HomeMy WebLinkAbout4.623L Original Contract
(
.
.
....0\ \\)!.~:\\G.(.
...v ~ 't.. '~"<i
'IJ----
<f ;t.l.:-....J~JJI
il~~'E.I~
"<:;..:;, 1;
........------..,
'~"r~,\.:$'~
lJejRK'>S.'-
CIty ofPor! 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
D Request for Quotation
~ Contract
Contract Title' Enckson Tree Removal, Project Number' PK-07-029
THIS CONTRACT IS entered Into the date last below wntten 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 "AU (Attachment "AU may Include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which IS attached hereto and by thiS reference IS Incorporated herein.
2. TERM OF CONTRACT
All work under thiS Contract IS to be completed as Indicated (check one)'
D All work under thiS Contract IS to be completed by thiS date: ~
~ All work under thiS Contract IS to be completed .2 days from the Notice to Proceed. No work IS to
be performed pnor to wntten Notice to Proceed by the City.
D The performance penod under thiS Contract commences _ calendar days after contract
award and ends _ calendar days after contract award
3. PAYMENT
A The City shall pay the Contractor for the work performed under thiS contract (check one):
D Time and matenal, not to exceed: $
D Time and actual expenses Incurred, not to exceed $
D Untt pnces set forth In the Contractor's bid or quote, not to exceed $_
~ Firm Fixed Pnce set forth In Contractor bid or quote In the amount of' $4.01080
The Contractor shall do all work and furntsh all tools, matenals, and eqUipment, In accordance
With and as descnbed In the Attachment "A".
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be reqUired for the transfer of matenals and for constructing and completing
the work provided for In thiS contract and every part thereof, except as are mentioned In the
specifications to be furnished by the City of Port Angeles
B The Contractor shall maintain time and expense records, which may be requested by the City. The
contractor shall submit inVOices to the City for payment for work performed All inVOices must reference the
City's contract number InVOices shall be In a format acceptable to the City
C. The City shall pay all Invoices from the Contractor by mall(9 a City warrant Within 30 days of receipt of a
properly completed inVOiCe,
D. All records and accounts pertalntng to thiS Contract are to be kept available for inspections by
representatives of the City for a penod of three (3) years after final payment. Copies shall be made available
to the City upon request.
Project 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.
t
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 2116/2007
I. .
and finish the work by whatever methods It may deem expedient, by gIVIng 10 days wntten 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 msolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or falls to complete the work required herem.
4. Contractor falls to make prompt payment to subcontractors for material or labor.
5 Contractor persistently disregards federal, state or local regulations and ordmances.
6 Contractor persistently disregards Instructions of the Contract Admmlstrator, or otherwise
substantially violates the terms of thiS Contract.
7. The City determmes that sufficient operatmg funds are not available to fund completion of the work
contracted for.
C. In the event thiS Contract IS term mated by the City, Contractor shall not be entitled to receive any
further amounts due under thiS Contract until the work speCified m Attachment "A" IS satisfactorily
completed, as scheduled, up to the date of termmatlon. At such time, If the unpaid balance of the amount
to be paid under thiS Contract exceeds the expense mcurred by the City In finlshmg the work, and all
damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or
dlscontmuance of employment, such excess shall be paid by the City to the Contractor. If the City's
expense and damages exceed the unpaid balance, Contractor and hiS surety shall be 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 mcurred by the City to protect the rights and mterests of the City under the Contract,
prOVided such legal costs shall be reasonable
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or
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, mformatlon, data or other documents or matenals given to or prepared or
assembled by the Contractor under thiS Contract will be kept confidential and shall not be made available to
any mdlvldual or organization by the Contractor Without prior written approval of the City or by court order.
8. CLAIMS
Any claim agamst the City for damages, expenses, costs or extras arlsmg out of the performance of thiS
Contract must be made In wrltmg to the City wlthm thirty days after the discovery of such damage, expense
or loss, and m 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 mcludes notice of
additional claim and fully deScribes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responSibility for
the City under thiS Contract and shall oversee and approve all work to be performed, coord mate communicatiOns,
and review and approve all mvolces, under thiS Contract
10. HOLD HARMLESS
A. The Contractor shall protect, defend, mdemnlfy and save harmless the City, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, ansmg out of or m any way resultmg
from the negligent acts or omissions of the Contractor The Contractor agrees that Its obligations under thiS
subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of ItS
employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the
City only, any Immunity that would otherwise be available agamst such claims under the Industrial Insurance
prOVIsion of Title 51 RCW. In the event the City obtains any judgment or award, and/or mcurs any cost ansmg
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 2116/2007
.
.
