HomeMy WebLinkAbout4.623M Original Contract
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
D Request for Quotation
[8J Contract
Contract Title. Remove Tree - Trailer Park ROW. Project Number: ST-07-o31
THIS CONTRACf IS entered Into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Blue Mountain Tree Service. Inc ("CONTRACfOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described In Attachment "A" (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. ~
[8J All work under thiS Contract IS to be completed .2 days from the Notrce to Proceed No work IS to
be performed prior to written Notice to Proceed by the City.
D The performance period under thiS Contract commences _ calendar days after contract
award and ends _ calendar days after contract award.
3. PAYMENT
A The City shall pay the Contractor for the work performed under thiS contract (check one):
D Time and material, not to exceed. $_
D Time and actual expenses Incurred, not to exceed: $_
D Unit prices set forth In the Contractor's bid or quote, not to exceed $_
[8J Firm FiXed Price set forth In Contractor bid or quote In the amount of' $1.73440
The Contractor shall do all work and furnish all tools, materials, and eqUipment, In accordance
With and as described In the Attachment "A".
The Contractor shall provide and bear the expense of all eqUipment, work and labor of any sort
whatsoever that may be reqUired for the transfer of matenals and for constructing and completing
the work provided for in thiS contract and every part thereof, except as are mentioned In the
specifications to be furnished by the City of Port Angeles
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 ST-07-031
Page 1
Rev 2/16/2007
E. If dUring the course of the Contract, the work rendered does not meet the r'-'11.lIrements set forth In the
Contract, the Contractor shall correct or modify the required work to comply with the reqUirements of thiS
Contract. The City shall have the nght to withhold payment for such work until It meets the requirements of
the Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A Safety. Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply With all applicable prOVISions of federal, state and local regulations, ordinances and codes
Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the
work, all necessary safeguards for the protection of workers and the public and shall post danger signs
warning against known or unusual hazards
B. Correction of Defects Contractor shall be responsible for correcting all defects In workmanship and/or
matenals discovered Within one year after acceptance of thiS work When corrections of defects are made,
Contractor shall be responsible for correcting all defects In workmanship and/or matenals In the corrected
work for one year after acceptance of the corrections by the City The Contractor shall start work to
remedy such defects Within seven (7) days of mailing notice of discovery thereof by City and shall complete
such work Within a reasonable time. In emergencies where damage may result from delay or where loss of
service may result, such corrections may be made by the City, In which case the cost shall be borne by the
Contractor In the event the Contractor does not accomplish corrections at the time speCified, the work Will
be otherwise accomplished and the cost of same shall be paid by the Contractor.
C. Warranty Contractor shall be liable for any costs, losses, expenses or damages including
consequential damages suffered by the City resulting from defects In the Contractors work including, but
not limited to, cost of matenals and labor expended by the City In making emergency repairs and cost of
englneenng, Inspection and superviSion by the City The Contractor shall hold the City harmless from any
and all claims which may be made against the City as a result of any defective work and the Contractor
shall defend any such claims at Its own expense Where matenals or procedures are not specified In the
Contract Document, the City Will rely on the profeSSional Judgment of the Contractor to make appropnate
selections
D. NondlSCnmlnatlon/Affirmatlve Action. Contractor agrees not to dlscnmlnate against any employee or
applicant for employment or any other persons In the performance of thiS Contract because of race, creed,
color, national ongln, mantal status, sex, age or handicap, or other circumstances as may be defined by
federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees
to post In conspIcuous places, available to employees and applicants for employment, notices to be
prOVided by Contractor setting forth the prOVISions of the 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 anse under the Workers Compensation Act on behalf
of said employees, while so engaged, and all claims made by a third party as consequence of any negligent
act or omiSSion on the part of the Contractor's employees, while so engaged on any of the work or services
proVided or rendered herein, shall not be the obligation of the City.
5. COMPUANCE WITH LAWS
The Contractor shall comply With all federal, state and local laws and regulations applicable to the
work done under thiS Contract. Any Violation of the prOVISions of thiS paragraph shall be conSidered a Violation of
a matenal prOVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the
Contract by the City, In whole or In part, and may result In ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A This Contract shall terminate upon satisfactory completion of the work descnbed In Attachment "A"
and final payment by the City.
B The City may terminate the Contract and take possession of the premises and all matenals thereon
PrOject ST-07-031
Page 2
Rev 2/16/2007
. and fin~sh the work by whatever .hodS It may deem expedient, by glvmg 1tayS 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 appomted as a result of the msolvency of the Contractor.
