 SA
10 SA
10 SA
10 SA
10 SA
10 SA
2A 6C
2A 6C
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A
4A
6Q
6Q
1
1
lH
50
1H
SG
1S
SJ
1H
50
1
1
1
1
1
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
Classlficatron
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERA TOR
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 OPERA TOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
DITCH DIGGER
DIVER
DRILL OPERA TOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e, dusting, vacuuming, Window c1eanrng, NOT
construction debriS cleanup)
FI NE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$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
$3675
$36 24
$3675
$3101
$36 24
$36 24
$36 24
$3720
$3675
$37 20
$36 24
$36 24
$36 24
$36 75
$28 45
$36 24
$3101
$36 24
$36 24
$36 24
$3675
$36 24
$36 24
(See Benefit Code Key)
Over
Time
Code
HolIday
Code
Note
Code
1
1
1
1
1
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 08-31-07
.
**********************************************************************************************************
ClaSSlflcatron
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIERiMORTARMAN
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 RElINER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDERMAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE. TIMBERMAN
RI P RAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER $PRAYMAN
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 Holiday Note
WAGE ~ Code Code
$36 24 lH 5D
$3720 lH 50
$3675 lH 50
$36 24 lH 5D
$37 20 1H 5D
$3675 1H 5D
$36 75 lH 5D
$36 75 lH 5D
$36 75 lH 5D
$36 24 1H 5D
$37 20 1H 5D
$36 75 lH 5D
$3675 1H 5D
$3101 1H 5D
$3675 lH 5D
$3675 lH 5D
$36 75 1H 5D
$37 20 lH 5D
$3675 lH 5D
$36 24 1H 5D
$3720 1H 5D
$36 24 lH 5D
$36 75 lH 5D
$36 75 lH 5D
$37 20 lH 5D
$36 24 1H 5D
$36 75 lH 5D
$36 24 1H 5D
$36 24 lH 5D
$36 24 lH 5D
$36 75 1H 5D
$36 24 lH 5D
$3675 lH 5D
$36 75 lH 5D
$36 24 lH 5D
$36 24 lH 5D
$36 75 lH 5D
$36 75 lH 5D
$36 24 lH 5D
$36 24 1H 5D
$36 24 lH 5D
$36 75 lH 5D
$3624 lH 5D
$3675 lH 5D
$36 24 1H 5D
$3675 lH 5D
$36 24 lH 5D
$36 24 lH 5D
$36 75 lH 5D
.
ClALLAM COUNTY
Effeclive 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 YD & UNDER)
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YD)
BACKHOE, EXCAVATOR, SHOVEL (6 YO 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
CONCRETE 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 (INCLUOING JIB
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON ANO UNOER
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
$4596
$4653
$4214
$44 50
(See Benefit Code Key)
Over
TIme
Code
Holiday
Code
Note
Code
1H
1H
50
50
1
1
1
1M
5D
1
1
1
1
2B
5A
18 5A
1T 5D BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
11 5D BL
1T 50 BL
11 50 BL
1T 50 BL
11 50 BL
11 50 BL
11 50 BL
1T 50 BL
11 50 BL
1T 50 BL
1T 50 8L
11 50 8L
1T 50 BL
1T 50 8L
11 50 BL
11 50 BL
1T 50 BL
1T 50 BL
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
CJasslfJcatJon
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
HORIZONTAUDlRECTIONAL DRILL LOCATOR
HORIZONTALlDIRECTIONAL DRILL OPERATOR
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER)
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON)
LOADERS, OVERHEAD (6 YO UP TO 8 YD)
LOADERS, OVERHEAD (8 YO & OVER)
LOADERS, OVERHEAD (UNDER 6 YO), 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, PLANT MIX OR MUL TILlFT 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 8L
$44 92 1T 5D 8L
$4541 1T 5D 8L
$45 96 1T 50 8L
$45 96 1T 50 8L
$46 53 1T 50 8L
$44 92 1T 50 8L
$44 92 1T 5D 8L
$4541 1T 50 8L
$44 50 1T 50 8L
$44 50 1T 5D 8L
$44 92 1T 50 8L
$4214 IT 50 8L
$44 50 1T 50 8L
$44 92 1T 5D 8L
$44 50 1T 50 8L
$4214 1T 50 8L
$44 50 1T 5D 8L
$4214 1T 5D 8L
$44 92 1T 5D 8L
$44 50 lT 50 8L
$44 50 1T 5D 8L
$44 92 1T 5D 8L
$4214 1T 5D 8L
$44 50 1T 5D 8L
$4541 1T 5D 8L
$45 96 1T 5D 8L
$44 92 1T 5D 8L
$44 92 1T 5D 8L
$4541 1T 5D 8L
$44 92 1T 5D 8L
$44 92 1T 50 8L
$44 50 1T 5D 8L
$4541 1T 5D 8L
$4214 1T 5D 8L
$4214 1T 5D 8L
$44 92 1T 5D 8L
$44 50 1T 50 8L
$4214 1T 50 8L
$4214 1T 50 8L
$4214 1T 5D 8L
$4541 1T 5D 8L
$4541 1T 5D 8L
$4214 1T 5D 8L
$4541 1T 50 8L
$4214 1T 5D 8L
$44 50 1T 50 8L
$44 92 1T 5D 8L
$44 50 1T 5D 8L
.
