HomeMy WebLinkAbout4.660 Original Contractt.
City of Port Angeles
Public Works Utilities Dept.
Operations Office
1703 South B Street
Port Angeles WA 98362
Tel 360 417 -4541
Fax: 360- 452 -4972
LIMITED PUBLIC WORKS PROCESS
Request for Quotation
Contract
Contract Title: Race Street Asphalt Repair Project Number: ST -10 -021
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES,
WASHINGTON "CITY AND Lakeside Industries. Inc "CONTRACTOR
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include
Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related
Contract Documents) which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
All work under this Contract is to be completed by this date:
All work under this Contract is to be completed 15 days from the Notice to Proceed. No
work is to be performed prior to written Notice to Proceed by the City.
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):
Time and material, not to exceed:
Time and actual expenses incurred, not to exceed:
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: $33.806.74
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 materials and for constructing and
completing the work provided for in this contract and every part thereof; except as are
mentioned in the specifications to be furnished by the City of Port Angeles.
B. The Contractor shall 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.
Project ST -10 -021
Page 1 Rev. 2/03/2010
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.
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of
the Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and
shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes.
Contractor shall erect and properly 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
materials 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 materials in the corrected
work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy
such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such
work 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 materials and labor expended by the City in making emergency repairs and cost of engineering,
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 materials or procedures are not specified in the Contract Document,
the City will rely on the professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination /Affirmative Action. Contractor agrees not to discriminate against any employee or
applicant for employment or any other persons in the performance of this Contract because of race, creed,
color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by
federal, state or local law or 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 nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor
only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf
of said employees, while so engaged, and all claims made by a third party as consequence of any negligent
act or omission on the part of the Contractor's employees, while so engaged on any of the work or services
provided or rendered herein, shall not be the obligation of the City.
5. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the work
done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation
Project ST -10 -021
Page 2 Rev. 2/03/2010
of a material 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 described in Attachment "A" and
final payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon and
finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the
Contractor, upon the occurrence of any one 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 fails to complete the work required herein.
4. Contractor fails 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.
Project ST -10 -021
Page 3 Rev. 2/03/2010
10. HOLD HARMLESS
A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way
resulting from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations
under this subparagraph extend to any claim, demand, and /or cause of action brought by, or on behalf of,
any of its employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as
respects the City only, any immunity that would otherwise be available against such claims under the
industrial insurance provision of Title 51 RCW. In the event the City obtains any judgment or award, and /or
incurs any cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such
fees, expenses, and costs shall be recoverable form the Contractor.
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 from the City.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages
laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF
WAGE as determined by the 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 RCW
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.
Project ST -10 -021
Page 4 Rev. 2/03/2010
13. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington.
The venue of any litigation between the parties regarding this Contract shall be Clallam County,
Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the
standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be
considered, provided Contractor specifies the brand and model and submits descriptive literature when
available. Any bid containing a brand which is not of equal quality, performance, or use specified must be
represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard
the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the
City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms
and specifications of this order, whether held by the City or returned, will be at Contractor's risk and
expense.
16. 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 an employee 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.
19. SUBCONTRACTOR RESPONSIBILITY
A. 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.
B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors
meets the following bidder responsibility criteria:
At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter
18.27 RCW;
Have a current state unified business identifier number;
If applicable, have:
Project ST -10 -021 Page 5
Rev. 2/03/2010
Industrial insurance 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 39.12.065(3).
Project ST -10 -021
Page 6 Rev. 2/03/2010
IN WITNESS WHEREOF, the parties have executed this Contract as of
oiL
Printed Name: Dig (J1 D
Title: er6 eKa_.(A-
Address: �0
City: AQ Q,Ic4L !,JA 9 K3c0
Tax ID Or151_651
Phone Number: 75I
Project ST 10 021
CITY OF PORT ANGELES
By: A
Printed Name:
Title: el
Purchase Order
2010.
Page 7 Rev. 2/03/2010
City of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the project described below. Unless otherwise provided for in the Statement
of Work, the Contractor will be responsible for obtaining and paying for any and all
permits required for this work.
General Scope: Asphalt repair at Race Street
Location: Race Street, Port Angeles, Washington
Site Point of Contact: Assistant Superintendent Eric Wheatley at 360- 417 -4825.
Work Hours and Schedule: The contractor shall work between the hours of 7:00 AM
to 5:00 PM, Monday through Friday. Work outside of these hours may be requested from
and is at the discretion of the Parks /Streets Assistant Superintendent. The Contractor
shall provide the Parks /Streets Assistant Superintendent a schedule, seven calendar days
in advance of commencement of work on this project. Any deviations from the
established schedule shall be coordinated through and subject to the approval of the
Parks /Streets Assistant Superintendent.
Traffic Control: The City of Port Angeles shall provide a traffic control plan, and all
traffic control devices and personnel for traffic control. The TTCP will be reviewed by both
City personnel and the contractor at the pre construction conference.
Pre construction Conference: A pre construction conference shall be scheduled with
the lowest responsible bidder after bid opening.
Work Requirements:
This contract provides for the improvement of Race Street, by removing the existing
failed pavement and replacing with hot mix asphalt and other work in accordance with
details provided below. This contract incorporates the Washington State Department of
Transportation's 2010 Standard Specifications for Road, Bridge and Municipal
Construction referred to herein as the Standard Specifications.
Location: Race Street Southbound Lane between Front Street and Caroline
Street
1. The City of Port Angeles shall install necessary catch basin socks prior to
Contractor commencing work.
Project ST -10 -021
Page 8 Rev. 2/03/2010
2. One lane shall be open to traffic at all times in the southbound lane of Race Street
between Front Street and Georgiana Street when Contractor is working along
these areas.
3. The southbound lane of Race Street between Georgiana and Caroline Street shall
be closed at its entirety when Contractor is working in these areas.
