Loading...
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