HomeMy WebLinkAbout4.563 Original Contract
<I. 5lP3
City of Port Angeles
Public Works & Utilities Dept.
Operations Office
1703 South B Street
Port Angeles W A 98362
Tel: 360-417-4541
Fax: 360-452-4972
LIMITED PUBLIC WORKS PROCESS
o Request for Quotation
IZI Contract
Contract Title: Erickson Tree Removal, Project Number: PK-07-029
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Mitch Gray 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):
o All work under this Contract is to be completed by this date: ~
IZI All work under this Contract is to be completed .2 days from the Notice to Proceed. No work is to
be performed prior to written Notice to Proceed by the City.
o The performance period under this Contract commences _ calendar days after contract
award and ends _ calendar days after contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
o Time and material, not to exceed: $
o Time and actual expenses incurred, not to exceed: $
o Unit prices set forth in the Contractor's bid or quote, not to exceed: $
IZI Firm Fixed Price set forth in Contractor bid or quote in the amount of: $4.010.80
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 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.
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 PK-07-029
Page 1
Rev.2/16/2007
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 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
Project PK-07-029
Page 2
Rev.2/16/2007
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 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.
10. HOLD HARMLESS
A. The Contractor shall protect, defend, indemnify and save harmless the City, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting
from the negligent acts or omissions of the Contractor. The Contractor agrees that its obligations under this
subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its
employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the
City only, any immunity that would otherwise be available against such claims under the industrial insurance
provision of Title 51 RCW. In the event the City obtains any judgment or award, and/or incurs any cost arising
therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs
shall be recoverable form the Contractor.
Project PK-07-029
Page 3
Rev.2/16/2007
B. The City shall protect, defend, indemnify and save harmless the Contractor, its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or in any way resulting
from the negligent acts or omissions of the City. The City agrees that its obligations under this subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or
agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
immunity that would otherwise be available against such claims under the industrial insurance provision of Title
51 RCW. In the event the Contractor obtains any judgment or award, and/or incurs any cost arising therefrom
including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be
recoverable form the City.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 ROO, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws
and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE 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.
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 C1allam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
Project PK-07-029
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. SUBLETIING 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 I 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 //J'~ /J~ 2007.
CONTRACTOR
Mitch Gray Inc.
By:
By: M~~
Printed Name: ,. N\ - G~
)
Title: 'OfU4..t~ 't-
Address: ~'"'/() \JJ e; r I (.ylb,.. sf
City: G) / ~ ,
Tax ID #: ~ ~ 1- - ~ q - )e )
Phone Number: (:) (; <9 f 60 ~ DL3
Printed Name:
Title: V-Q..~
Purchase Order #:
Project PK-07-029
Page 5
Rev .2/16/2007
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.
1.) Safely secure work zone and access road from public.
2.) Cut-down and remove six Douglas Fir on the west side of Erickson Playfield. Trunks are to be cut as low
to the ground as possible (no more than 6 inches). The tree then becomes the property of the Contractor
and shall be removed from City property.
3.) Clean up and remove all tree debris from the site.
4.) Location: Trees are located on the east side of the north entrance driveway (See drawing).
5.) The Contractor's point of contact for the work is Corey Delikat, who can be reached at 360-417-4566.
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 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:
. 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 PK-07-029
Page 7
Rev.2/16/2007
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417 -4541
ATTACHMENTB
INSURANCE
Insurance Requirements:
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.
1. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
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 Liabilitv 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.
2. Minimum Amounts of Insurance
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.
3. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
a. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any
Project PK-07-029
Page 8
Rev .2/ 16/2007
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.
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 PK-07-029
Page 9
Rev.2/16/2007
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "c"
PREVAILING WAGE RATES
See attached listing:
1. Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, effective 03-03-07.
2. Washington State Prevailing Wage Rates For Public Works Contracts - Apprentices, Clallam County,
effective 03-03-07.