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, anslng out of or In any way resulting
from the negligent acts or omiSSions of the City. The City agrees that Its obligations under this subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or
agents For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
Immunity that would otherwise be available against such claims under the Industnal Insurance prOVISion of Title
51 RON. 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 RCW, and as It may be amended, relating to
prevailing wages. On Public Works proJects, funded In part or In whole With Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industnal Statistician of the Department of Labor and Industnes for the State of
Washington The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though
fully set forth herein.
Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes.
It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees Each inVOice shall Include a Signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. FollOWing the final acceptance
of services rendered, Contractor shall submit an "AffidaVit of Wages Paid".
For a contract award or an on-call contract work order under $2,500, and In accordance With RON 39.12.040(2),
the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevailing Wages
& AffidaVit Of Wages directly to the City of Port Angeles at final 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 anses as to what are the prevailing rates of wages for a speCific trade, craft or occupation
and such dispute cannot be adjusted by the parties In Interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and hiS
deCISion shall be final, conclUSive, and binding on all parties Involved In the dispute.
13. INTERPRETATION AND VENUE
ThiS Contract shall be Interpreted and construed In accordance With the laws of the State of Washington. The
venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington
14. BRANDS OR EQUAL
When a speCial "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards
of quality, performance, or use deSired. Brands of equal quality, performance, and use shall be conSidered,
prOVided Contractor speCifies the brand and model and submits descnptlve literature when available. Any bid
containing a brand which IS not of equal quality, performance, or use speCified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid.
Project PK-07-029
Page 4
Rev 2/16/2007
.
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or materrals purchased herein are subject inspection and to approval by the City Any
rejection of goods, services, work, or materrals resulting because of nonconformity to the terms and speCifications
of this order, whether held by the City or returned, will be at Contractor's rrsk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rrghts, duties or Interest accruing from
this Contract without the express prror wrrtten consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times durrng 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 prror negotiations, representations, or agreements, either
wrrtten or oral This contract may be amended, modified or added to only by wrrtten 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 prror negotiations, representations, or agreements, either
wrrtten or oral This contract may be amended, modified or added to only by wrrtten Instrument properly
signed by both parties hereto
IN WITNESS WHEREOF, the parties have executed this Contract as of /;)/~ t'lLLffuovr. 2007.
,y,M~
Prrnted Name: n, Q rf\-
Title: D(\.L,L. ~\j--
Address' <)- It' U) f3';, 1 (~ib. "f
,
G~
)
CONTRACTOR
Mitch Gray Inc.
City. (j) f ~ .
TaxID # t- ~C - ~ ~t- - )t'.!
Phone Number: (3~c<J \LJCO -~ [:,1 :)
)
Purchase Order #:
Project PK-07-029
Page 5
Rev 2/16/2007
.
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
City of Port Angeles
Operations Office
Public Works and Ut[lit[es Department
360-417-4541
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 [n the Statement of Work, the Contractor w[1I be respons[ble 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 F[r on the west side of Erickson PlayfieJd. Trunks are to be cut as low
to the ground as poss[ble (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 [S 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 venfy that each of Its first tier subcontractors
meets the following bidder responsibility cntena:
- At the time of subcontract bid submittal, have a certificate of registration In compliance with chapter 1827
RCW,
Have a current state unified bUSiness Identifier number,
- If applicable, have
. Industnallnsurance coverage for the subcontractor's employees working In Washington as required
In Title 51 RCW,
. An employment secunty department number as required In Tile 50 RCW, and
. A state excise tax registration number as required In Tile 82 RCW,
. An electncal 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 12065(3)
Project PK-07-029
Page 7
Rev 2/16/2007
.
.
ATTACHMENT B
INSURANCE
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
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 Llabllltv 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 Llabllltv 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' Comoensatlon 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 Llabllltv Insurance With a minimum combined Single limit for bodily Injury and property
damage of $1,000,000 per aCCident.
b Commercial General Llabllltv 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-Insur!e, or Insurance pool coverage malntalne! the City shall be In excess of the
Contractor's Insurance and shall not contnbute with It.
b. The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days pnor wntten notice by certified mall, return receipt requested, has been
given to the City
4. Acceptability of Insurers
Insurance IS to be placed with Insurers with a current A.M. Best rating of not less than A VI.
5 Venficatlon of Coverage
The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements,
Including but not necessanly limited to the additional Insured endorsement, eVidencing the Automobile
liability and Commercial General Liability Insurance of the Contractor before commencement of the work
Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk
Insurance policy that Includes all applicable conditions, exclusions, definrtlons, terms and endorsements
related to thiS proJect.
6. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences.