3 The Contractor persistently or repeatedly refuses or falls to complete the work required herein.
4. Contractor falls to make prompt payment to subcontractors for material or labor
5. Contractor persistently disregards federal, state or local regulations and ordmances
6. Contractor persistently disregards Instructions of the Contract Administrator, 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 termmated 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 m finlshmg the work, and all
damages sustamed by the City or which may be sustamed 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 jomtly and severally
liable therefore to the City and shall pay such difference to the City. Such expense and damages shall
mclude 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 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 mdlvldual 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 arlsmg out of the performance of thiS
Contract must be made m writing to the City wlthm 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
makmg 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, 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, arlsmg out of or m 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 mdustrlal msurance
provIsion of Title 51 ROO. In the event the City obtains any judgment or award, and/or mcurs any cost arising
therefrom mcludmg attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs
shall be recoverable form the Contractor
PrOject ST -07 -031
Page 3
Rev 2/16/2007
.
.
,
.
B The City shall protect, defend, Indemmfy and save harmless the Contractor, 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 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
Immumty that would otherwise be available agamst such claims under the mdustnallnsurance provIsion of Title
51 RON In the event the Contractor obtams any Judgment or award, and/or Incurs any cost ansmg therefrom
mcludlng 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 malntam msurance as set forth m Attachment B.
12. PREVAIUNG WAGE
This Contract IS subject to the requirements of Chapter 39.12 RON, and as It may be amended, relating to
prevailing wages On Public Works projects, funded m part or m 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 PAJD LESS THAN THE PREVAILING RATE OF WAGE
as determmed by the Industnal Statistician of the Department of Labor and Industnes for the State of
Washmgton The schedule of prevallmg wage rates for thiS Contract IS made a part of thiS contract as though
fully set forth herem.
Pnor to makmg 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 obtam and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees Each mvolce shall mclude a signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. Followmg 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 m accordance With RON 39 12.040(2),
the contractor or subcontractor IS authonzed to submit a combmed Statement Of Intent To Pay Prevailing Wages
& AffidaVit Of Wages directly to the City of Port Angeles at final mvolcmg. SubmiSSion shall be made on the form
developed by the Washmgton State Department of Labor and Industnes and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute anses as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties In mterest, mcludmg 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 bmdmg on all parties mvolved In the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be mterpreted and construed m accordance With the laws of the State of Washmgton. The
venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washmgton
14. BRANDS OR EQUAL
When a speCial "brand or equal" IS named It shall be construed solely for the purpose of mdlcatmg 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
contalnmg a brand which IS not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid
Project ST-07-031
Page 4
Rev 2116/2007
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herem are subject mspectlon and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and speCifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or Interest accrUing from
this Contract Without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times dUring the term of this Contract an mdependent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either
written or oral. ThiS contract may be amended, modified or added to only by written Instrument properly
signed by both parties hereto.
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 mstrument properly
Signed by both parties hereto.
IN WITNESS WHEREOF, the parties have executed thiS Contract as of 7D c:. f. . 2007.
By: j~ ~.,,~
Printed Name. :\e Q,Q. Gn..\ \
Title: pre.>.
Address 7/0 SU-:0vu...r RJ..
City. par.,. ~.....)
Tax ID # bOl>- bU- g7~
Phone Number: Lj~Z-77bb
By:
prmt~._('v\ .
Title: lk-,;J
\
CONTRACTOR
Purchase Order #: 010089
Project ST-07-031
Page 5
Rev 2/16/2007
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
The contractor shall do all work and furnish all tools, 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 tree that IS located In the Peabody Creek Trailer Park. The stump IS to remain and
to be left approximately 30" In height above the ground and with a straight hOrizontal cut. The tree then
becomes the property of the Contractor and shall be removed from City property. This tree IS In very
close proximity to trailers; the contractor must ensure that safe tree removal practices are used to protect
people and property from injury or damage.
3.) Clean up and remove all tree debris from the site.
4.) Location To gain access to the tree take the driveway on 2nd Street, Just off of Lincoln Street and you
Will enter the Peabody Creek Trailer Park. At the bottom of the hili you Will need to take a right and cross
a small bridge that IS by the registration trailer. The tree IS straight-ahead and Just off too your right on
the South bank (See drawing/Photos)
S.) The Contractor's pOint of contact for the work IS Corey Dellkat, who can be reached at 360-417-4566
\
Page 6
Rev 2/16/2007
PrOject ST-07-031
.
.
-::.=:~'::.::::1"~.
.
...---
",
...
=
Project ST-07-031
Page 7
Rev 2/16/2007
.
.