.
.
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 & 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 Hohday Note
WAGE 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
$4375
1M
SA
$1785
$25 63
$1800
$2778
$2136
$986
$1808
$1597
$1460
.
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSifIcatIon
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 F;ITTERS (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 /I
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION LlNEPERSON/lNSTALLER
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
$35 78
$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
2B 5A
2B 5A
2B SA
2B 5A
2B SA
.
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
ClassIfication WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4196 1B SA
TILE. MARBLE & TERRAZZO FINISHERS
FINISHER $35 79 1B SA
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36 40 1K SA
TRUCK ORIVERS
ASPHALT MIX ( TO 16 YARDS) $41 19 1T SD 8L
ASPHALT MIX (OVER 16 YARDS) $4190 1T SD 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $4190 1T SD 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160 1
OILER $945 1
WELL DRILLER $1160 1
Page 9
. e. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overtime Holiday Nole
Slage of Progression && Hour Range Code Code
Wage Code
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
o DODO-DODO HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 50 00% $1932 1M 50
2 1001-2000 HOURS 60 00% $2212 1M 50
3 2001-3000 HOURS 75 00% $2851 1M 50
4 3001-4000 HOURS 90 00% $3315 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 70 00% $2783 1M 50
3 2001-3000 HOURS 80 00% $3063 1M 50
4 3001-4000 HOURS 90 00% $33 44 1M 50
BOILERMAKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1C 5N
1 0000-1000 HOURS 70 00% $38 86 1C 5N
2 1001-2000 HOURS 75 00% $40 30 1C 5N
3 2001-3000 HOURS 80 00% $4173 1C 5N
4 3001-4000 HOURS 85 00% $4317 1C 5N
5 4001.5000 HOURS 90 00% $44 60 1C 5N
6 5001-6000 HOURS 95 00% $46 04 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 5A
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
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $2668 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% $37 25 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 APPLlCA TOR
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-0700 HOURS 50 00% $23 46 1M 50
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 sf Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
6 6th Penod 85 00%
77th Penod 90 00%
B 8th Penod 95 00%
PILEORIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
o 0000-0000 HOURS 0 00%
1 1 st Period 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 90 00%
88th Penod 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
o 0000-0000 HOURS 0 00%
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%
CEMENT MASONS
Page 2
Prevailing Overtime Holiday
Code
Wage Code
$30 78 1M 50
$33 38 1M 50
$35 98 1M 50
$38 59 1M 50
$4119 1M 50
$793 1M 50
$23 52 1M 50
$3085 1M 50
$3346 1M 50
$36 07 1M 50
$3869 1M 50
$4130 1M 50
$793 1M 50
$27 28 1M 50
$33 03 1M 50
$34 70 1M 50
$36 38 1M 50
$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
$3905 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
$3563 1M 50
$3725 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
Prevailing Overtime Holiday Nole
Stage of Progression && Hour Range Code Code
Wage Code
JOURNEY LEVEL
o 0000-0000 HOURS 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 70 00% $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 IE 5P
1 0000-1000 HOURS 50 00% $28 29 IE 5P
2 1001-2000 HOURS 55 00% $29 82 IE 5P
3 2001-3000 HOURS 65 00% $32 88 IE 5P
4 3001-4000 HOURS 75 00% $35 94 IE 5P
5 4001-5000 HOURS 85 00% $39 00 IE 5P
6 5001-6000 HOURS 90 00% $40 53 IE 5P
ELECTRICIANS -INSIDE