4. Areas to be removed and patched shall be marked in white paint. There are six (6)
areas totaling to approximately 860 square yards. The seventh (7) area is an
option bid item that may also be awarded at the discretion of the City. Section 7
has a total approximate square yards of 118. The areas are listed as follows:
A: Section and base bid size:
1. 18'X 159'
2. 18' x 110'
3. 17' x 50'
4. 10' x 50'
5. 10' x 25'
6. 15 86'
B: Optional Bid Item:
7. 31' x 34'
5. The Contractor shall grind and remove 0.25' of the existing asphalt.
6. The end joints of each repaired section listed above shall be 90 degrees to the
surrounding street surface, forming a "butt" joint.
7. The Contractor shall place 1 /2" Hot Mix Asphalt (HMA) at a minimum compacted
depth of 0.25' of the removed pre- existing asphalt depth.
8. The Contractor shall be responsible for tacking the edges of the patch with CSS -1
before paving.
9. The Contractor shall seal the edges of the patch after paving with AR 4000.
10. Any debris generated from work performed shall be the responsibility of the
contractor. Cost of disposing of debris shall be the responsibility of the contractor.
Note: The diagram of the areas needing work is depicted below.
Project ST -10 -021
Page 9 Rev. 2/03/2010
ttrt•
Race Street:
MOIL gliE
OF
HI ton., r 01.P.C7
11. MIN nun km.
may
0."1.:1•••
Project ST-10-021
4?
1
5
11E11111V
-.1 :,55 5c.1 545.
SE:
:53
zz 33
rect4r
EN:t 3r CONtt
ETATICN 215.s:s
97
;.5.5
.0••■••■ e "Imo
4454
earonre Street
"3.
m
23
BEY1141'..K3 c tit;5 ...C.71..71P1 STA ON 1-54
STA 111*. •CC k1NI IMF ra .4 T IN L HISEC7104
FRrArT A L't 1
t
:Ws" blt.N.19 it 2 35..
tt
_7 EE
Front 1
CH LINE TAT10% 65.5f
...st
E. G.aorgierss
SL
Page 10 Rev. 2/03/2010
Insurance Requirements:
1. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
2. Minimum Amounts of Insurance
3. Other Insurance Provisions
Project ST -10 -021 Page 11
ATTACHMENT B
INSURANCE
The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for
injuries to persons or damage to property which may arise 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 material 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.
a. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles.
Coverage shall be written 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 Liability insurance shall be written on ISO occurrence form CG 00 01 and
shall cover liability arising 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 arising
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' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
The Contractor shall maintain the following insurance limits:
a. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident.
b. Commercial General Liability insurance shall be written 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.
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any
insurance, self- insurance, or insurance pool coverage maintained by the City shall be in excess of
the Contractor's insurance and shall not contribute with it.
Rev 2/03/2010
b. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party,
except after forty-five (45) days prior written notice by certified mail, return receipt requested,
has been given to the City.
4. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI.
5. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement, evidencing
the Automobile Liability and Commercial General Liability insurance of the Contractor before
commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the
City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions,
definitions, terms and endorsements related to this project.
6. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any
tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by
the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary
structures, scaffolding and protective fences.
7. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors,
Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to
the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the
Insurance Requirements Section of this Contract or other property insurance applicable to the work. The
policies shall provide such waivers by endorsement or otherwise.
Project ST -10 -021 Page 12
Rev 2/03/2010
City of Port Angeles
Operations Office
Public Works and Utilities Department
360 -417 -4541
See attached listing:
1. Washington State Prevailing Wage Rates
03/03/2010
2. Washington State Prevailing Wage Rates
effective 03/03/2010
Project ST -10 -021
For Public Works Contracts Apprentices, Clallam County,
ATTACHMENT "C"
PREVAILING WAGE RATES
For Public Works Contracts, Clallam County, effective
Page 13
Rev 2/03/2010
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits
On public works projects, workers' wage and benefit rates must add to not less than this total A brief description