Project PK-07-029
Rev.2/16/2007
Page 10
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 03-03-07
*****************************************************************************************************************
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
$34.36
$47.47
$42 47
$14.67
$41.43
$41 33
$41 27
$41.37
$41 31
$41.40
$41.40
$41 40
$42.27
$41.47
$41.40
$4140
$41 .40
$41 40
$34.36
$85.75
$44.22
$42.02
$41.51
$42 02
$42.07
$43.64
$41 51
$42 02
$41 64
$41 14
$937
(See Benefit Code Key)
Over
Time Holiday
Code Code
Note
Code
1M
5D
1C
5N
1M
5A
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D 8A
1M 5D
1T 5D 8L
1T 5D 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 5D 8L
1T 50 8L
1E 5P
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
ELECTRICIANS - INSIDE
CABLE SPLICER $52.30 10 SA
CABLE SPLICER (TUNNEL) $56 21 10 SA
CERTIFIED WELDER $50.53 10 SA
CERTIFIED WELDER (TUNNEL) $54 26 10 SA
CONSTRUCTION STOCK PERSON $27.32 10 SA
JOURNEY LEVEL $48 75 10 SA
JOURNEY LEVEL (TUNNEL) $52.30 10 SA
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $1469 2A 6C
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $55.40 4A SA
CERTIFIED LINE WELDER $49 64 4A SA
GROUNDPERSON $35 92 4A SA
HEAD GROUND PERSON $37.88 4A SA
HEAVY LINE EQUIPMENT OPERATOR $49 64 4A SA
JACKHAMMER OPERATOR $37.88 4A SA
JOURNEY LEVEL L1NEPERSON $49.64 4A SA
LINE EQUIPMENT OPERATOR $42 26 4A SA
POLE SPRAYER $49.64 4A SA
POWDERPERSON $37 88 4A SA
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $57 88 4A 6Q
MECHANIC IN CHARGE $63.45 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $1350
FENCE ERECTORS
FENCE ERECTOR $1380
FENCE LABORER $11.60
FLAGGERS
JOURNEY LEVEL $29 68 1M 50
GLAZIERS
JOURNEY LEVEL $42 41 1H SG
HEAT & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC $45.13 1S SJ
HEATING EQUIPMENT MECHANICS
MECHANIC $1600
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $34.84 1M 50
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $910
INLAND BOATMEN
CAPTAIN $38 04 1K SB
COOK $31 90 1K SB
DECKHAND $31.59 1K SB
ENGINEER/DECKHAND $34 37 1K 58
MATE. LAUNCH OPERATOR $36 02 1K SB
Page 2
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL OET AIL CLEANUP (i e , dusting, vacuuming, window cleaning, NOT
construclion debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRAOE CHECKER & TRANSIT PERSON
GRINOERS
GROUT MACHINE TENOER
PREVAILING
WAGE
$9.73
$11.48
$1278
$7.93
$1053
$20 50
$46 25
$34 84
$34.36
$29 68
$34.36
$34 36
$34.36
$34.36
$35 20
$34.84
$34.36
$34 36
$34 84
$34 36
$34.36
$34.36
$34.36
$34 84
$34 36
$34 84
$29.68
$34 36
$34.36
$34 36
$35 20
$34 84
$35.20
$34.36
$34 36
$34 36
$34 84
$27.36
$34.36
$29 68
$34.36
$34.36
$34 36
$34.84
$34 36
$34.36
Page 3
(See Benefit Code Key)
Over
Time Holiday
Code Code
Note
Code
1
1
1
1
1
10 5A
1M 50
1M 5D
1M 50
1M 5D
1M 50
1M 5D
1M 50
1M 5D
1M 5D
1M 5D
1M 5D
1M 50
1M 5D
1M 50
1M 5D
1M 50
1M 50
1M 5D
1M 50
1M 50
1M 5D
1M 50
1M 5D
1M 5D
1M 50
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 50
1M 5D
1M 50
1M 50
1M 5D
1M 50
1M 5D
1M 5D
1M 50
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
ClaSSification
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIER/MORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUDMAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE. SHOTCRETE. WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELlNER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDER MAN