7. Waiver of Subrogation
The Contractor and the City waive all nghts against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by
BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of
thiS Contract or other property Insurance applicable to the work. The poliCies shall proVide such waivers by
endorsement or otherwise.
PrOject PK-07-029
Page 9
Rev 2/16/2007
.
.
ATTACHMENT "C"
PREVAILING WAGE RATES
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
See attached IIstmg
1 Washmgton State PrevailIng Wage Rates For PublIc Works Contracts, Clallam County, effectIve 03-03-07
2 Washmgton State Prevailmg 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
Washmgton State Prevallmg Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge benefits
On public works proJects. workers' wage and benefit rates must add to not less than thiS total A bnef
descnptlon of overtime calculalion 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
STATIDNARY POWER SAW DPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENOER
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
PREVAILING
WAGE
$34 36
$4747
$4247
$1467
$4143
$4133
$4127
$4137
$4131
$4140
$4140
$4140
$42 27
$4147
$4140
$4140
$4140
$4140
$34 36
$65 75
$44 22
$42 02
$4151
$42 02
$42 07
$43 64
$4151
$42 02
$4164
$4114
$937
Page 1
(See Benefit Code Key)
Over
TIme
Code
Holiday
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 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1E 5P
.
.
.
CLALLAM COUNTY
Elfeclive 03-03-07
*****************************************************************************************************************
ClaSSification
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUND PERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDER PERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE LAUNCH OPERATOR
PREVAILING
WAGE
$52 30
$5621
$50 53
$54 26
$27 32
$48 75
$52 30
$1537
$1469
$55 40
$49 64
$35 92
$37 88
$49 64
$37 88
$49 64
$42 26
$49 64
$37 88
$1207
$57 88
$63 45
$1350
$1380
$1160
$29 68
$4241
$4513
$1600
$34 84
$1565
$910
$38 04
$3190
$3159
$34 37
$36 02
Page 2
(See Benefit Code Key)
Over
TIme Holiday Note
Code Code Code
10 SA
10 SA
10 SA
10 SA
10 SA
10 5A
10 5A
2A 6C
2A 6C
4A SA
4A SA
4A 5A
4A SA
4A 5A
4A 5A
4A SA
4A 5A
4A SA
4A SA
4A 6Q
4A 6Q
1
1
1M 50
1H 5G
1S 5J
1M 50
1K
1K
1K
1K
1K
58
5B
58
5B
58
.
.
.
CLALLAM COUNTY
Effective 03-03-07
****************************************************************************w**w*********************************
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 FEEOER
BURNERS
CARPENTER TENOER
CASSION WORKER
CEMENT OUMPER/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 DETAIL CLEANUP (I e, dusting, vacuumIng Window cleaning, NOT
constructIOn debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
PREVAILING
WAGE
$973
$1148
$1278
$793
$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
Code
Holiday
Code
Note
Code
1
1
1
1
1
10 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 50
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 5D
1M 50
1M 5D
1M 5D
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
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 CARRIERlMORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUD MAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELINER (NOT INSERT TYPE)
PIPELA YER & 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 5D
$35 20 1M 50
$34 84 1M 50
$34 36 1M 50
$35 20 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 50
$34 84 1M 5D
$34 36 1M 5D
$35 20 1M 5D
$34 84 1M 5D
$34 84 1M 50
$29 68 1M 50
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 50
$35 20 1M 5D
$34 84 1M 50
$34 36 1M 5D
$35 20 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 84 1M 50
$35 20 1M 50
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 50
$34 84 1M 5D
$34 36 1M 50
$34 36 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 5D
.
.