PrOject ST-07-031
Page 8
Rev 2/16/2007
.
.
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 TIlle 51 RCW,
. An employment security department number as required In Tile 50 RCW, and
. A state excise tax registration number as required In Tile 82 RCW,
. An electrical contractor license, If required by Chapter 19 28 RCW,
. An elevator contract license, If required by Chapter 70 87 RCW
Not be disqualified from bidding on any public works contract under RCW 39 06 010 or 3912065(3)
PrOject 8T-07-031
Page 9
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 InJunes to
persons or damage to property which may anse from or In connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the
Contractor to maintain the Insurance as reqUired shall constitute a matenal breach of contract upon which the
City may, after giVing five working days notice to the Contractor to correct the breach, Immediately terminate the
Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums In connection
thereWith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
1. MInimum Scope of Insurance
The Contractor shall obtain Insurance of the types descnbed below.
a. Automobile lIabllltv Insurance covenng all owned, non-owned, hired and leased vehicles Coverage
shall be wntten on Insurance Services Office (ISO) fonm CA 00 01 or a substitute fonm proViding
eqUivalent liability coverage. If necessary, the policy shall be endorsed to proVide contractual liability
coverage.
b. Commercial General lIabllltv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall
cover liability anslng from premises, operations, stop gap liability, Independent contractors, products-
completed operations, personal injury and advertiSing InJUry, and liability assumed under an Insured
contract. The Commercial General liability Insurance shall be endorsed to provide the Aggregate Per
Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of
the Commercial General liability Insurance for liability anslng from explosion, collapse or
underground property damage The City shall be named as an Insured under the Contractor's
Commercial General Liability Insurance policy With respect to the work perfonmed for the City uSing
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements proViding eqUivalent coverage
c Workers' Comoensatlon coverage as required by the Industnal Insurance laws of the State of
Washington
2. MInimum Amounts of Insurance
The Contractor shall maintain the follOWing Insurance limits.
a. Automobile lIabllltv Insurance With a minimum combined Single limit for bodily Injury and property
damage of $1,000,000 per aCCident.
b. CommerCial Generalllabllltv Insurance shall be wntten With limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations
aggregate limit.
PrOject ST-07-031
Rev 2/16/2007
Page 10
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
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 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 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 8T-07-031
Rev 2/16/2007
Page 11
.
.
ATTACHMENT "C"
PREVAIUNG WAGE RATES
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
See attached hstmg
Washmgton State Prevalhng Wage Rates For Pubhc Works Contracts, Clallam County, effective 08-31-07
2 Washmgton State Prevalhng Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County,
effective 08-31-07
Project ST-07-031
Rev 211612007
Page 12
.
.
P O. # 010089
CHANGE #: 1
DATE: 09/13/07
DATE CHG: 09/13/07
INVOICE TO:
City of Port Anqeles
ATTN ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO BLUE MOUNTAIN TREE SERVICE INC
PO BOX 333
PORT ANGELES, WA 98362
SHIP TO
Clty of Port Angeles
BUILDING A
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
2021
REQ NO
9749
REQUISITIONED BY
COREY DELI KAT
SHIP VIA.
F.O.B
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
**************************
* *
* CHANGE ORDER *
* *
**************************
UNIT CO
EXTENDED
COST
1.00EA TREE REMOVAL
1600.00
SUB-TOTAL
TAX 8.4
TOTAL
1600 00
1600.00
134.40
1734 40
REMARKS.
Tree Removal
AUTHORIZED BY
. .
.
.
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 bnef descnptlon
of overtime calcufatlon reqUIrements IS provided on the BenefIt Code Key
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
HolIday
Code
Note
Code
$36 24
1H
50
$4747
1C
5N
$43 75
1M
5A
$1467
$4391
$43 75
$43 75
$43 85
$43 79
$43 75
$43 75
$43 75
$44 75
$43 95
$43 75
$43 75
$43 75
$43 75
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1H 50
1M 50 8A
1M 50
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
lE 5P
$36 24
$85 75
$44 22
$44 59
$44 08
$44 59
$44 64
$4621
$44 08
$44 59
$4421
$43 59
$937
. .