POWDER MAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRAYMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
STOCKPILER
TAMPER & SIMILAR ELECTRIC, AIR & GAS
TAMPER (MULTIPLE & SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPPER-TAILER
TRACK LABORER
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING 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 Code
$34 36 1M 50
$35.20 1M 50
$34 84 1M 50
$34.36 1M 50
$35 20 1M 50
$34.84 1M 50
$34.84 1M 50
$34 84 1M 50
$34 84 1M 50
$34.36 1M 50
$35 20 1M 50
$34.84 1M 50
$34.84 1M 50
$29.68 1M 50
$34.84 1M 50
$34.84 1M 50
$34.84 1M 50
$35.20 1M 50
$34.84 1M 50
$34 36 1M 50
$35.20 1M 50
$34.36 1M 50
$34 84 1M 50
$34 84 1M 50
$35.20 1M 50
$34 36 1M 50
$34.84 1M 50
$34 36 1M 50
$34.36 1M 50
$34 36 1M 50
$34.84 1M 50
$34 36 1M 50
$34 84 1M 50
$34 84 1M 50
$34.36 1M 50
$34 36 1M 50
$34 84 1M 50
$34.84 1M 50
$34 36 1M 50
$34 36 1M 50
$34.36 1M 5D
$34 84 1M 50
$34 36 1M 50
$34.84 1M 50
$34 36 1M 50
$34.84 1M 5D
$34 36 1M 50
$34.36 1M 50
$34 84 1M 50
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $34 36 1M 50
PIPE LAYER $34 84 1M 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.93 1
LANDSCAPING OR PLANTING LABORERS $7.93 1
LATHERS
JOURNEY LEVEL $41 31 1M 50
METAL FABRICATION (IN SHOP)
FITTERIWELDER $1516 1
LABORER $11.13 1
MACHINE OPERATOR $1066 1
PAINTER $11.41 1
PAINTERS
JOURNEY LEVEL $33.16 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $55.34 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39 57 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $42 35 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $42.84 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH $43 39 1M 50 8L
BACKHOES, (75 HP & UNDER) $41 93 1M 50 8L
BACKHOES, (OVER 75 HP) $42.35 1M 50 8L
BARRIER MACHINE (ZIPPER) $42.35 1M 50 8L
BATCH PLANT OPERATOR, CONCRETE $42.35 1M 50 8L
BELT LOADERS (ELEVATING TYPE) $41 93 1M 50 8L
BOBCAT (SKID STEER) $39 57 1M 50 8L
BROOMS $39.57 1M 50 8L
BUMP CUTTER $42.35 1M 50 8L
CABLEWA YS $42.84 1M 50 8L
CHIPPER $42.35 1M 50 8L
COMPRESSORS $39.57 1M 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $39.57 1M 50 8L
CONCRETE PUMPS $41.93 1M 50 8l
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 50 8L
CONVEYORS $41 93 1M 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42.35 1M 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42 84 1M 50 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43.96 1M 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $39.57 1M 50 8L
CRANES, A-FRAME, OVER 10 TON $41.93 1M 50 8L
Page 5
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44 52 1M 50 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42 35 1M 50 8L
CRANES. OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42.84 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1M 50 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43.39 1M 50 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1M 50 8L
CRUSHERS $42 35 1M 50 8L
DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 50 8L
DERRICK, BUILDING $42 84 1M 50 8L
DOZERS, 0-9 & UNDER $41 93 1M 50 8L
DRILL OILERS - AUGER TYPE. TRUCK OR CRANE MOUNT $41 93 1M 50 8L
DRILLING MACHINE $42 35 1M 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39 57 1M 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $41 93 1M 50 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 50 8L