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 10 5A
1 0000-1000 HOURS 40 00% $22 49 10 5A
2 1001-2000 HOURS 50 00% $26 30 10 5A
3 2001-3500 HOURS 55 00% $3146 10 5A
4 3501-5000 HOURS 65 00% $3585 10 5A
5 5001-6500 HOURS 75 00% $40 26 10 5A
6 6501-8000 HOURS 85 00% $44 65 10 5A
ELECTRICIANS - POWERLfNE CONSTRUCTION
JOURNEYLEVELLINEPERSON
o 0000-0000 HOURS 0 00% $793 4A 5A
1 0000-1000 HOURS 60 00% $32 03 4A 5A
2 1001-2000 HOURS 63 00% $3320 4A 5A
3 2001-3000 HOURS 67 00% $34 76 4A 5A
4 3001-4000 HOURS 72 00% $3671 4A 5A
5 4001-5000 HOURS 78 00% $39 05 4A 5A
6 5001-6000 HOURS 86 00% $4217 4A 5A
7 6001-7000 HOURS 90 00% $43 73 4A 5A
POLE SPRA YER
o 0000-0000 HOURS 0 00% $793 4A 5A
1 0000-1000 HOURS 85 70% $42 06 4A 5A
2 1001-2000 HOURS 89 80% $43 66 4A 5A
3 2001-3000 HOURS 92 80% $44 83 4A 5A
ELEVATOR CONSTRUCTORS
MECHANIC
o 0000-0000 HOURS 0 00% $793 4A 6Q
Page 3
. . . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevalhng Overtime Holiday Nole
Slage of Progression && Hour Range Code Code
Wage Code
1 0000-1000 HOURS 50 00% $2069 4A 60
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 TlON TECHNICIANS JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 10 5A
1 0000-0800 HOURS 60 00% $20 37 10 SA
2 0801-1500 HOURS 65 00% $2171 10 5A
3 1601-2400 HOURS 70 00% $23 06 10 SA
4 2401-3200 HOURS 75 00% $2441 10 5A
5 3201-4000 HOURS 80 00% $25 76 10 SA
6 4001-4800 HOURS 85 00% $2711 10 5A
FLAGGERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 50
GLAZIERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 lH 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 lH 5G
4 3001-4000 HOURS 60 00% $28 26 1H 5G
5 4001-5000 HOURS 65 00% $3019 lH 5G
6 5001-6000 HOURS 70 00% $3213 lH 5G
7 6001-7000 HOURS 80 00% $3601 1H 5G
8 7001-8000 HOURS 90 00% $39 88 lH 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
o 0000-0000 HOURS 0 00% $793 lS 5J
1 0000-1000 HOURS 40 00% $25 32 1S 5J
2 1001-2000 HOURS 45 00% $27 06 lS 5J
Page 4
. , , . . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevailing Overt.me Holiday Note
Stage of ProgressIon && Hour Range Code Code
Wage Code
3 2001-3000 HOURS 50 00% $28 79 lS 5J
4 3001-4000 HOURS 55 00% $30 52 lS 5J
5 4001-6000 HOURS 65 00% $33 99 lS 5J
6 6001-8000 HOURS 75 00% $3746 lS 5J
7 8001-10000 HOURS 85 00% $40 93 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 70 00% $27 83 1M 50
3 2001-3000 HOURS 80 00% $30 63 1M 50
4 3001-4000 HOURS 90 00% $3344 1M 50
INSULA TION APPLlCA TORS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1
1 0000-1000 HOURS 50 00% $1025 1
2 1001-2000 HOURS 60 00% $1230 1
3 2001-3000 HOURS 75 00% $1538 1
4 3001-4000 HOURS 90 00% $1845 1
IRONWORKERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 10 5A
1 0000-0750 HOURS 65 00% $28 08 10 5A
2 0751-1500 HOURS 70 00% $29 70 10 5A
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
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 70 00% $27 83 1M 50
3 2001-3000 HOURS 80 00% $30 63 1M 50
4 3001-4000 HOURS 90 00% $33 44 1M 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
o 0000-0000 HOURS 0 00% $793 1M 50
1 0000-1000 HOURS 60 00% $25 02 1M 50
2 1001-2000 HOURS 70 00% $27 83 1M 50
3 2001-3000 HOURS 80 00% $30 63 1M 50
4 3001-4000 HOURS 90 00% $33 44 1M 50
Page 5
. " . . .
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
LATHERS
JOURNEY LEVEL
o 0000-0000 HOURS 0 00% $793 1M 50
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
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 0 00% $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
8 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 85 00% $2196 1
12 5501-6000 HOURS 90 00% $2325 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 lG 5A
3 4001-6000 HOURS 70 00% $4449 1G 5A
4 6001-8000 HOURS 75 00% $4647 1G 5A
5 8001-10000 HOURS 85 00% $5043 lG 5A
POWER EQUIPMENT OPERA TORS
Page 6
lit Ie .
.
.