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSification
PREVAILING
WAGE
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
$55 05
$58 86
$5316
$5715
$27 32
$5125
$55 05
$1537
$1469
$54 37
$49 64
$35 93
$37 89
$49 64
$37 89
$49 64
$42 27
$49 64
$37 89
$1207
$57 88
$63 45
$1350
$1380
$1160
$3101
$43 76
$4613
$1600
$36 75
$1565
$910
$59 22
$3481
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
TIme Holiday Note
Code Code Code
1D 5A
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
2A 6C
2A 6C
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A
4A
6Q
6Q
1H
5D
1H
5G
1S
5J
1H
5D
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
ClaSSification
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERA TOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
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 debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$793
$1053
$20 50
$47 92
$36 75
$36 24
$3101
$36 24
$36 24
$36 24
$36 24
$37 20
$36 75
$36 24
$36 24
$36 75
$36 24
$36 24
$36 24
$36 24
$36 75
$36 24
$36 75
$3101
$36 24
$36 24
$36 24
$37 20
$36 75
$37 20
$36 24
$36 24
$36 24
$36 75
$28 45
$36 24
$31 01
$36 24
$36 24
$36 24
$36 75
$36 24
$36 24
(See Benefit Code Key)
Over
TIme
Code
Holiday
Code
Note
Code
10 5A
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
1H 5D
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSIfication WAGE Code Code Code
GUARDRAIL ERECTOR $36 24 1H 50
HAZARDOUS WASTE WORKER LEVEL A $37 20 lH 50
HAZARDOUS WASTE WORKER LEVEL B $36 75 1H 50
HAZARDOUS WASTE WORKER LEVEL C $36 24 1H 50
HIGH SCALER $37 20 lH 50
HOD CARRIER/MORTARMAN $36 75 1H 50
JACKHAMMER $36 75 1H 50
LASER BEAM OPERATOR $36 75 lH 50
MANHOLE BUILDER-MUDMAN $36 75 1H 50
MATERIAL YARDMAN $36 24 1H 50
MINER $37 20 1H 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36 75 lH 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANOBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $3675 lH 50
PILOT CAR $3101 lH 50
PIPE POT TENDER $36 75 1H 50
PIPE RELlNER (NOT INSERT TYPE) $36 75 1H 50
PIPELAYER & CAULKER $36 75 lH 50
PIPELAYER & CAULKER (LEAD) $37 20 1H 50
PIPEWRAPPER $3675 1H 50
POT TENDER $36 24 lH 50
POWDERMAN $37 20 1H 50
POWDERMAN HELPER $36 24 1H 50
POWERJACKS $36 75 lH 50
RAILROAD SPIKE PULLER (POWER) $36 75 1H 50
RE-TIMBERMAN $37 20 lH 50
RIP RAP MAN $36 24 lH 50
RODDER $36 75 lH 50
SCAFFOLD ERECTOR $36 24 1H 50
SCALE PERSON $36 24 lH 50
SIGNALMAN $36 24 lH 50
SLOPER (OVER 20") $36 75 1H 50
SLOPER SPRAYMAN $36 24 lH 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $36 75 lH 50
SPREADER (CONCRETE) $36 75 1H 50
STAKE HOPPER $36 24 lH 50
STOCKPILER $36 24 lH 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $36 75 lH 50
TAMPER (MULTIPLE & SELF PROPELLED) $36 75 lH 50
TOOLROOM MAN (AT JOB SITE) $36 24 1H 50
TOPPER-TAILER $36 24 lH 50
TRACK LABORER $36 24 lH 50
TRACK LINER (POWER) $36 75 lH 50
TRUCK SPOTTER $36 24 1H 50
TUGGER OPERATOR $36 75 lH 50
VIBRATING SCREED (AIR GAS, OR ELECTRIC) $36 24 lH 50
VIBRATOR $36 75 1H 50
VINYL SEAMER $36 24 lH 50
WELDER $36 24 lH 50
WELL-POINT LABORER $36 75 lH 50
Page 4
. . .
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClasSification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $36 24 1H 50
PIPE LAYER $36 75 lH 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $43 79 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELOER $1516
LABORER $950
MACHINE OPERATOR $26 90
PAINTER $1141
PAINTERS
JOURNEY LEVEL $3316 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $793
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $56 34 lG 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $4214 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YO) $4541 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $45 96 1T 50 BL
BACKHOES, (75 HP & UNDER) $44 50 1T 50 BL
BACKHOES, (OVER 75 HP) $44 92 1T 50 BL
BARRIER MACHINE (ZIPPER) $44 92 1T 50 BL
SA TCH PLANT OPERA TOR, CONCRETE $44 92 1T 50 BL
BELT LOADERS (ELEVATING TYPE) $44 50 1T 50 BL
BOBCAT (SKID STEER) $4214 1T 50 BL
BROOMS $4214 1T 50 BL
BUMP CUTTER $44 92 1T 50 BL
CABLEWAYS $4541 1T 50 BL
CHIPPER $44 92 1T 50 BL
COMPRESSORS $4214 1T 50 BL
CONCRETE FINISH MACHINE -LASER SCREED $4214 1T 50 BL
CONCRETE PUMPS $44 50 1T 50 BL
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 50 BL
CONVEYORS $44 50 1T 50 BL
CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 50 BL
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 50 BL
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 50 BL
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 50 BL
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 50 BL
WITH ATTACHMENTS)
CRANES, A-FRAME 10 TON AND UNDER $4214 1T 50 BL
CRANES, A-FRAME, OVER 10 TON $44 50 1T 50 BL
Page 5
. .