FORK LIFTS, (3000 LBS AND OVER) $41.93 1M 50 8L
FORK LIFTS. (UNDER 3000 LBS) $39 57 1M 50 8L
GRADE ENGINEER $41.93 1M 50 8L
GRADECHECKER AND STAKE MAN $39.57 1M 50 8L
GUARDRAIL PUNCH $42.35 1M 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $41 93 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 50 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39.57 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $41.93 1M 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $42 84 1M 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $43.39 1M 5D 8L
LOADERS. OVERHEAD (UNDER 6 YO), PLANT FEED $42 35 1M 5D 8L
LOCOMOTIVES, ALL $42 35 1M 50 8L
MECHANICS, ALL $42.84 1M 5D 8L
MIXERS, ASPHALT PLANT $42 35 1M 50 8L
MOTOR PATROL GRADER (FINISHING) $42 35 1M 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $41 93 1M 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 84 1M 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 50 8L
OPERATOR
PAVEMENT BREAKER $39.57 1M 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1M 50 8L
PLANT OILER (ASPHALT, CRUSHER) $41 93 1M 5D 8L
POSTHOLE DIGGER, MECHANICAL $39 57 1M 5D 8L
POWER PLANT $39.57 1M 50 8L
PUMPS, WATER $39.57 1M 50 8L
QUAD 9,0-10, AND HD-41 $42 84 1M 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L
EQUIP
RIGGER AND BELLMAN $3957 1M 50 8L
ROLLAGON $42 84 1M 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $41 93 1M 5D 8L
ROTO-MILL, ROTO-GRINDER $42 35 1M 5D 8L
SAWS, CONCRETE $41.93 1M 5D 8L
Page 6
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
Classification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YD 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 &
(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 & PIPE FITTERS
JOURNEY LEVEL
Page 7
PREVAILING
WAGE
$42 35
$42.84
$41 93
$42.35
$39 57
$42 84
$42 35
$42.35
$41 93
$41 93
$42 35
$42.35
$42.84
$41 93
$41.93
$42.35
$42.35
$39 57
$42 35
$35.62
$33.82
$34 27
$31 88
$24.03
$27 68
$42.47
$17.85
$25 63
$18.00
$27.78
$1684
$986
$18.08
$15.97
$1460
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 50 8L
1M 5D 8L
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
1M
5A
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL $5301 1G SA
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $32 09 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $1088
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
ROOFERS
JOURNEY LEVEL $35 78 1R SA
USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R SA
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $49.97 1E 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12 15
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 1B SA
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $11.40
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 10 SA
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $29.89 2B SA
HOLE DIGGER/GROUND PERSON $1681 2B SA
INSTALLER (REPAIRER) $28.68 2B SA
JOURNEY LEVEL TELEPHONE L1NEPERSON $27.82 2B SA
SPECIAL APPARATUS INSTALLER I $29 89 2B SA
SPECIAL APPARATUS INSTALLER II $29 30 2B SA
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29 89 2B SA
TELEPHONE EQUIPMENT OPERA TOR (LIGHT) $27.82 2B SA
TELEVISION GROUND PERSON $15.96 2B SA
TELEVISION L1NEPERSON/lNSTALLER $21.17 2B SA