PREVAILING WAGE RATES
FOR
CLALlAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Stage of Progression && Hour Range
Prevallmg Overtime Holiday
Code
BACKHOES. (75 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
(SEE POWER EQUIPMENT OPERA TORSI
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 T10N & 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 Period 75 00%
55th Panod 80 00%
66th Penod 85 00%
77th Period 90 00%
88th Penod 95 00%
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
SA
5A
SA
SA
Note
Code
8L
8L
8L
8L
8L
8L
8L
.. 'I. . . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2007
Prevalhng 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 55 00% $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% $10 95 1
4 4001-6000 HOURS 85 00% $1241 1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL IFIELD OR SHOP)
o 0000-0000 HOURS 0 00% $793 1E 6L
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 70 00% $2019 1E 6L
5 3601-4500 HOURS 75 00% $2135 1E 6L
6 4501-5400 HOURS 80 00% $22 26 lE 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 (FIELD OR SHOP)
o 0000-0000 HOURS 0 00% $793 1E 6L
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 lE 6L
5 5001-6000 HOURS 65 00% $37 40 lE 6L
6 6001-7000 HOURS 70 00% $3931 lE 6L
7 7001-8000 HOURS 75 00% $4124 1E 6L
Page 8
~ .. . . .
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
8 8001-9000 HOURS 80 00% $4316 1E 6L
9 9001-10000 HOURS 85 00% $4509 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 OOOQ..OOOO HOURS 0 00% $793 18 SA
1 0000-1000 HOURS 50 00% $20 85 18 SA
2 1001-2000 HOURS 60 00% $23 89 18 SA
3 2001-3000 HOURS 70 00% $26 94 18 SA
4 3001-4000 HOURS 75 00% $28 46 18 SA
5 4001-5000 HOURS 80 00% $29 98 18 SA
6 5001-6000 HOURS 85 00% $3151 18 SA
7 6001-7000 HOURS 90 00% $33 03 18 SA
8 7001-8000 HOURS 95 00% $34 56 18 SA
SPRINKLER FITTERS (FIRE PROTECTlONl
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 000Q..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 000Q..1000 HOURS 60 00% $11 80 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 HOURS 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 Holiday 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
$31 12 18 5A
$3419 18 5A
$37 25 18 5A
$38 78 18 5A
$793 lK 5A
$1523 1K 5A
$20 55 1K 5A
$24 05 lK 5A
$28 06 1K 5A
$32 69 lK 5A
$793 1
$1416 1
$1618 1
$1821 1
Page 10
[ne bldd~;;;~;ebY bld~-the following amounts for all ~ork (Including labor, - -
equipment, time and materials) required to perform the work In the Statement of
I Work__~nd th~s package __ __ __ _ _ _
~
$ \ '-.00 .-
\OO.'bO
I '?t>o _ ~a
... '" ..
-'
1 Lump Sum
2 Sales Tax (8 4%) $
3. Total Bid
.
.
QUOTATION FORM
Stanchion Coring - Race Street Fence
ST-07-034
$
4 The bidder hereby acknowledges that it has received Addenda No(s).
(Enter "N/A' if none were Issued) to this Request for Quotation package
5 The name of the bidder submitting this bid and Its business phone number and addre$<i, to which
addre"" all communications concerned wrth thiS bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed
to the following address
Contractor Informatron'
1. Company Name.
2. Address:
3. City, Slate, Zip Code:
4. phone Number.
-& nol f).",la 0Jl!"\tJld 0 ( 111-\'Llj~~~
fD t?-n)( H 61c>
~I fY'o. 'WA OJ ~S'is;;:2.-
2,.LoQ~ (!'~...~. "la, D
P~x\ll"'l.CC()S;-S p'p
100\ s;.g-S; ~"l(D
-
~~S I &:-':J -coL
~:l.. ~&- '-\ -~-q
6. UBI Number:
!) Contractor Registration Number'
7. WA State Industrial Insurance Account Number:
8. WA Slate Employment Secunty Dept Number:
9. State ExCise Tax Reglstratlon Number:
Title
Printed Name
Date
-Q.;:rltOi!.YO e"cl
Project: ST-07-034
Rev. 2/15/2007
Page 2
~ "l ~
.
.
,
,
P.O. # 010325
DATE: 10/18/07
INVOICE TO.
City of Port Angeles
ATTN ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO: PENINSULA CONCRETE CUTTING INC
PO BOX 1136
SEQUIM, WA 98382-1136
SHIP TO:
C~ty of Port Angeles
BUILDING A
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR # REQUISITIONED BY F.O B.
16263 CRAIG FRIED
REQ NO. SHIP VIA: TERMS
10033 NET
EXTENDED
QUANTI TYUOM ITEM NO. AND DESCRIPTION UNIT CO COST
1.00EA DRILL STANCHIONS FOR 1200 00 1200.00
FENCE REPAIR ON RACE
STREET
SUB-TOTAL 1200 00
TAX 8 4 100.80
TOTAL 1300.80
REMARKS:
ST-07-034 CONTRACT NUMBER
AUTHORIZED
~:'~)-
,~ .... ><:
, f ,,'..
, 'V
; J I /"
BY J ,ljU ,__
I
---,
~".
~