of overtime calculation requirements is provided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $40 03 1H 5D
BOILERMAKERS
JOURNEY LEVEL $56 53 1C 5N
BRICK MASON
BRICK AND BLOCK FINISHER $39 49 1M 5A
JOURNEY LEVEL $46 35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8 55 1
SHAMPOOER $8 97 1
WAXER $8 97 1
WINDOW CLEANER $13 22 1
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14 67 1
CARPENTERS
ACOUSTICAL WORKER $48 60 1H 5D
BRIDGE, DOCK AND WARF CARPENTERS $48 47 1H 5D
CARPENTER $48 47 1H 5D
CREOSOTED MATERIAL $48 57 1H 5D
DRYWALL APPLICATOR $48.74 1H 5D
FLOOR FINISHER $48 60 1H 5D
FLOOR LAYER $48 60 1H 5D
FLOOR SANDER $48.60 11-1 5D
MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D
SAWFILER $48 60 1H 5D
SHINGLER $48 60 1H 5D
STATIONARY POWER SAW OPERATOR $48 60 1H 5D
STATIONARY WOODWORKING TOOLS $48 60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $40.03 1H 5D
DIVERS TENDERS
DIVER $100 28 1M 5D 8A
DIVER ON STANDBY $56 68 1M 5D
DIVER TENDER $52 23 1M 5D
SURFACE RCV ROV OPERATOR $52.23 1M 5D
SURFACE RCV ROV OPERATOR TENDER $48 85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49 57 IT 5D 8L
ASSISTANT MATE (DECKHAND) $49 06 IT 5D 8L
BOATMEN $49 57 1T 5D 8L
ENGINEER WELDER $49 62 1T 5D 8L
Page 1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LEVERMAN, HYDRAULIC $51 19 1T 5D 8L
MAINTENANCE $49 06 1T 5D 8L
MATES $49 57 1T 5D 8L
OILER $49 19 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $48 79 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9 37 1
ELECTRICIANS INSIDE
CABLE SPLICER $61 95 2W 5L
CABLE SPLICER (TUNNEL) $66 57 2W 5L
CERTIFIED WELDER $59 85 2W 5L
CERTIFIED WELDER (TUNNEL) $64 25 2W 5L
CONSTRUCTION STOCK PERSON $31 83 2W 5L
JOURNEY LEVEL $57 74 2W 5L
JOURNEY LEVEL (TUNNEL) $61 95 2W 5L
ELECTRICIANS MOTOR SHOP
CRAFTSMAN $15 37 2A 6C
JOURNEY LEVEL $14 69 2A 6C
ELECTRICIANS POWERLINE CONSTRUCTION
CABLE SPLICER $59 79 4A 5A
CERTIFIED LINE WELDER $54 59 4A 5A
GROUNDPERSON $39 07 4A 5A
HEAD GROUNDPERSON $41 22 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A
JACKHAMMER OPERATOR $41 22 4A 5A
JOURNEY LEVEL LINEPERSON $54 59 4A 5A
LINE EQUIPMENT OPERATOR $46 32 4A 5A
POLE SPRAYER $54 59 4A 5A
POWDERPERSON $41 22 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12 07 1
ELEVATOR CONSTRUCTORS
MECHANIC $67 91 4A 6Q
MECHANIC IN CHARGE $73 87 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13 50 1
FENCE ERECTORS
FENCE ERECTOR $9 96 1
FLAGGERS
JOURNEY LEVEL $33 93 1H 5D
GLAZIERS
JOURNEY LEVEL $48 61 1Y 5G
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $50 28 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00 1
HOD CARRIERS MASON TENDERS
JOURNEY LEVEL $41 28 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15 65 1
Page 2
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9 24 1
INLAND BOATMEN
CAPTAIN $59 22 1
COOK $34 81 1
DECKHAND $34 52 1
ENGINEER/DECKHAND $58 62 1
MATE, LAUNCH OPERATOR $50 20 1
INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9 73 1
GROUT TRUCK OPERATOR $11 48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $8 55 1
TV TRUCK OPERATOR $10 53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20 50 1
IRONWORKERS
JOURNEY LEVEL $54 27 10 5A
LABORERS
ASPHALT RAKER $41 28 1H 5D
BALLAST REGULATOR MACHINE $40.03 1H 5D
BATCH WEIGHMAN $33 93 1H 5D
BRUSH CUTTER $40 03 1H 5D
BRUSH HOG FEEDER $40 03 1H 5D
BURNERS $40.03 1H 5D
CARPENTER TENDER $40 03 1H 5D
CASSION WORKER $41 28 1H 5D
CEMENT DUMPER/PAVING $40 77 1H 5D
CEMENT FINISHER TENDER $40.03 1H 5D
CHANGE -HOUSE MAN OR DRY SHACKMAN $40 03 1H 5D
CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D
CHOKER SETTER $40 03 1H 5D
CHUCK TENDER $40 03 1H 5D
CLEAN -UP LABORER $40 03 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D
CONCRETE FORM STRIPPER $40 03 1H 5D
CONCRETE SAW OPERATOR $40 77 1H 5D
CRUSHER FEEDER $33.93 1H 5D
CURING LABORER $40 03 1H 5D
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D
DITCH DIGGER $40 03 1H 5D
DIVER $41.28 1H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D
DRILL OPERATOR, AIRTRAC $41 28 1H 5D
DUMPMAN $40 03 1H 5D
EPDXY TECHNICIAN $40 03 1H 5D
EROSION CONTROL WORKER $40 03 1H 5D
FALLER/BUCKER, CHAIN SAW $40 77 1H 5D
FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1 H 5D
construction debns cleanup)
Page 3
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
FINE GRADERS $40 03 1H 5D
FIRE WATCH $33 93 1H 5D
FORM SETTER $40 03 1H 5D
GABION BASKET BUILDER $40 03 1H 5D
GENERAL LABORER $40 03 1H 5D
GRADE CHECKER TRANSIT PERSON $41 28 1H 5D
GRINDERS $4003 1H 5D
GROUT MACHINE TENDER $40 03 1H 5D
GUARDRAIL ERECTOR $40 03 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 5D
HIGH SCALER $41 28 1H 5D
HOD CARRIER/MORTARMAN $41 28 1H 5D
JACKHAMMER $40 77 1H 5D