TELEVISION SYSTEM TECHNICIAN $25.15 2B SA
TELEVISION TECHNICIAN $22 64 2B SA
TREE TRIMMER $27 82 2B SA
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $40 33 1B SA
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $34 16 1B SA
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34 90 1K SA
Page 8
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
Classification
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK & TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$39.04
$39.62
$20.23
$20 23
$39 62
$23.73
$11 60
$945
$11.60
1T
1T
1
1
1T
1
50
8L
50
50
8L
8L
Page 9
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
ENVIRONMENTAL CONTROL PAINTERS
1 0000-1000 HOURS 5000% $1843 1M 50
2 1001-2000 HOURS 60 00% $21 06 1M 50
3 2001-3000 HOURS 75 00% $27.10 1M 50
4 3001-4000 HOURS 90 00% $31.45 1M 50
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26 48 1M 50
3 2001-3000 HOURS 80.00% $29.11 1M 50
4 3001-4000 HOURS 90.00% $31 73 1M 50
BOILERMAKERS
JOURNEY LEVEL
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% $41.73 1C 5N
4 3001-4000 HOURS 85 00% $43 17 1C 5N
5 4001-5000 HOURS 90.00% $44.60 lC 5N
6 5001-6000 HOURS 95 00% $46.04 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $25.49 1M SA
2 0751-2250 HOURS 55 00% $27 05 1M SA
3 2251-3000 HOURS 60 00% $28.62 1M SA
4 3001-3750 HOURS 70 00% $31.74 1M SA
5 3751-4500 HOURS 80 00% $34 87 1M SA
6 4501-5250 HOURS 90 00% $37 99 1M SA
7 5251-6000 HOURS 95 00% $39 56 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $25 26 1M 50
2 1001-2000 HOURS 65 00% $30 65 1M 50
3 2001-3000 HOURS 70 00% $32.17 1M 50
4 3001-4000 HOURS 75 00% $33 69 1M 50
5 4001-5000 HOURS 80.00% $35 20 1M 50
6 5001-6000 HOURS 85 00% $36 72 1M 50
7 6001-7000 HOURS 90 00% $38 24 1M 50
8 7001-8000 HOURS 95.00% $39 75 1M 50
DRYWALL APPLlCA TOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $22 25 1M 50
2 0701-1400 HOURS 60 00% $29 16 1M 50
3 1401-2100 HOURS 68 00% $31 59 1M 50
4 2101-2800 HOURS 76 00% $34 02 1M 50
5 2801-3500 HOURS 84 00% $36 45 1M 50
Page 1
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Stage of Progression & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 68 00%
4 3001-4000 HOURS 76 00%
5 4001-5000 HOURS 84 00%
6 5001-6000 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
1 1st Penod 60 00%
2 2nd Penod 65.00%
3 3rd Penod 70 00%
44th Period 75.00%
55th Period 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
1 1st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Period 80 00%
66th Penod 85 00%
77th Period 90 00%
88th Period 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
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
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90.00%
6 5001-6000 HOURS 95 00%
DRYWALL TAPERS
Page 2
Prevailing Overtime Holiday
Wage Code Code
$3888 1M 50
$22.31 1M 50
$29.23 1M 50
$31.67 1M 50
$34 11 1M 50
$36 55 1M 50
$38.99 1M 50
$25.86 1M 50
$31 30 1M 50
$32.87 1M 50
$34.44 1M 50
$36.00 1M 50
$37.57 1M 50
$39.14 1M 50
$40 70 1M 50
$25 38 1M 50
$30 78 1M 50
$32.31 1M 50
$33 84 1M 50
$35 36 1M 50
$36 89 1M 50
$38.42 1M 50
$39 94 1M 50
$25 30 1M 50
$30 69 1M 50
$32 21 1M 50
$33 73 1M 50
$35.25 1M 50
$36.77 1M 50
$38 29 1M 50
$39 81 1M 50
$1313
$1576
$1838
$21.01
$23 63
$24 95
1M
1M
1M
1M
1M
1M
50
50
50
50
50
50
Note
Code
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 0000-1000 HOURS 50.00% $26.84 1E 5P