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
(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 $4709 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44 92 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $4541 1T 5D 8L
CRANES OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 5D 8L
CRUSHERS $44 92 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 5D 8L
DERRICK, BUILDING $4541 1T 5D 8L
DOZERS, D-9 & UNDER $44 50 1T 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 5D 8L
DRILLING MACHINE $44 92 1T 5D 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $4214 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $4214 1T 5D 8L
GRADE ENGINEER $44 50 1T 5D 8L
GRADECHECKER AND STAKEMAN $4214 1T 5D 8L
GUARDRAIL PUNCH $44 92 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 5D 8L
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44 50 1T 5D 8L
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44 92 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $4214 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4541 1T 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $45 96 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44 92 1T 5D 8L
LOCOMOTIVES, ALL $44 92 1T 5D 8L
MECHANICS, ALL $4541 1T 50 8L
MIXERS, ASPHALT PLANT $44 92 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $44 92 1T 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $4214 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $4214 1T 5D 8L
POWER PLANT $4214 1T 5D 8L
PUMPS, WATER $4214 1T 5D 8L
QUAD 9, D-10, AND HD-41 $4541 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4541 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $4214 1T 50 8L
ROLLAGON $4541 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 5D 8L
ROLLERS PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $44 92 1T 5D 8L
SAWS, CONCRETE $44 50 1T 5D 8L
Page 6
.
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
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
SLIP FORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER (UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GlAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$44 92 1T 50 BL
$4541 1T 50 BL
$44 50 1T 50 BL
$44 92 1T 50 BL
$4214 1T 50 BL
$4541 1T 50 BL
$44 92 1T 50 BL
$44 92 1T 50 BL
$44 50 1T 50 8L
$44 50 1T 50 BL
$44 92 1T 50 BL
$44 92 1T 50 BL
$4541 1T 50 BL
$44 50 1T 50 BL
$44 50 1T 50 BL
$44 92 1T 50 BL
$44 92 1T 50 BL
$4214 1T 50 BL
$44 92 1T 50 BL
$35 62
$33 82
$34 27
$3188
$24 03
SA
SA
SA
SA
SA
4A
4A
4A
4A
4A
$27 68
$43 75
1M
SA
$1785
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
$1460
.
.
CLALLAM COUNTY
Effective 08-31-07
**********************************************************************************************************
ClaSSification
PREVAILING
WAGE
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SHIPBUILDING & SHIP REPAIR
BOILERMAKER
HEAT & FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUNO PERSON
TELEVISION L1NEPERSON/lNSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
$5401
$33 04
$1088
$1967
$2051
$39 78
$5197
$3146
$4613
$1216
$1716
$1466
$1466
$1929
$1215
$36 08
$1031
$1967
$1323
$935
$1140
$1340
$31 15
$30 66
$1719
$2941
$28 53
$30 66
$30 05
$30 66
$2B 53
$1631
$2168
$35 78
$2319
$28 53
Page 8
(See Benefit Code Key)
Over
Time
Code
HolJday
Code
Note
Code
1G
5A
1E
6L
1
1R 5A
1E 6L
1H 6W
1S 5J
1
1
1
1
1B
5A
1B
50
10 5A
2B 5A
2B 5A
2B 5A
2B 5A
28 5A
2B 5A
28 5A
2B 5A
2B 5A
2B 5A
28 5A
2B SA
2B 5A
"
.
CLALLAM COUNTY
Effective 08-31-07
.
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSIficatIon WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $41 96 1B SA
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $35 79 1B SA
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $36 40 1K SA
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $4119 1T SD 8L
ASPHALT MIX (OVER 16 YARDS) $4190 1T SD 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $4190 1T SD 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160
OILER $945
WELL DRILLER $1160
Page 9
.