LASER BEAM OPERATOR $40 77 1H 5D
MANHOLE BUILDER- MUDMAN $40 77 1H 5D
MATERIAL YARDMAN $40 03 11-I 5D
MINER $41 28 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $40 77 1H 5D
PILOT CAR $33 93 1H 5D
PIPE POT TENDER $40.77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $40 77 1H 5D
PIPELAYER CAULKER $40.77 1H 5D
PIPELAYER CAULKER (LEAD) $41 28 1H 5D
PIPEWRAPPER $40 77 1H 5D
POT TENDER $40 03 1H 5D
POWDERMAN $41 28 1H 5D
POWDERMAN HELPER $40 03 1H 5D
POWERJACKS $40 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $40 77 1H 5D
RE- TIMBERMAN $41 28 1H 5D
RIPRAP MAN $40.03 1H 5D
RODDER $40 77 1H 5D
SCAFFOLD ERECTOR $40 03 1H 5D
SCALE PERSON $40 03 1H 5D
SIGNALMAN $40 03 1H 5D
SLOPER (OVER 20 $40 77 1H 5D
SLOPER SPRAYMAN $40 03 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 5D
SPREADER (CONCRETE) $40 77 1H 5D
STAKE HOPPER $40 03 1H 5D
STOCKPILER $40 03 1H 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $40.77 1H 5D
TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40 03 1H 5D
TOPPER TAILER $40 03 1H 5D
TRACK LABORER $40 03 1H 5D
TRACK LINER (POWER) $40 77 1H 5D
Page 4
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $40 03 1H 5D
TUGGER OPERATOR $40 77 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D
VIBRATOR $40 77 1H 5D
VINYL SEAMER $40 03 1H 5D
WELDER $40 03 1H 5D
WELL -POINT LABORER $40 77 1H 5D
LABORERS UNDERGROUND SEWER WATER
GENERAL LABORER TOPMAN $40 03 1H 5D
PIPE LAYER $40 77 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12 89 1
LANDSCAPING OR PLANTING LABORERS $12 89 1
LATHERS
JOURNEY LEVEL $48 74 1H 5D
MARBLE SETTERS
JOURNEY LEVEL $46 35 1M 5A
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15 16 1
LABORER $11 13 1
MACHINE OPERATOR $10 66 1
PAINTER $11 41 1
MODULAR BUILDINGS
JOURNEY LEVEL $8 55 1
PAINTERS
JOURNEY LEVEL $21 86 1
PLASTERERS
JOURNEY LEVEL $25 83 1
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8 55 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $66 44 1G 5A
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50 39 1T 5D 8P
ASSISTANT ENGINEERS $47 12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P
BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P
BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P
BOBCAT (SKID STEER) $47 12 1T 5D 8P
BROKK- REMOTE DEMOLITION EQUIPMENT $47 12 IT 5D 8P
BROOMS $47 12 IT 5D 8P
BUMP CUTTER $49.90 1T 5D 8P
CABLEWAYS $50 39 1T 5D 8P
CHIPPER $49 90 1T 5D 8P
Page 5
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
COMPRESSORS $47 12 1T 5D 8P
CONCRETE FINISH MACHINE LASER SCREED $47 12 1T 5D 8P
CONCRETE PUMPS $49 48 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 IT 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 1T 5D 8P
METERS
CONVEYORS $49 48 1T 5D 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P
CRANE, FRICTION OVER 200 TONS $52 07 1T 5D 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P
CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P
WITH ATACHMENTS)
CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P
WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P
CRANES, A- FRAME, OVER 10 TON $49 48 1T 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52 07 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49 90 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50 39 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 IT 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 94 1T 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51 51 1T 5D 8P
CRUSHERS $49 90 1T 5D 8P
DECK ENGINEER/DECK WINCHES (POWER) $49 90 1T 5D 8P
DERRICK, BUILDING $50 39 1T 5D 8P
DOZER, QUAD 9, D -10, AND HD-41 $50 39 IT 5D 8P
DOZERS, D -9 UNDER $49 48 1T 5D 8P
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P
DRILLING MACHINE $49 90 1T 5D 8P
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 IT 5D 8P
EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49 90 IT 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P
GRADE ENGINEER $49 90 1T 5D 8P
GRADECHECKER AND STAKEMAN $47.12 IT 5D 8P
GUARDRAIL PUNCH $49 90 1T 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 IT 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P
LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P
LOCOMOTIVES, ALL $49 90 1T 5D 8P
MECHANICS, ALL $50 94 IT 5D 8P
MIXERS, ASPHALT PLANT $49 90 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P
Page 6
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
MOTOR PATROL GRADER (NON- FINISHING) $49 48 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50 39 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47 12 1T 5D 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P
POWER PLANT $47 12 1T 5D 8P
PUMPS, WATER $47 12 1T 5D 8P
QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $47 12 1T 5D 8P
ROLLAGON $50 39 1T 5D 8P
ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P
ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P
SAWS, CONCRETE $49 48 1T 5D 8P
SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P
SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47 12 1T 5D 8P
SLIPFORM PAVERS $50 39 1T 5D 8P
SPREADER, TOPSIDER SCREEDMAN $50 39 1T 5D 8P
SUBGRADE TRIMMER $49 90 1T 5D 8P
TOWER BUCKET ELEVATORS $49 48 1T 5D 8P
TRACTORS, (75 HP UNDER) $49 48 1T 5D 8P
TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P
TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P
TRENCHING MACHINES $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49 90 IT 5D 8P
WELDER $50 39 1T 5D 8P
WHEEL TRACTORS, FARMALL TYPE $47 12 IT 5D 8P
YO YO PAY DOZER $49 90 1T 5D 8P
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $40 79 4A 5A
SPRAY PERSON $38 73 4A 5A
TREE EQUIPMENT OPERATOR $39 25 4A 5A
TREE TRIMMER $36 50 4A 5A
TREE TRIMMER GROUNDPERSON $27 55 4A 5A
REFRIGERATION AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
RESIDENTIAL BRICK MASON
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85 1
Page 7
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25 63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18 00 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27 78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $20 05 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9.86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $17 76 1
RESIDENTIAL MARBLE SETTERS
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL PAINTERS
JOURNEY LEVEL $20 00 1
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL $14 60 1
RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS
JOURNEY LEVEL $62 56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $21.82 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19 67 1
RESIDENTIAL STONE MASONS
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL TERRAZZO WORKERS
JOURNEY LEVEL $8 55 1
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $8 55 1
RESIDENTIAL TILE SETTERS
JOURNEY LEVEL $18.29 1
ROOFERS
JOURNEY LEVEL $29 05 1
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L
SHIPBUILDING SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT FROST INSULATOR $50.28 15 5J
LABORER $12 16 1
MACHINIST $17.16 1
SHIPFITTER $14 66 1
WELDER /BURNER $14 66 1
SIGN MAKERS INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19 29 1
SIGN MAKERS INSTALLERS (NON- ELECTRICAL)
JOURNEY LEVEL $1215 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $3919 2X 5A
Page 8
CLALLAM COUNTY
EFFECTIVE 3-03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10 31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $22 59 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13 23 1
STONE MASONS
JOURNEY LEVEL $46 35 1M 5A
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL $16 00 1
SURVEYORS
CHAIN PERSON $9 35 1
INSTRUMENT PERSON $11 40 1
PARTY CHIEF $13 40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34 09 1E 5A
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER $32 27 2B 5A
HOLE DIGGER /GROUND PERSON $18 10 2B 5A
INSTALLER (REPAIRER) $30 94 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A
SPECIAL APPARATUS INSTALLER I $32 27 2B 5A
SPECIAL APPARATUS INSTALLER II $31 62 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32 27 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A
TELEVISION GROUND PERSON $17 18 2B 5A
TELEVISION LINEPERSON /INSTALLER $22 73 2B 5A
TELEVISION SYSTEM TECHNICIAN $27 09 2B 5A
TELEVISION TECHNICIAN $24 35 2B 5A
TREE TRIMMER $30 02 2B 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45 26 1M 5A
TILE SETTERS
JOURNEY LEVEL $45 26 1M 5A
TILE, MARBLE TERRAZZO FINISHERS
FINISHER $39 09 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $38 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $45 63 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $46 47 1T 5D 8L
DUMP TRUCK $20 23 1
DUMP TRUCK TRAILER $20 23 1
OTHER TRUCKS $46 47 1T 5D 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11 60 1
OILER $9.45 1
WELL DRILLER $11.60 1
Page 9
Stage of Progression Hour Range
A,1 B ESTOS ABATEMENT WORKEU
JOURNEY LEVEL
LABORERS
1 0000 -1000 HOURS 60 00%
2 1001 -2000 HOURS 70 00%
3 2001 -3000 HOURS 80 00%
4 3001 -4000 HOURS 90 00%
BOILERMAKERS
JOURNEY LEVEL
1 0000 -1000 HOURS 70 00%
2 1001 -2000 HOURS 75 00%
3 2001 -3000 HOURS 80 00%
4 3001 -4000 HOURS 85 00%
5 4001 -5000 HOURS 90 00%
6 5001 -6000 HOURS 95 00%
BRICK MASON
JOURNEY LEVEL,
1 0000 -0750 HOURS 50 00%
2 0750 -2250 HOURS 55 00%
3 2550 -3000 HOURS 60 00%
4 3000 -3750 HOURS 70 00%
5 3750 -4500 HOURS 80 00%
6 4500 -5250 HOURS 90 00%
7 5250 -6000 HOURS 95 00%
CARPENTERS
CARPENTER
1 0000 -1000 HOURS 60 00%
2 1001 -2000 HOURS 65 00%
3 2001 -3000 HOURS 70 00%
4 3001 -4000 HOURS 75 00%