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
ClaSSification
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER
PIPE LAYER
LANOSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
LANDSCAPING OR PLANTING LABORERS
LATHERS
JOURNEY LEVEL
METAL FABRICATION (IN SHOP)
FITTERIWELDER
LABORER
MACHINE OPERATOR
PAINTER
PAINTERS
JOURNEY LEVEL
PLASTERERS
JOURNEY LEVEL
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNOER 6 YD)
BACKHOE EXCAVATOR, SHOVEL (6 YO AND OVER WITH
BACKHOES, (75 HP & UNDER)
BACKHOES, (OVER 75 HP)
BARRIER MACHINE (ZIPPER)
BATCH PLANT OPERATOR, CONCRETE
BELT LOADERS (ELEVATING TYPE)
BOBCAT (SKID STEER)
BROOMS
BUMP CUTTER
CABLEWA YS
CHIPPER
COMPRESSORS
CONCRETE FINISH MACHINE - LASER SCREED
CONCRETE PUMPS
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT
CONVEYORS
CRANES, THRU 19 TONS, WITH ATTACHMENTS
CRANES 20 - 44 TONS, WITH ATTACHMENTS
CRANES 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING
JIB WITH ATACHMENTS)
CRANES, 100 TONS-199 TONS, OR 150 FT OF BOOM (INCLUDING JIB
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS OR 250 FT OF BOOM (INCLUDING JIB
WITH ATTACHMENTS)
CRANES A-FRAME 10 TON AND UNDER
CRANES, A-FRAME, OVER 10 TON
Page 5
PREVAILING
WAGE
$34 36
$34 84
$1142
$793
$793
$4131
$1516
$1113
$1066
$1141
$3316
$25 83
$793
$55 34
$39 57
$42 35
$42 84
$43 39
$4193
$42 35
$42 35
$42 35
$4193
$39 57
$39 57
$42 35
$42 84
$42 35
$39 57
$39 57
$4193
$42 35
$4193
$4193
$42 35
$42 84
$43 39
$43 96
$39 57
$4193
(See Benefit Code Key)
Over
TIme
Code
Holiday
Code
Note
Code
1M
1M
5D
5D
1M
5D
1
1
1
1
2B
5A
1G 5A
1M 5D 8L
1M 50 8L
1M 5D 8L
1M 50 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 5D 8L
1M 50 8L
1M 5D 8L
1M 5D 8L
1M 50 BL
1M 5D 8L
1M 5D BL
1M 5D BL
1M 5D 8L
1M 50 8L
1M 50 BL
1M 5D 8L
1M 5D 8L
1M 50 8L
1M 50 BL
1M 5D BL
1M 50 BL
1M 5D 8L
1M 50 8L
. .
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 $4193 1M 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4193 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) $4193 1M 50 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 50 8L
FORK LIFTS, (3000 LBS AND OVER) $4193 1M 50 8L
FORK LIFTS, (UNDER 3000 LBS) $39 57 1M 5D 8L
GRADE ENGINEER $4193 1M 50 8L
GRAOECHECKER AND STAKEMAN $39 57 1M 5D 8L
GUARDRAIL PUNCH $42 35 1M 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4193 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $4193 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4193 1M 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42 84 1M 50 8L
LOADERS, OVERHEAD (8 YD & OVER) $43 39 1M 50 8L
LOADERS OVERHEAD (UNDER 6 YO), PLANT FEED $42 35 1M 50 8L
LOCOMOTIVES, ALL $42 35 1M 50 8L
MECHANICS ALL $42 84 1M 50 8L
MIXERS, ASPHALT PLANT $42 35 1M 50 8L
MOTOR PATROL GRADER (FINISHING) $42 35 1M 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $4193 1M 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 84 1M 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L
OPERATOR
PAVEMENT BREAKER $39 57 1M 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $4193 1M 5D 8L
POSTHOLE DIGGER, MECHANICAL $39 57 1M 50 8L
POWER PLANT $39 57 1M 5D 8L
PUMPS, WATER $39 57 1M 5D 8L
QUAD 9 D-10, AND HO-41 $42 84 1M 50 BL
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 5D BL
EQUIP
RIGGER AND BELLMAN $39 57 1M 5D BL
ROLLAGON $42 84 1M 5D BL
ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 5D BL
ROLLERS, PLANTMIX OR MULTI LIFT MATERIALS $4193 1M 5D BL
ROTO-MILL, ROTO-GRINDER $42 35 1M 5D BL
SAWS, CONCRETE $41 93 1M 5D BL
Page 6
.
.
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER (UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MQUNT 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 & PIPEFITTERS
JOURNEY LEVEL
Page 7
PREVAILING
WAGE
$42 35
$42 84
$4193
$42 35
$39 57
$42 84
$42 35
$42 35
$4193
$4193
$42 35
$42 35
$42 84
$4193
$4193
$42 35
$42 35
$39 57
$42 35
$35 62
$33 82
$34 27
$3188
$24 03
$27 68
$42 47
$1785
$25 63
$1800
$27 78
$1684
$986
$1808
$1597
$1460
(See 8enefit Code Key)
Over
Time Holiday Note
Code Code Code
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
1M 50 BL
4A SA
4A SA
4A SA
4A SA
4A SA
1M
SA
.
.
.
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
ClassificatIOn
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITA8LE 81TUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CA8LE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAvY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSON/lNSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
TILE MAR8LE & TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
PREVAILING
WAGE
$5301
$32 09
$1088
$1987
$35 78
$38 78
$49 97
$1929
$1215
$33 76
$1031
$1967
$1323
$935
$1140
$1340
$3115
$29 89
$1681
$28 68
$27 82
$29 89
$29 30
$29 89
$27 82
$1596
$2117
$2515
$22 64
$27 82
$40 33
$3416
$34 90
Page 8
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
1G
5A
1E
6L
lR
1R
5A
5A
1E
6L
18
5A
18
50
1
1
1
10 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
28 5A
18 5A
18 5A
1K 5A
.