2 1001-2000 HOURS 5500% $28 27 1E 5P
3 2001-3000 HOURS 65 00% $31.13 1E 5P
4 3001-4000 HOURS 7500% $33 99 1E 5P
5 4001-5000 HOURS 85.00% $36.85 1E 5P
6 5001-6000 HOURS 9000% $38.28 1E 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 40 00% $21.49 10 5A
2 1001-2000 HOURS 50 00% $25 05 10 5A
3 2001-3500 HOURS 55 00% $30 09 10 5A
4 3501-5000 HOURS 65 00% $34.23 10 5A
5 5001-6500 HOURS 75 00% $38 39 10 5A
6 6501-8000 HOURS 85 00% $42 53 10 5A
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEYLEVELLINEPERSON
1 0000-1000 HOURS 60 00% $32.03 4A 5A
2 1001-2000 HOURS 6300% $33 20 4A 5A
3 2001-3000 HOURS 67 00% $34 76 4A 5A
4 3001-4000 HOURS 72 00% $36 71 4A 5A
5 4001-5000 HOURS 78 00% $39.05 4A 5A
6 5001-6000 HOURS 86 00% $42 17 4A 5A
7 6001-7000 HOURS 9000% $43.73 4A 5A
POLE SPRA YER
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
ELEVA TOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 5000% $20 69 4A 60
2 1001-1700 HOURS 55.00% $37.36 4A 60
3 1701-3400 HOURS 65 00% $41 76 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
1 0000-1000 HOURS 55 00% $793 1
2 1001-2000 HOURS 60 00% $793 1
3 2001-3000 HOURS 65 00% $7.93 1
4 3001-4000 HOURS 70 00% $8.45 1
5 4001-5000 HOURS 7500% $905 1
6 5001-6000 HOURS 80 00% $966 1
7 6001-7000 HOURS 85 00% $1026 1
Page 3
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
8 7001-8000 HOURS 95 00% $11 47 1
TEL ECOMMUNICA nON TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60.00% $20 37 10 5A
2 0801-1500 HOURS 65 00% $21 71 10 5A
3 1601-2400 HOURS 70 00% $23 06 10 5A
4 2401-3200 HOURS 75 00% $24 41 10 5A
5 3201-4000 HOURS 80 00% $25.76 10 5A
6 4001-4800 HOURS 85 00% $27.11 10 5A
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $21.83 1H 5G
2 1001-2000 HOURS 50 00% $23.71 1H 5G
3 2001-3000 HOURS 55.00% $25 58 1H 5G
4 3001-4000 HOURS 60 00% $27 45 1H 5G
5 4001-5000 HOURS 65 00% $29.32 1H 5G
6 5001-6000 HOURS 70 00% $31.19 1H 5G
7 6001-7000 HOURS 80.00% $34.93 1H 5G
8 7001-8000 HOURS 9000% $38 67 1H 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-1000 HOURS 40 00% $24 92 1S 5J
2 1001-2000 HOURS 45 00% $26 61 1S 5J
3 2001-3000 HOURS 50 00% $28.29 1S 5J
4 3001-4000 HOURS 55 00% $29 97 1S 5J
5 4001-6000 HOURS 65 00% $33.34 1S 5J
6 6001-8000 HOURS 75 00% $36 71 1S 5J
7 8001-10000 HOURS 8500% $40 08 1S 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 70 00% $26 48 1M 50
3 2001-3000 HOURS 80.00% $29 11 1M 50
4 3001-4000 HOURS 9000% $31 73 1M 50
INSULA nON APPLlCA TORS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $10.25 1
2 1001-2000 HOURS 60 00% $1230 1
3 2001-3000 HOURS 75 00% $1538 1
4 3001-4000 HOURS 90 00% $18.45 1
IRONWORKERS
JOURNEY LEVEL
1 0000-0750 HOURS 65 00% $27.48 10 5A
2 0751-1500 HOURS 70 00% $29 05 10 5A
Page 4
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
3 1501-2250 HOURS 7500% $38 38 10 5A
4 2251-3000 HOURS 8000% $39 95 10 5A
5 3001-3750 HOURS 9000% $43 10 10 5A
6 3751-4500 HOURS 90 00% $43 10 10 5A
7 4501-5250 HOURS 9500% $44.68 10 5A
8 5251-6000 HOURS 95 00% $44 68 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 7000% $26.48 1M 50
3 2001-3000 HOURS 80 00% $29.11 1M 50
4 3001-4000 HOURS 90 00% $31.73 1M 50
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $23 86 1M 50
2 1001-2000 HOURS 7000% $26.48 1M 50
3 2001-3000 HOURS 8000% $29.11 1M 50
4 3001-4000 HOURS 90 00% $31.73 1M 50
LA THERS