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
PrevaJllng 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 brref descrrptlon
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
(See Benefit Code Key)
Over
TIme
Code
Holiday
Code
Note
Code
$34 36
1M
50
$4747
1C
5N
$4247
1M
5A
$1467
$4143
$4133
$4133
$4137
$4131
$4140
$4140
$4140
$42 27
$4147
$4140
$4140
$4140
$4140
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50 BA
1M 50
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1T 50 BL
1E 5P
$34 36
$85 75
$44 22
$42 02
$4151
$42 02
$42 07
$43 64
$4151
$42 02
$4164
$41 14
$937
. . .
.
CLALLAM COUNTY
Effective 03-03-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSificatIon WAGE Code Code ~
ELECTRICIANS - INSIDE
CABLE SPLICER $52 30 10 5A
CABLE SPLICER (TUNNEL) $5621 10 5A
CERTIFIED WELDER $50 53 10 5A
CERTIFIED WELDER (TUNNEL) $54 26 10 5A
CONSTRUCTION STOCK PERSON $27 32 1D 5A
JOURNEY LEVEL $48 75 10 5A
JOURNEY LEVEL (TUNNEL) $52 30 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $1537 2A 5C
JOURNEY LEVEL $1469 2A 5C
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $55 40 4A 5A
CERTIFIED LINE WELDER $49 64 4A 5A
GROUNDPERSON $35 92 4A 5A
HEAD GROUNDPERSON $37 88 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A
JACKHAMMER OPERATOR $37 88 4A 5A
JOURNEY LEVEL LlNEPERSON $49 64 4A 5A
LINE EQUIPMENT OPERATOR $42 26 4A 5A
POLE SPRAYER $49 64 4A 5A
POWDERPERSON $37 88 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $1207
ELEVATOR CONSTRUCTORS
MECHANIC $57 88 4A 5Q
MECHANIC IN CHARGE $63 45 4A 5Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $1350
FENCE ERECTORS
FENCE ERECTOR $1380
FENCE LABORER $1160
FLAGGERS
JOURNEY LEVEL $29 68 1M 50
GLAZIERS
JOURNEY LEVEL $4241 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $4513 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $1600
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $34 84 1M 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $1565
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $910
INLAND BOATMEN
CAPTAIN $38 04 1K 5B
COOK $31 90 1K 5B
DECKHAND $3159 1K 5B
ENGINEERIDECKHAND $34 37 1K 5B
MATE, LAUNCH OPERATOR $36 02 1K 5B
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 MATERIALS)
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 vacuummg window cleanmg, NOT
constructIon debns cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$973
$1148
$1278
$793
$1053
$20 50
$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
(See Benefit Code Key)
Over
Trme
Code
Holiday
Code
Note
Code
10 5A
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
. . . .
CLALLAM COUNTY
Effective 03-03-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Class!flcatlon WAGE Code Code Code
GUARDRAIL ERECTOR $34 36 1M 50
HAZARDOUS WASTE WORKER LEVEL A $35 20 1M 50
HAZARDOUS WASTE WORKER LEVEL B $34 84 1M 50
HAZARDOUS WASTE WORKER LEVEL C $34 36 1M 50
HIGH SCALER $35 20 1M 50
HOD CARRIER/MORTARMAN $34 84 1M 50
JACKHAMMER $34 84 1M 50
LASER BEAM OPERATOR $34 84 1M 50
MANHOLE BUILOER-MUOMAN $34 84 1M 50
MATERIAL YARDMAN $34 36 1M 50
MINER $35 20 1M 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34 84 1M 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $34 84 1M 50
PILOT CAR $29 68 1M 50
PIPE POT TENDER $34 84 1M 50
PIPE RELINER (NOT INSERT TYPE) $34 84 1M 50
PIPELAYER & CAULKER $34 84 1M 50
PIPELAYER & CAULKER (LEAD) $35 20 1M 50
PIPEWRAPPER $34 84 1M 50
POT TENDER $34 36 1M 50
POWOERMAN $35 20 1M 50
POWOERMAN HELPER $34 36 1M 50
POWERJACKS $34 84 1M 50
RAILROAD SPIKE PULLER (POWER) $34 84 1M 50
RE-TIMBERMAN $35 20 1M 50
RIPRAP MAN $34 36 1M 50
ROOOER $34 84 1M 50
SCAFFOLD ERECTOR $34 36 1M 50
SCALE PERSON $34 36 1M 50
SIGNALMAN $34 36 1M 50
SLOPER (OVER 20") $34 84 1M 50
SLOPER SPRA YMAN $34 36 1M 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $34 84 1M 5D
SPREADER (CONCRETE) $34 84 1M 50
STAKE HOPPER $34 36 1M 50
STOCKPILER $34 36 1M 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $34 84 1M 50
TAMPER (MULTIPLE & SELF PROPELLED) $34 84 1M 50
TOOLROOM MAN (AT JOB SITE) $34 36 1M 50
TOPPER-TAILER $34 36 1M 50
TRACK LABORER $34 36 1M 50
TRACK LINER (POWER) $34 84 1M 50
TRUCK SPOTTER $34 36 1M 50
TUGGER OPERATOR $34 84 1M 50
VIBRATING SCREED (AIR, GAS OR ELECTRIC) $34 36 1M 50
VIBRATOR $34 84 1M 50
VINYL SEAMER $34 36 1M 50
WELDER $34 36 1M 50
WELL-POINT LABORER $34 84 1M 50
Page 4
. ~
. .