5 4001 -5000 HOURS 80 00%
6 5001 -6000 HOURS 85 00%
7 6001 -7000 HOURS 90 00%
8 7001 -8000 HOURS 95 00%
DRYWALL APPLICATOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000 -1000 HOURS 60 00%
2 1001 -2000 HOURS 65 00%
3 2001 -3000 HOURS 70 00%
4 3001 -4000 HOURS 75 00%
5 4001 -5000 HOURS 80 00%
6 5001 -6000 HOURS 85 00%
7 6001 -7000 HOURS 90 00%
8 7001 -8000 HOURS 95 00%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICE
EFFECTIVE DATE
3/3/2010
Page 1
Prevailing Overtime Holiday Note
Wage Code Code Code
$27 65 1H 5D
$30 74 1H 5D
$33 84 1H 5D
$36 93 1H 5D
$46 30 1C 5N
$48 00 1C 5N
$49 71 1C 5N
$51 42 1C 5N
$53 12 1C 5N
$54 83 1C 5N
$28 74 1M 5A
$29 49 1M 5A
$31 21 1M 5A
$34 64 1M 5A
$38 07 1M 5A
$41 50 1M 5A
$43 22 1M 5A
$2881 1H 5D
$36 08 1H 5D
$37 85 1H 5D
$3962 1H 5D
$41 39 1H 5D
$43 16 1H 5D
$44 93 1H 5D
$46 70 1H 5D
$28 81 1H 5D
$36 08 1H 5D
$37 85 1H 5D
$39 62 1H 5D
$41 39 1H 5D
$43 16 1H 5D
$44 93 1H 5D
$46 70 1H 5D
Stage of Progression Hour Range
ACOUSTICAL WORKER
1 0000 -1000 HOURS 50 00%
2 1001 -2000 HOURS 60 00%
3 2001 -3000 HOURS 68 00%
4 3001 -4000 HOURS 76 00%
5 4001 -5000 HOURS 84 00%
6 5001 -6000 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
1 0000 -1000 HOURS 60 00%
2 1001 -2000 HOURS 65 00%
3 2001 -3000 HOURS 70 00%
4 3001 -4000 HOURS 75 00%
5 4001 -5000 HOURS 80 00%
6 5001 -6000 HOURS 85 00%
7 6001 -7000 HOURS 90 00%
8 7001 -8000 HOURS 95 00%
BRIDGE. DOCIIAND WARP CARPENTERS
1 0000 -1000 HOURS 60 00%
2 1001 -2000 HOURS 65 00%
3 2001 -3000 HOURS 70 00%
4 3001 -4000 HOURS 75 00%
5 4001 -5000 HOURS 80 00%
6 5001 -6000 HOURS 85 00%
7 6001 -7000 HOURS 90 00%
8 7001 -8000 HOURS 95 00%
CEMENT MASONS
JOURNEY LEVEL
1 0000 -1000 HOURS 50 00%
2 1001 -2000 HOURS 60 00%
3 2001 -3000 HOURS 70 00%
4 3001 -4000 HOURS 80 00%
5 4001 -5000 HOURS 90 00%
6 5001 -6000 HOURS 95 00%
DRYWALL TAPERS
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
1 0000 -1000 HOURS 60 00%
2 1001 -2000 HOURS 65 00%
3 2001 -3000 HOURS 70 00%
4 3001 -4000 HOURS 75 00%
5 4001 -5000 HOURS 80 00%
6 5001 -6000 HOURS 85 00%
7 6001 -7000 HOURS 90 00%
8 7001 -8000 HOURS 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
Page 2
Prevailing Overtime Holiday Note
Wage Code Code Code
$25 34 1H 5D
$34 39 1H 5D
$37 23 1H 5D
$40 08 1H 5D
$42 92 1H 5D
$45 76 1H 5D
$2941 1H 5D
$3673 1H 5D
$38 55 1H 5D
$40 37 1H 5D
$4219 1H 5D
$44 01 1H 5D
$45 83 1H 5D
$47 65 1H 5D
$28 93 1H 5D
$3621 1H 5D
$37 99 1H 5D
$39 77 1H 5D
$41 55 1H 5D
$43 33 1H 5D
$45 11 1H 5D
$46 89 1H 5D
$28 81 1H 5D
$36 08 1H 5D
$37 85 1H 5D
$39 62 1H 5D
$41 39 1H 5D
$43 16 1H 5D
$44 93 1H 5D
$46 70 1H 5D
$1548 1H 5D
$1858 1H 5D
$21 67 1H 5D
$24 77 1H 5D
$27 86 1H 5D
$29 41 1H 5D
Stage of Progression Hour Range
JOURNEY LEVEL,
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Wage Code Code Code
1 0000 -1000 HOURS 50 00% $31 64 1E 5P
2 1001 -2000 HOURS 55 00% $33 35 1E 5P
3 2001 -3000 HOURS 65 00% $36 78 1E 5P
4 3001 -4000 HOURS 75 00% $40 21 1E 5P
5 4001 -5000 HOURS 85 00% $43 64 1E 5P
6 5001 -6000 HOURS 90 00% $45 36 1E 5P
ELECTRICIANS INSIDE
JOURNEY LEVEL
1 0000 -1000 HOURS 45 00% $26 69 2W 5L
2 1001 -2000 HOURS 50 00% $28 80 2W 5L
3 2001 -3500 HOURS 55 00% $35 26 2W 5L
4 3501 -5000 HOURS 65 00% $40 26 2W 5L
5 5001 -6500 HOURS 75 00% $45 26 2W 5L
6 6501 -8000 HOURS 85 00% $50 28 2W 5L
ELECTRICIANS POWERLINE CONSTRUCTION
JOURNEY LEVEL LINEPERSON
1 0000 -1000 HOURS 60 00% $34 76 4A 5A
2 1001 -2000 HOURS 63 00% $36 01 4A 5A
3 2001 -3000 HOURS 67 00% $37 77 4A 5A
4 3001 -4000 HOURS 72 00% $39 94 4A 5A
5 4001 -5000 HOURS 78 00% $42 51 4A 5A
6 5001 -6000 HOURS 86 00% $45 97 4A 5A
7 6001 -7000 HOURS 90 00% $47 69 4A 5A
POLE SPRAYER
1 0000 -1000 HOURS 85 70% $45 87 4A 5A
2 1001 -2000 HOURS 89 80% $47 60 4A 5A
3 2001 -3000 HOURS 92 80% $48 89 4A 5A
ELEVATOR CONSTRUCTOU
MECHANIC
1 0000 -1000 HOURS 50 00% $22 07 4A 6Q
2 1001 -1700 HOURS 55 00% $45 98 4A 6Q
3 1701 -3400 HOURS 65 00% $50 65 4A 6Q
4 3401 -5100 HOURS 70 00% $52 99 4A 6Q
5 5101 -6800 HOURS 80 00% $57 67 4A 6Q
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000 -1000 HOURS 55 00% $8 55 1
2 1001 -2000 HOURS 60 00% $8 55 1
3 2001 -3000 HOURS 65 00% $8 55 1
4 3001 -4000 HOURS 70 00% $8 55 1
5 4001 -5000 HOURS 75 00% $9 05 1
6 5001 -6000 HOURS 80 00% $9 66 1
7 6001 -7000 HOURS 85 00% $10 26 1
Page 3
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
AePREIiTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression Hour Range Wage Code Code Code
8 7001 8000 HOURS 95 00% $11 47 1
TELECOMMUNICATION TECHNICIANS
.T.F.LECOMAIUNICATION TECHNICIANS JOURNEY LEVEL
1 0000 -0800 HOURS 60 00% $22 23 1E 5A
2 0801 -1500 HOURS 65 00% $23 71 1E 5A
3 1601 -2400 HOURS 70 00% $25 20 1E 5A
4 2401 -3200 HOURS 75 00% $26 68 1E 5A
5 3201 -4000 HOURS 80 00% $28 16 1E 5A
6 4001 -4800 HOURS 85 00% $29 64 1E 5A