JOURNEY LEVEL
1 0000-0700 HOURS 50.00% $22.25 1M 50
2 0701-1400 HOURS 60 00% $29 16 1M 50
3 1401-2100 HOURS 68.00% $31 59 1M 50
4 2101-2800 HOURS 76 00% $34.02 1M 50
5 2801-3500 HOURS 84 00% $36.45 1M 50
6 3501-4200 HOURS 92 00% $38 88 1M 50
PAINTERS
JOURNEY LEVEL
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% $21.37 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
1 0000-0500 HOURS 40 00% $1033 1
2 0501-1000 HOURS 45 00% $11 62 1
3 1001-1500 HOURS 45 00% $11.62 1
4 1501-2000 HOURS 5000% $1292 1
5 2001-2500 HOURS 5500% $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
Page 5
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Stage of Progression & Hour Range
9 4001-4500 HOURS 75 00%
10 4501-5000 HOURS 80 00%
11 5001-5500 HOURS 85 00%
12 5501-6000 HOURS 9000%
13 6001-6500 HOURS 9500%
14 6501-7000 HOURS 9500%
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 62 50%
3 4001-6000 HOURS 70 00%
4 6001-8000 HOURS 75 00%
5 8001-10000 HOURS 85 00%
POWER EQUIPMENT OPERA TORS
BACKHOES. (75 HP & UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 7000%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 9500%
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORS)
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 9000%
6 5001-6000 HOURS 9500%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00%
2 1001-2000 HOURS 80 00%
3 2001-3000 HOURS 85 00%
4 3001-4000 HOURS 9000%
REFRIGERA TION & AIR CONDfTfONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 55 00%
3 4001-6000 HOURS 60.00%
4 6001-8000 HOURS 70 00%
5 8001-10000 HOURS 85 00%
RESIDENTIAL CARPENTERS
Page 6
Prevailing
Wage
$1937
$20.66
$21 96
$23.25
$24 54
$24 54
$29.93
$40 82
$43.73
$45 67
$49 57
Overtime Holiday
Code Code
1
1
1
1
1
1
Note
Code
1G
1G
1G
1G
1G
5A
SA
5A
SA
5A
$31.28 1M 50 8l
$32 80 1M 50 8l
$34.32 1M 50 8l
$35 84 1M 50 8l
$38 89 1M 50 8l
$4041 1M 50 8l
$31.28
$32.80
$34 32
$35.84
$38 89
$40 41
$25.17
$26 34
$27 52
$28 70
$1384
$1522
$1661
$1938
$23 53
4A
4A
4A
4A
5A
5A
5A
5A
1
1
1
1
1
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 1 5t Penod 60.00% $10.71 1
2 2nd Penod 65.00% $11 60 1
3 3rd Penod 70 00% $1250 1
44th Penod 75 00% $13.39 1
55th Penod 80 00% $14.28 1
66th Period 85 00% $15.17 1
77th Penod 90 00% $1607 1
88th Penod 95 00% $16.96 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389 1
2 0901-1800 HOURS 55 00% $1528 1
3 1801-2700 HOURS 7500% $20.84 1
4 2701-4000 HOURS 85 00% $2361 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $803 1
2 1001-2000 HOURS 65 00% $9.49 1
3 2001-4000 HOURS 75 00% $1095 1
4 4001-6000 HOURS 85.00% $12.41 1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-0900 HOURS 55 00% $16.25 1E 6L
2 0901-1800 HOURS 60 00% $17.15 1E 6L
3 1801-2700 HOURS 6500% $18.47 1E 6L
4 2701-3600 HOURS 7000% $19.37 1E 6L
5 3601-4500 HOURS 75 00% $20 52 1E 6L
6 4501-5400 HOURS 80 00% $21.42 1E 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $23 23 1R 5A
2 0821-1630 HOURS 67 00% $25 03 1R 5A
3 1631-2450 HOURS 74 00% $26 82 1R 5A
4 2451-3270 HOURS 81 00% $30 91 1R 5A
5 3271-4080 HOURS 8800% $32 71 1R 5A
6 4081-4899 HOURS 95 00% $34 50 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-2000 HOURS 45 00% $21 91 1E 6L
2 2001-3000 HOURS 5000% $30 19 1E 6L
3 3001-4000 HOURS 55 00% $32 04 1E 6L
4 4001-5000 HOURS 6000% $33 92 1E 6L
5 5001-6000 HOURS 65 00% $35 79 1E 6L
Page 7
.