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 $1142
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $793
LANDSCAPING OR PLANTING LABORERS $793
LATHERS
JOURNEY LEVEL $4131 1M 50
METAL FABRICATION (IN SHOP)
FITTER/WELDER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $3316 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $793
PLUMBERS & PIPE FITTERS
JOURNEY LEVEL $55 34 10 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39 57 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $42 35 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $42 84 1T 50 BL
BACKHOE, EXCAVATOR SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $43 39 1T 50 BL
BACKHOES, (75 HP & UNDER) $4193 1T 50 BL
BACKHOES, (OVER 75 HP) $42 35 1T 50 BL
BARRIER MACHINE (ZIPPER) $42 35 1T 50 BL
BATCH PLANT OPERA TOR, CONCRETE $42 35 1T 50 BL
BELT LOADERS (ELEVATING TYPE) $4193 1T 50 BL
BOBCAT (SKID STEER) $39 57 1T 50 BL
BROOMS $39 57 1T 50 BL
BUMP CUTTER $42 35 1T 50 BL
CABLEWAYS $42 84 1T 50 BL
CHIPPER $42 35 1T 50 BL
COMPRESSORS $39 57 1T 50 BL
CONCRETE FINISH MACHINE - LASER SCREED $39 57 1T 50 BL
CONCRETE PUMPS $4193 1T 50 BL
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1T 50 BL
CONVEYORS $4193 1T 50 BL
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4193 1T 50 BL
CRANES, 20 - 44 TONS WITH ATTACHMENTS $42 35 1T 50 BL
CRANES, 45 TONS - 99 TONS UNDER 150 FT OF BOOM (INCLUDING JIB $42 84 1T 50 BL
WITH AT ACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1T 50 BL
WITH ATTACHMENTS)
CRANES 200 TONS TO 300 TONS OR 250 FT OF BOOM (INCLUDING JIB $43 96 1T 50 BL
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $39 57 1T 50 BL
CRANES A~FRAME, OVER 10 TON $4193 1T 50 BL
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 1T 5D BL
ATTACHMENTS
CRANES OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $42 35 1T 5D BL
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $42 84 1T 50 BL
CRANES OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1T 5D BL
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43 39 1T 5D BL
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1T 5D BL
CRUSHERS $42 35 1T 5D BL
DECK ENGINEER/DECK WINCHES (POWER) $42 35 1T 5D BL
DERRICK, BUILDING $42 84 1T 5D BL
DOZERS, D-9 & UNDER $4193 1T 5D BL
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4193 1T 5D BL
DRILLING MACHINE $42 35 1T 50 BL
ELEVATOR AND MAN LIFT, PERMANENT AND SHAFT-TYPE $39 57 1T 50 BL
EQUIPMENT SERVICE ENGINEER (OILER) $4193 1T 5D BL
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1T 50 BL
FORK LIFTS, (3000 LBS AND OVER) $4193 1T 5D BL
FORK LIFTS (UNDER 3000 LBS) $39 57 1T 5D BL
GRADE ENGINEER $4193 1T 5D BL
GRADECHECKER AND STAKEMAN $39 57 1T 50 BL
GUARDRAIL PUNCH $42 35 1T 5D BL
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4193 1T 5D BL
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $4193 1T 50 BL
HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42 35 1T 5D BL
HYDRA LIFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1T 5D BL
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4193 1T 5D BL
LOADERS, OVERHEAD (6 YD UP TO B YD) $42 84 1T 5D BL
LOADERS, OVERHEAD (B YD & OVER) $43 39 1T 5D BL
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42 35 1T 5D BL
LOCOMOTIVES, ALL $42 35 1T 5D BL
MECHANICS, ALL $42 84 1T 5D BL
MIXERS, ASP HAL T PLANT $42 35 1T 50 BL
MOTOR PATROL GRADER (FINISHING) $42 35 1T 50 BL
MOTOR PATROL GRADER (NON-FINISHING) $4193 1T 50 BL
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 B4 1T 5D BL
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1T 5D BL
OPERATOR
PAVEMENT BREAKER $39 57 1T 5D BL
PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1T 5D BL
PLANT OILER (ASPHALT, CRUSHER) $4193 1T 5D BL
POSTHOLE DIGGER MECHANICAL $39 57 1T 5D BL
POWER PLANT $39 57 1T 50 BL
PUMPS, WATER $3957 1T 50 BL
QUAD 9, D-10, AND HD-41 $42 B4 1T 5D BL
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1T 5D BL
EQUIP
RIGGER AND BELLMAN $39 57 1T 50 BL
ROLLAGON $42 B4 1T 5D BL
ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1T 5D BL
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $4193 1T 5D BL
ROTO-MILL ROTO-GRINDER $42 35 1T 5D 8L
SAWS, CONCRETE $4193 1T 50 BL
Page 6
.