GLAZIERS
JOURNEY LEVEL,
1 0000 -1000 HOURS 50 00% $27 01 1Y 5G
2 1001 -2000 HOURS 55 00% $29 17 1Y 5G
3 2001 -3000 HOURS 60 00% $31 33 1Y 5G
4 3001 -4000 HOURS 65 00% $33 49 1Y 5G
5 4001 -5000 HOURS 70 00% $35 65 1Y 5G
6 5001 -6000 HOURS 75 00% $37 81 1Y 5G
7 6001 -7000 HOURS 80 00% $39 97 1Y 5G
8 7001 -8000 HOURS 90 00% $44 29 1Y 5G
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
1 0000 -2000 HOURS 45 00% $31 19 1S 5J
2 2001 -4000 HOURS 55 00% $34 84 1S 5J
3 4001 -6000 HOURS 65 00% $38 49 1S 5J
4 6001 -8000 HOURS 75 00% $42 15 1S 5J
5 8001 -10000 HOURS 85 00% $45 80 1S 5J
LIOD CARRIERS MASON TENDERS
JOURNEY LEVEL
1 0000 -1000 HOURS 60 00% $27 65 1H 5D
2 1001 -2000 HOURS 70 00% $30 74 1H 5D
3 2001 -3000 HOURS 80 00% $33 84 1H 5D
4 3001 -4000 HOURS 90 00% $36 93 1H 5D
INSULATION APPLICATORS
JOURNEY LEVEL
1 0000 -1000 HOURS 50 00% $10 25 1
2 1001 -2000 HOURS 60 00% $12 30 1
3 2001 -3000 HOURS 75 00% $15 38 1
4 3001 -4000 HOURS 90 00% $18 45 1
IRONWORKERS
JOURNEY LEVEL
1 0000 -0750 HOURS 65 00% $30 00 10 5A
2 0751 -1500 HOURS 70 00% $31 83 10 5A
3 1501 -2250 HOURS 75 00% $45 12 10 5A
4 2251 -3000 HOURS 80 00% $46 95 10 5A
Page 4
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression Hour Range Wage Code Code Code
5 3001 -3750 HOURS 90 00% $50 61 10 5A
6 3751 -4500 HOURS 90 00% $50 61 10 5A
7 4501 -5250 HOURS 95 00% $52 44 10 5A
8 5251 -6000 HOURS 95 00% $52 44 10 5A
LABORERS
GENERAL LABORER
1 0000 -1000 HOURS 60 00% $27 65 1H 5D
2 1001 -2000 HOURS 70 00% $30 74 1H 5D
3 2001 -3000 HOURS 80 00% $33 84 1H 5D
4 3001 -4000 HOURS 90 00% $36 93 1H 5D
LATHERS
JOURNEY LEVEL
1 0000 -0700 HOURS 50 00% $25 41 1H 5D
2 0701 -1400 HOURS 60 00% $34 48 1H 5D
3 1401 -2100 HOURS 68 00% $37 33 1H 5D
4 2101 -2800 HOURS 76 00% $40 18 1H 5D
5 2801 -3500 HOURS 84 00% $43 03 1H 5D
6 3501 -4200 HOURS 92 00% $45 89 1H 5D
MARBLE SETTERS
JOURNEY LEVEL
1 0000 -0750 HOURS 50 00% $28 74 1M 5A
2 0750 -2250 HOURS 55 00% $29 49 1M 5A
3 2550 -3000 HOURS 60 00% $31 21 1M 5A
4 3000 -3750 HOURS 70 00% $34 64 1M 5A
5 3750 -4500 HOURS 80 00% $38 07 1M 5A
6 4500 -5250 HOURS 90 00% $41 50 1M 5A
7 5250 -6000 HOURS 95 00% $43 22 1M 5A
PLASTERERS
JOURNEY LEVEL,
1 0000 -0500 HOURS 40 00% $10 33 1
2 0501 -1000 HOURS 45 00% $11 62 1
3 1001 -1500 HOURS 45 00% $11 62 1
4 1501 -2000 HOURS 50 00% $12 92 1
5 2001 -2500 HOURS 55 00% $14 21 1
6 2501 -3000 HOURS 60 00% $15 50 1
7 3001 -3500 HOURS 65 00% $16 79 1
8 3501 -4000 HOURS 70 00% $18 08 1
9 4001 -4500 HOURS 75 00% $19 37 1
10 4501 -5000 HOURS 80 00% $20 66 1
11 5001 -5500 HOURS 85 00% $21 96 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 8 PIPEFITTERS
Page 5
Stage of Progression Hour Range
JOURNEY LEVEL,
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Wage Code Code Code
1 0000 -2000 HOURS 50 00% $36 29 1G 5A
2 2001 -4000 HOURS 62 50% $48 80 1G 5A
3 4001 -6000 HOURS 70 00% $52 33 1G 5A
4 6001 -8000 HOURS 75 00% $54 68 1G 5A
5 8001 -10000 HOURS 85 00% $59 39 1G 5A
POWER EQUIPMENT OPERATORS
,EQUIPMENT SERVICE ENGINEER (OILER)
ALL EQUIPMENT
1 0000 -1000 HOURS 65 00% $37 46 1T 5D 8P
2 1001 -2000 HOURS 70 00% $39 18 1T 5D 8P
3 2001 -3000 HOURS 75 00% $40 90 1T 5D 8P
4 3001 -4000 HOURS 80 00% $42 61 1T 5D 8P
5 4001 -5000 HOURS 90 00% $46 05 1T 5D 8P
6 5001 -6000 HOURS 95 00% $47 76 1T 5D 8P
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000 -1000 HOURS 75 00% $28 89 4A 5A
2 1001 -2000 HOURS 80 00% $30 25 4A 5A
3 2001 -3000 HOURS 85 00% $31 60 4A 5A
4 3001 -4000 HOURS 90 00% $32 97 4A 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
1 1st Period 60 00% $10 71 1
2 2nd Period 65 00% $11 60 1
3 3rd Period 70 00% $12 50 1
4 4th Period 75 00% $13 39 1
5 5th Period 80 00% $14 28 1
6 6th Period 85 00% $15 17 1
7 7th Period 90 00% $16 07 1
8 8th Period 95 00% $16 96 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL,
1 0000 -0900 HOURS 50 00% $13 89 1
2 0901 -1800 HOURS 55 00% $15 28 1
3 1801 -2700 HOURS 75 00% $20 84 1
4 2701 -4000 HOURS 85 00% $23 61 1
RESIDENTIAL STONE MASONS
JOURNEY LEVEL
1 0000 -0750 HOURS 50 00% $28 74 1M 5A
2 0750 -2250 HOURS 55 00% $29 49 1M 5A
3 2550 -3000 HOURS 60 00% $31 21 1M 5A
4 3000 -3750 HOURS 70 00% $34 64 1M 5A
5 3750 -4500 HOURS 80.00% $38 07 1M 5A
Page 6
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression Hour Range Wage Code Code Code
6 4500 -5250 HOURS 90 00% $41 50 1M 5A
7 5250 -6000 HOURS 95 00% $43 22 1M 5A
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL,
1 0000 -1000 HOURS 55 00% $8 55 1
2 1001 -2000 HOURS 65 00% $9 49 1
3 2001 -4000 HOURS 75 00% $10 95 1
4 4001 -6000 HOURS 85 00% $12 41 1
SHEET METAL WORKERS
JOURNEY LEVEL ((ELD OR SHOP)
1 0000 -2000 HOURS 45 00% $25 48 1E 6L
2 2001 -3000 HOURS 50 00% $36 69 1E 6L
3 3001 -4000 HOURS 55 00% $38 78 1E 6L
4 4001 -5000 HOURS 60 00% $40 91 1E 6L
5 5001 -6000 HOURS 65 00% $43 04 1E 6L