.
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Classification WAGE Code Code Code
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $39 04 1T 5D BL
ASPHALT MIX (OVER 16 YARDS) $39 62 1T 5D BL
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $39 62 1T 5D BL
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160 1
OILER $945 1
WELL DRILLER $1160 1
Page 9
.
.
Stage of ProgressIon & Hour Range
ASBESTOS ABA TEMENT WORKERS
JOURNEY LEVEL
ENVIRONMENTAl CONTROL PAINTERS
1 0000-1000 HOURS 5000%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 90 00%
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 AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00%
2 0751-2250 HOURS 5500%
3 2251-3000 HOURS 60 00%
4 3001-3750 HOURS 70 00%
5 3751-4500 HOURS 80 00%
6 4501-5250 HOURS 9000%
7 5251-6000 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 8000%
6 5001-6000 HOURS 85 00%
7 6001-7000 HOURS 90 00%
8 7001-8000 HOURS 95 00%
DRYWALL APPLlCA TOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000-0700 HOURS 50 00%
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800 HOURS 76 00%
5 2801-3500 HOURS 84 00%
Page 1
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevallmg Overtime Holiday
Wage Code Code
$1843 1M
$2106 1M
$2710 1M
$3145 1M
$2386 1M
$2648 1M
$2911 1M
$31 73 1M
$3886 lC
$4030 1C
$41 73 1C
$4317 1C
$4460 1C
$4604 1C
$2549 1M
$2705 1M
$2862 1M
$3174 1M
$3487 1M
$3799 1M
$3956 1M
$25 26
$30 65
$3217
$33 69
$35 20
$36 72
$38 24
$39 75
1M
1M
1M
1M
1M
1M
1M
1M
50
50
50
50
50
50
50
50
5N
5N
5N
5N
5N
5N
SA
SA
SA
SA
SA
SA
SA
50
50
50
50
50
50
50
50
$22 25 1M 50
$2916 1M 50
$3159 1M 50
$34 02 1M 50
$36 45 1M 50
r
Note
Code
.
.
.
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%
MILL WRIGHT AND MACHINE ERECTORS
1 1st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod aD 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
1 1 st 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%
86th Penod 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
1 1 st 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
Prevallmg
Wage
$38 88
Overtime
Code
1M
Holiday
Code
50
$2231 1M 50
$29 23 1M 50
$3167 1M 50
$3411 1M 50
$36 55 1M 50
$38 99 1M 50
$25 86 1M 50
$3130 1M 50
$32 87 1M 50
$34 44 1M 50
$36 00 1M 50
$37 57 1M 50
$3914 1M 50
$40 70 1M 50
$25 38 1M 50
$30 78 1M 50
$3231 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
$3221 1M 50
$33 73 1M 50
$35 25 1M 50
$36 77 1M 50
$38 29 1M 50
$3981 1M 50
$1313
$1576
$1838
$2101
$23 63
$24 95
1M
1M
1M
1M
1M
1M
50
50
50
50
50
50
Note
Code
.
.
Stage of ProgressIon & Hour Range
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 55 00%
3 2001-3000 HOURS 65 00%
4 3001-4000 HOURS 7500%
5 4001-5000 HOURS 8500%
6 5001-6000 HOURS 90 00%
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 000D-l000 HOURS 40 00%
2 1001-2000 HOURS 50 00%
3 2001-3500 HOURS 55 00%
4 3501-5000 HOURS 65 00%
5 5001-6500 HOURS 75 00%
6 6501-8000 HOURS 85 00%
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEY LEVEL LlNEPERSON
1 0000-1000 HOURS 6000%
2 1001-2000 HOURS 63 00%
3 2001-3000 HOURS 67 00%
4 3001-4000 HOURS 72 00%
5 4001-5000 HOURS 78 00%
6 5001-6000 HOURS 86 00%
7 6001-7000 HOURS 90 00%
POLE SPRAYER
1 0000-1000 HOURS 85 70%
2 1001-2000 HOURS 89 80%
3 2001-3000 HOURS 92 80%
ELEVATOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 5000%
2 1001-1700 HOURS 55 00%
3 1701-3400 HOURS 85 00%
4 3401-5100 HOURS 7000%
5 5101-6800 HOURS 80 00%
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 65 00%
4 3001-4000 HOURS 70 00%
5 4001-5000 HOURS 75 00%
6 5001-6000 HOURS 80 00%
7 6001-7000 HOURS 85 00%
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
.