.
CLALLAM COUNTY
Effective 03-03-07
.
**********************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLEO 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
SPREAOER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER (UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$42 35 1T 5D BL
$42 84 1T 5D BL
$4193 1T 5D BL
$42 35 1T 5D BL
$39 57 1T 5D BL
$42 84 1T 5D BL
$42 35 1T 5D BL
$42 35 1T 5D BL
$4193 1T 5D BL
$4193 1T 5D BL
$42 35 1T 5D BL
$42 35 1T 5D BL
$42 84 1T 5D 8L
$4193 1T 5D BL
$4193 1T 5D BL
$42 35 1T 5D BL
$42 35 1T 5D BL
$39 57 1T 5D BL
$42 35 1T 5D 8L
$35 62
$33 82
$34 27
$3188
$24 03
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27 68
$4247
1M
5A
$1785
$25 63
$1800
$27 78
$1684
$986
$1808
$1597
$1460
. .
. .
CLALLAM COUNTY
Effective 03-03-07
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClasSification WAGE Code ~ Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $5301 10 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 lE 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
JOURNEY LEVEL $33 76 1B SA
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $1031 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $1323
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $1140
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $3115 1D 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $29 89 2B 5A
HOLE DIGGER/GROUND PERSON $1681 2B 5A
INSTALLER (REPAIRER) $28 68 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $27 82 2B 5A
SPECIAL APPARATUS INSTALLER I $29 89 2B 5A
SPECIAL APPARATUS INSTALLER II $29 30 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29 89 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27 82 2B 5A
TELEVISION GROUND PERSON $1596 2B 5A
TELEVISION L1NEPERSONIINSTALLER $2117 2B 5A
TELEVISION SYSTEM TECHNICIAN $2515 2B 5A
TELEVISION TECHNICIAN $22 64 2B 5A
TREE TRIMMER $27 82 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $40 33 1B 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $3416 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34 90 1K 5A
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
page 9
PREVAILING
WAGE
$39 04
$39 62
$20 23
$20 23
$39 62
$23 73
$1160
$945
$1160
(See Benefit Code Key)
Over
Time
Code
1T
1T
1
1
1T
1
Holiday
Code
50
50
50
Note
Code
8l
8l
8l
Sep 0'6 07 Or36p
Jeff & Renee' .'
.0.457-5700
p 1
QUOTATION FORM
Remove Tree - Trailer Park ROW
ST-07-031
The bidder hereby bids the follOWing amounts for all work (including labor,
equipment, time and materials) required to perform the work In the Statement of
; Wonk and_~~I~J>~ka!l~_______ _ _ ___ _________m__
1 Lump Sum
$1,600.00
2 Sales Tax (84%) $
134.40
3 Total Bid
$ 1,734.40
4_ The bidder hereby acknowledges that It has received Addenda Noes) N/ A
(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 commumcations concerned with thIS bId and WIth the contract shall be sent, are listed
below Any written notices required by the terms of an awarded contract shall be served or mailed
to the follOWing address:
6 Bidder's firm name Blue Mountaln Tree Servlce, Inc.
7 Complete address 710 E Scrlvner Rd. , PO Box 333
(Street address)
Port Angeles WA 98362
(CIty) (State) (ZIp)
8 RegIstration Number BLUEMTS145PS
9 UBI Number 600-626-872
10 Telephone No 360-452-7706
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 ~ _91UJ/
12 Tme Presldent
13 Printed Name-
Jeff Grall
14 Date
9/6/07
Project. ST-07-031
Page 2
UL>o, ,)/I,r'l{lrl"'J