6 6001 -7000 HOURS 70 00% $45 15 1E 6L
7 7001 -8000 HOURS 75 00% $47 28 1E 6L
8 8001 -9000 HOURS 80 00% $49 40 1E 6L
9 9001 -10000 HOURS 85 00% $51 53 1E 6L
SOFT FLOOR LAYER
JOURNEY LEVEL,
1 0000 -1000 HOURS 50 00% $19 49 2X 5A
2 1001 -2000 HOURS 60 00% $23 20 2X 5A
3 2001 -3000 HOURS 70 00% $29 22 2X 5A
4 3001 -4000 HOURS 75 00% $30 89 2X 5A
5 4001 -5000 HOURS 80 00% $32 55 2X 5A
6 5001 -6000 HOURS 85 00% $34 20 2X 5A
7 6001 -7000 HOURS 90 00% $35 86 2X 5A
8 7001 -8000 HOURS 95 00% $37 56 2X 5A
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL,
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000 -1000 HOURS 45 00% $10 17 1
2 1001 -2000 HOURS 50 00% $11 30 1
3 2001 -3000 HOURS 55 00% $12 42 1
4 3001 -4000 HOURS 60 00% $13 55 1
1 0000 -1000 HOURS 40 00% $9 04 1
2 1001 -2000 HOURS 45 00% $10 17 1
3 2001 -3000 HOURS 50 00% $11 30 1
4 3001 -4000 HOURS 55 00% $12 42 1
1 0000 -1000 HOURS 65 00% $14 68 1
2 1001 -2000 HOURS 70 00% $15 81 1
3 2001 -3000 HOURS 75 00% $16 94 1
4 3001 -4000 HOURS 80 00% $18 07 1
5 4001 -5000 HOURS 85 00% $19 20 1
Page 7
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression Hour Range Wage Code Code Code
6 5001 -6000 HOURS 90 00% $20 33 1
1 0000 -1000 HOURS 60 00% $13 55 1
2 1001 -2000 HOURS 65 00% $14 68 1
3 2001 -3000 HOURS 70 00% $15 81 1
4 3001 -4000 HOURS 75 00% $16 94 1
5 4001 -5000 HOURS 80 00% $18 07 1
6 5001 -6000 HOURS 85 00% $19 20 1
STONE MASONS
JOURNEY LEVEL
1 0000 -0750 HOURS 50 00% $28 74 1M 5A
2 0750 -2250 HOURS 55 00% $29 49 1M 5A
3 2550 -3000 HOURS 60 00% $31 21 1M 5A
4 3000 -3750 HOURS 70 00% $34 64 1M 5A
5 3750 -4500 HOURS 80 00% $38 07 1M 5A
6 4500 -5250 HOURS 90 00% $41 50 1M 5A
7 5250 -6000 HOURS 95 00% $43 22 1M 5A
TERRAZZO WORKERS
JOURNEY LEVEL
1 0000 -1000 HOURS 50 00% $26 86 1M 5A
2 1001 -2500 HOURS 55 00% $28 52 1M 5A
3 2501 -3500 HOURS 60 00% $30 19 1M 5A
4 3501 -4500 HOURS 70 00% $33 53 1M 5A
5 4501 -5500 HOURS 80 00% $36 87 1M 5A
6 5501 -6250 HOURS 90 00% $40 20 1M 5A
7 6251 -7000 HOURS 95 00% $41 87 1M 5A
TILE. MARBLE TERRAZZO FIN/SEIERS
FINISHER
1 0000 -1000 HOURS 50 00% $26 23 1B 5A
2 1001 -2500 HOURS 55 00% $27 84 1B 5A
3 2501 -3500 HOURS 60 00% $29 42 1B 5A
4 3501 -4500 HOURS 70 00% $32 66 1B 5A
TILE SETTERS
JOURNEY LEVEL
1 0000 -1000 HOURS 50 00% $26 86 1M 5A
2 1001 -2500 HOURS 55 00% $28 52 1M 5A
3 2501 -3500 HOURS 60 00% $30 19 1M 5A
4 3501 -4500 HOURS 70 00% $33 53 1M 5A
5 4501 -5500 HOURS 80 00% $36 87 1M 5A
6 5501 -6250 HOURS 90 00% $40 20 1M 5A
7 6251 -7000 HOURS 95 00% $41 87 1M 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL,
1 0000 -0500 HOURS 60 00% $16 44 1K 5A
2 0501 -1000 HOURS 60 00% $21 86 1K 5A
Page 8
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2010
Prevailing Overtime Holiday Note
Stage of Progression Hour Range Wage Code Code Code
3 1001 -1166 HOURS 60 00% $25 59 1K 5A
4 1167 -2333 HOURS 65 00% $27 25 1K 5A
5 2334 -3499 HOURS 75 00% $30 58 1K 5A
6 3500 -4666 HOURS 85 00% $33 91 1K 5A
7 4667 -5833 HOURS 90 00% $35 57 1K 5A
8 5834 -7000 HOURS 95 00% $37 24 1K 5A
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000 -0700 HOURS 70 00% $14 16 1
2 0701 -1400 HOURS 80 00% $16 18 1
3 1401 -2100 HOURS 90 00% $18 21 1
Page 9
City of Port Angeles
Operations Office
Public Works and Utilities Department
360- 417 -4541
Project ST -10 -021 Page 14
ATTACHMENT "D"
QUOTATION FORM
Rev 2/03/2010
QUOTATION FORM
Race Street Asphalt Repair
ST -10 -021
The bidder hereby bids the following amounts for all work (including labor, equipment, time
and materials) required to perform the work in the Statement of Work and this package. The
bidder must bid on all items below for a bid to be valid.
BID ITEMS
A
4.
Contractor Information:
1. Company Name:
2. Address:
3. City, State, Zip Code:
4. Phone Number:
5. Contractor Registration Number:
6. UBI Number:
Project: ST -10 -021
BID TYPE
Section 1,2,3,4,5,6
Sales Tax (8.4 Materials Only
Total (Labor Materials)
Optional Bid Item:
B Section 7
Sales Tax (8.4 Materials Only
Total (Labor Materials)
1. Bid Item "B" is an optional bid item that must be bib. Award of bid item "B" will be at the sole
discretion of the City based on availability of funds.
2. The bidder hereby acknowledges that it has received Addenda No(s). IVA
(Enter "N /A" if none were issued) to this Request for Quotation package.
3. The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed
to the following address:
r0:5i" e/1°11°
P ix Zf
760 1 7 ccT:-3
Page 2
BID AMOUNT
'429:
Rev 2/03/2010
k76e) 7
7. WA State Industrial Insurance Account Number: a
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 set rth in thj and that it is not disqualified from bidding on this
contract. 1
Signed by
Title
Printed Name:
Date
!r V'i_e` aest'e v
I
Project: ST -10 -021 Page 3
49/5 }f) 2
60/ /O 7
Rev 2/03/2010