Prevailing Overtime
Wage Code
$26 84
$28 27
$3113
$33 99
$36 85
$38 28
$2149
$25 05
$30 09
$34 23
$38 39
$42 53
lE
lE
lE
lE
lE
lE
10
10
10
10
10
10
Holiday
Code
5P
5P
5P
5P
5P
5P
5A
5A
SA
5A
5A
5A
$32 03 4A 5A
$33 20 4A 5A
$34 76 4A 5A
$3671 4A 5A
$39 05 4A 5A
$4217 4A SA
$43 73 4A 5A
$42 06 4A 5A
$43 66 4A 5A
$44 83 4A 5A
$20 69
$37 36
$4176
$44 55
$48 97
$793
$793
$793
$845
$905
$966
$1026
Page 3
4A
4A
4A
4A
4A
1
1
1
1
1
1
1
6a
6a
6a
6a
6a
Note
Code
.
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Stage of ProgressIon & Hour Range
8 7001-8000 HOURS 95 00%
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00%
2 0801-1500 HOURS 65 00%
3 1601-2400 HOURS 70 00%
4 2401-3200 HOURS 75 00%
5 3201-4000 HOURS 80 00%
6 4001-4800 HOURS 85 00%
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 45 00%
2 1001-2000 HOURS 50 00%
3 2001-3000 HOURS 55 00%
4 3001-4000 HOURS 60 00%
5 4001-5000 HOURS 65 00%
6 5001-6000 HOURS 70 00%
7 6001-7000 HOURS 80 00%
8 7001-8000 HOURS 90 00%
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-1000 HOURS 40 00%
2 1001-2000 HOURS 45 00%
3 2001-3000 HOURS 50 00%
4 3001-4000 HOURS 55 00%
5 4001-6000 HOURS 65 00%
6 6001-8000 HOURS 75 00%
7 8001-10000 HOURS 85 00%
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 80 00%
4 3001-4000 HOURS 90 00%
INSULA nON APPLlCA TORS
JOURNEY LEVEL
Prevailing Overtime
Wage Code
$1147
$2037 10
$2171 10
$2306 10
$2441 10
$25 76 10
$2711 10
$21 83 lH
$2371 lH
$2558 lH
$2745 lH
$2932 lH
$3119 lH
$3493 1H
$3867 lH
$2492 lS
$2661 lS
$2829 lS
$2997 lS
$3334 lS
$3671 lS
$4008 lS
$2386 1M
$2648 1M
$2911 1M
$3173 1M
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001.3000 HOURS 7500%
4 3001-4000 HOURS 9000%
IRONWORKERS
JOURNEY LEVEL
$1025
$1230
$1538
$1845
1
1
1
1
1 0000-0750 HOURS 65 00%
2 0751-1500 HOURS 70 00%
$27 48
$29 05
10
10
Page 4
Holiday
Code
5A
5A
5A
5A
SA
5A
5G
5G
5G
5G
5G
5G
5G
5G
5J
5J
5J
5J
5J
5J
5J
50
5D
5D
5D
SA
SA
Note
Code
.
Stage of ProgressIon & Hour Range
3 1501-2250 HOURS 75 00%
4 2251-3000 HOURS 80 00%
5 3001-3750 HOURS 90 00%
6 3751-4500 HOURS 9000%
7 4501-5250 HOURS 95 00%
8 5251-6000 HOURS 9500%
LABORERS
GENERAL LABORER
1 0000-0750 HOURS 52 00%
2 0751-1500 HOURS 56 00%
3 1501-2250 HOURS 60 00%
4 2251-3000 HOURS 64 00%
5 3001-3750 HOURS 68 00%
6 4001-4800 HOURS 72 00%
PLASTERERS
JOURNEY LEVEL
1 0000-0500 HOURS 40 00%
2 0501-1000 HOURS 45 00%
31001-1500HOURS4500%
4 1501-2000 HOURS 5000%
5 2001-2500 HOURS 55 00%
6 2501-3000 HOURS 60 00%
7 3001-3500 HOURS 65 00%
B 3501-4000 HOURS 7000%
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevailing Overtime Holiday
Wage Code Code
$38 38 10 SA
$39 95 10 SA
$4310 10 5A
$4310 10 5A
$44 68 10 5A
$44 68 10 5A
$2386 1M
$2648 1M
$2911 1M
$3173 1M
$2386 1M
$2648 1M
$2911 1M
$3173 1M
$2225 1M
$29 161M
$31 59 1M
$34 02 1M
$3645 1M
$3888 1M
$1927 28
$20 32 28
$21 37 28
$23 26 28
$24 36 28
$25 45 28
$1033
$1162
$1162
$1292
$1421
$1550
$1679
$1808
1
1
1
1
1
1
1
1
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 80 00%
4 3001-4000 HOURS 90 00%
LABORERS. UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 80 00%
4 3001-4000 HOURS 90 00%
LA THERS
JOURNEY LEVEL
1 0000-0700 HOURS 50 00%
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800HOURS 76 00%
5 2801-3500 HOURS 84 00%
6 3501-4200 HOURS 92 00%
PAINTERS
JOURNEY LEVEL
Page 5
50
5D
5D
5D
50
5D
50
5D
5D
5D
5D
5D
5D
5D
5A
5A
5A
5A
5A
SA
Note
Code
i .