Stage of Progression & Hour Range
6 6001-7000 HOURS 7000%
7 7001-8000 HOURS 75 00%
8 8001-9000 HOURS 80 00%
9 9001-10000 HOURS 85 00%
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 5000%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 75.00%
5 4001-5000 HOURS 80.00%
6 5001-6000 HOURS 8500%
7 6001-7000 HOURS 9000%
8 7001-8000 HOURS 9500%
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1,2000)
1 0000-1000 HOURS 45 00%
2 1001-2000 HOURS 50.00%
3 2001-3000 HOURS 5500%
4 3001-4000 HOURS 60.00%
1 0000-1000 HOURS 40 00%
2 1001-2000 HOURS 45 00%
3 2001-3000 HOURS 50 00%
4 3001-4000 HOURS 55.00%
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 85 00%
6 5001-6000 HOURS 90 00%
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 65 00%
3 2001-3000 HOURS 7000%
4 3001-4000 HOURS 75 00%
5 4001-5000 HOURS 80 00%
6 5001-6000 HOURS 85 00%
TILE. MARBLE & TERRAZZO FINISHERS
FINISHER
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
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing
Wage
$37.65
$39 52
$41.38
$43 26
Overtime
Code
1E
1E
1E
1E
$1715 18
$20.46 18
$2531 18
$26.72 18
$2812 18
$2953 18
$3094 18
$3235 18
$8 85 1
$9 84 1
$10.82 1
$11.80 1
$7.93 1
$8 85 1
$9 84 1
$1082 1
$12.79 1
$1377 1
$1475 1
$15.74 1
$1672 1
$1770 1
$11 80 1
$1279 1
$1377 1
$14.75 1
$1574 1
$1672 1
$2334 18
$2475 18
$2614 18
$2896 18
Page 8
Holiday
Code
6L
6L
6L
6L
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
Note
Code
,.
Stage of Progression & Hour Range
JOURNEY LEVEL
1 0000-1000 HOURS 50.00%
2 1001-2500 HOURS 55.00%
3 2501-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
5 4501-5500 HOURS 80 00%
6 5501-6250 HOURS 90 00%
7 6251-7000 HOURS 95.00%
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
1 0000-0500 HOURS 60 00%
2 0501-1000 HOURS 60 00%
3 1001-2333 HOURS 60 00%
4 2334-4666 HOURS 73 00%
5 4667-7000 HOURS 88 00%
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000-0700 HOURS 70 00%
2 0701-1400 HOURS 80 00%
3 1401-2100 HOURS 9000%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday
Wage Code Code
$24 00
$2547
$26 93
$29.87
$32 81
$35 74
$3721
$1469
$20 01
$23.11
$26.94
$31.36
$14.16
$1618
$1821
Page 9
18
18
18
18
18
18
18
1K
1K
1K
1K
1K
1
1
1
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
Note
Code