.
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 90 00%
13 6001-6500 HOURS 95 00%
14 6501-7000 HOURS 9500%
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 5000%
2 2001-4000 HOURS 62 50%
3 4001-6000 HOURS 7000%
4 6001-8000 HOURS 75 00%
5 8001-10000 HOURS 85 00%
POWER EQUIPMENT OPERA TORS
BACKHOES. (75 HP & UNDERI
ALL EQUIPMENT
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001-4000 HOURS 80 00%
5 4001.5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORSI
1 0000-1000 HOURS 65 00%
2 1001-2000 HOURS 70 00%
3 2001-3000 HOURS 75 00%
4 3001.4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001.6000 HOURS 95 00%
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00%
2 1001-2000 HOURS 80 00%
3 2001-3000 HOURS 85 00%
4 3001-4000 HOURS 90 00%
REFRIGERA TION & AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 55 00'%
3 4001-6000 HOURS 60 00%
4 6001-8000 HOURS 7000%
5 8001-10000 HOURS 85 00%
RESIDENTIAL CARPENTERS
Page 6
.
Prevallmg OvertIme Holiday
Wage Code Code
$1937 1
$20 66 1
$2196 1
$23 25 1
$24 54 1
$24 54 1
$29 93
$40 82
$43 73
$45 67
$49 57
Note
Code
lG
lG
lG
lG
lG
5A
5A
5A
5A
5A
$3128 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
$3128
$32 80
$34 32
$35 84
$38 89
$4041
$2517
$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
.
o
Stage of Progression & Hour Range
JOURNEY LEVEL
1 1 st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Period 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00%
2 0901-1800 HOURS 55 00%
3 1801-2700 HOURS 75 00%
4 2701-4000 HOURS 85 00%
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-1000 HOURS 55 00%
2 1001-2000 HOURS 65 00%
3 2001-4000 HOURS 75 00%
4 4001-6000 HOURS 85 00%
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-0900 HOURS 55 00%
2 0901-1800 HOURS 60 00%
3 1801-2700 HOURS 65 00%
4 2701-3600 HOURS 7000%
5 3601-4500 HOURS 75 00%
6 4501-5400 HOURS 80 00%
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00%
2 0821-1630 HOURS 67 00%
3 1631-2450 HOURS 74 00%
4 2451-3270 HOURS 8100%
5 3271-4080 HOURS 8800%
6 4081-4899 HOURS 9500%
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-2000 HOURS 45 00%
2 2001-3000 HOURS 5000%
3 3001 4000 HOURS 5500%
4 4001-5000 HOURS 6000%
5 5001-6000 HOURS 6500%
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
.
Prevallmg Overtime
Wage Code
$1071
$1160
$1250
$1339
$1428
$1517
$1607
$1696
$1389
$1528
$20 84
$2361
$803
$949
$1095
$1241
$1625
$1715
$1847
$1937
$20 52
$2142
$2323
$25 03
$26 82
$3091
$3271
$34 50
1
1
1
1
lE
lE
lE
lE
lE
lE
lR
lR
lR
lR
lR
lR
1
1
1
1
1
1
1
1
1
1
1
1
Holiday
Code
6L
6L
6L
6L
6L
6L
5A
5A
5A
5A
5A
5A
$21 91 lE 6L
$3019 lE 6L
$32 04 lE 6L
$33 92 lE 6L
$35 79 lE 6L
Page 7
Note
Code
.
.
.
Stage of ProgressIon & Hour Range
6 6001-7000 HOURS 70 00%
7 7001-BOOO HOURS 7500%
8 BOOl-9000 HOURS 80 00%
9 9001-10000 HOURS 85 00%
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 7500%
5 4001-5000 HOURS 80 00%
6 5001-6000 HOURS 85 00%
7 6001-7000 HOURS 90 00%
8 7001-8000 HOURS 95 00%
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 6000%
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 70 00%
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
Page 8
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevallmg
Wage
$37 65
$39 52
$4138
$43 26
Overt.me
Code
lE
1E
lE
1E
$1715 18
$2046 18
$2531 18
$2672 18
$2812 16
$2953 16
$3094 16
$3235 18
$885 1
$984 1
$1082 1
$1180 1
$793 1
$885 1
$984 1
$1082 1
$1279 1
$1377 1
$1475 1
$1574 1
$1672 1
$1770 1
$1180 1
$1279 1
$1377 1
$1475 1
$1574 1
$1672 1
$2334 18
$2475 18
$2614 16
$2896 18
Hol.day
Code
6L
6L
6L
6L
SA
SA
SA
SA
SA
5A
5A
5A
5A
5A
5A
5A
Note
Code
. 1 .
Stage of ProgressIon & Hour Range
JOURNEY LEVEL
1 0000-1000 HOURS SO 00%
2 1001-2S00 HOURS SS 00%
3 2S01-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
5 4501-S500 HOURS 80 00%
6 5S01-62S0 HOURS 90 00%
7 6251-7000 HOURS 9S 00%
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
1 0000-0500 HOURS 60 00%
2 OS01-1000 HOURS 60 00%
3 1001-2333 HOURS 60 00%
4 2334-4666 HOURS 73 00%
5 4667-7000 HOURS 88 00%
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000-0700 HOURS 70 00%
2 0701-1400 HOURS 80 00%
3 1401-2100 HOURS 90 00%
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
.
Prevailing Overtime
Wage Code
$24 00
$2S 47
$26 93
$29 87
$3281
$3S 74
$3721
$1469
$2001
$23 11
$26 94
$3136
$1416
$1618
$1821
Page 9
18
18
18
18
18
18
18
1K
lK
1K
1K
1K
1
1
1
Holiday
Code
5A
SA
SA
SA
SA
SA
SA
SA
SA
SA
SA
SA
Note
Code
QUOTATION FORM
Erickson Tree Removal
PK-07 -029
~ If n.H 'liE 11} AU3 "I 20D?;
.'; ') <!icL.----
/2-', '5 1
.. , "
.
The bIdder hereby bids the following amounts for all work (Including labor,
equipment, time and matenals) required to perform the work In the Statement of
Work and this package
1 Lump Sum $ 3'1190. C9 0
2 SalesTax(84%)$ 310.&/
3 TotalBld $40/0.80
4 The bidder hereby acknowledges that It has received Addenda No(s) rJlA-
(Enter "N/A" If none were Issued) to this Request for Quotation package
5 The name of the bidder submitting this bid and ItS business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below Any wntten notices reqUired by the terms of an awarded contract shall be served or mailed
to the follOWing address
6 Bidder's firm name --.lO i~ (.T-(\~'j ::]:/lJe...
7 Complete address 5"'10 wes'/ J (,. ~ .s+.
(Street address)
10 Telephone No
PaM-~~
ZD -S-({,f, S~ '";,
b-e:2.. 'Sb 38L
Cg{,o) 4 b<9 -1013
~
(State)
1B3b'Z..
(Zip)
8 Registration Number
9 UBI Number
The bidder represents that It IS qualified and possesses suffiCient skills and the necessary capabilities
to perform the services set forth In this Contract
11 Signed by
fJWl5iCiir AAb-<-.
r~t )
~n.~~)
9 ~ G ~D'I
12 Title
13 Pnnted Name
14 Date
ProJect: PK -07 -029
Page 2
Rev 2/15/2007
,
., .".. \t
.
.
P.O # 009893
DATE' 08/10/07
INVOICE TO:
Clty of Port Angeles
ATTN: ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO. MITCH GRAY INC
434 HART RD
PORT ANGELES, WA 98363
SHIP TO:
Clty of Port Angeles
BUILDING I
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR # REQUISITIONED BY F.O.B
27262 CINDY KOCHANEK
REQ NO. SHIP VIA: TERMS
9567 NET
EXTENDED
QUANTI TYUOM ITEM NO. AND DESCRIPTION UNIT CO COST
1.00EA ERICKSON TREE REMOVAL 3700 00 3700.00
PK-07-029
SUB-TOTAL
TAX 8.4
TOTAL
3700.00
310 80
4010.80
REMARKS:
PK-07-029 Erlckson Tree Removal
f57~ @"'
'\ fO) ..
~,,~~
'11'4:.
AUTHORIZED BY
, ,
I _'
I'
Iii '-,L
r"c~m" AC:;;;;'~
~-~