Loading...
HomeMy WebLinkAbout4.623P Original Contract . CIty of Port Angeles Public Works & Utilities Dept OperatlOns Office 1703 South 8 Street Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 . : , """ LIMITED PUBLIC WORKS PROCESS D Request for Quotation ~ Contract Contract Title Stanchion COrlna - Race Street Fence Project Number ST-07-034 THIS CONTRACT IS entered Into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Peninsula Concrete Cuttlna Inc ("CONTRACTOR") 1. WORK BY CONTRACTOR The Contractor shall perform the work as desCribed In Attachment "Au (Attachment "Au may Include Contractor's Proposal, Scope of Work, Statement of Work, Plans, SpeCifications, and any other related Contract Documents) which IS attached hereto and by this reference IS Incorporated herein 2. TERM OF CONTRACT All work under this Contract IS to be completed as indicated (check one) D All work under this Contract IS to be completed by this date: _ ~ All work under this Contract IS to be completed 10 days from the Notice 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 $_ ~ Firm Fixed Price set forth In Contractor bid or quote In the amount of $1300 80 The Contractor shall do all work and furnish all tools, materials, and equipment, In accordance with and as deSCribed In the Attachment "A". The Contractor shall proVide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of 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 S, 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-07-034 Page 1 Rev 2/16/2007 . \ . . . E If dunng the course of the Contract, the work rendered does not meet the r~lrements 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 te Ion of workers and the public and shall post danger signs warning against known or unusual ha rds ~ H)~- ~ \C>/l"'\.lcn . ctlon of Defects. Contractor ha responsible for correctPr4 ~n ~hlP a ~ matenals IS Ithln one year a er acceptance of thiS work. When corrections 0 are made, '\ Contractor shall be respons rrectlng all defects In workmanshlR a enals In the corrected (0 l work for one year after acceptance of the ns by the e Contractor shall start work to remedy such defects Within seven (7) days of covery thereof by City and shall complete such work Within a reasonable tlm ergencles where damage ma rom delay or where loss of service may result, s ecrlons may be made by the City, In which case the cost s e by the Contra e event the Contractor does not accomplish corrections at the time speCified, the wo I otherwise accomplished and the cos&iOf ame shall be paid by the Contractor NA- ~~--' &"-- .~ \<>ll"'-lo'l Contractor shall be liable ny costs, losses, expenses or dam9g"es Inclu ';PI consequentla ffered by the City resulting from defects In the ors work including, but \!'Y' ~ not limited to, cost of matena s expended by the CI Ing emergency repairs and cost of \ 6 ( englneenng, inspection and supervision by the ontractor shall hold the City harmless from 'any and all claims which may be made e City as a result 0 Ive work and the Contractor shall defend any such ItS own expense Where matenals or procedures clfied In,lthe Contra ent, the City Will rely on the profeSSional Judgment of the Contractor to make ap e ecrlons. 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 nondlscnmlnatlon 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. COMPLIANCE WITH LAWS The Contractor shall comply With all federal, state and local laws and regulations applicable to the work done under thiS Contract Any Violation of the provIsions of thiS paragraph shall be conSidered a Violation of a 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. Project ST-Ol-034 Page 2 Rev 2/16/2007 " . . B ~he City may terminate the Contract and take possession of the premises a;'1l\"all materials thereon and finish the work by whatever methods It may deem expedient, by giVing 10 days written notice to the Contractor, upon the occurrence of anyone or more of the events hereafter specified 1. The Contractor makes a general assignment for the benefit of ItS creditors 2 A receiver IS appointed as a result of the Insolvency of the Contractor. 3 The Contractor persistently or repeatedly refuses or 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 ordinances 6 Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of thiS Contract. 7 The City determines that suffiCient operating funds are not available to fund completion of the work contracted for C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any further amounts due under thiS Contract until the work specified In Attachment "A" IS satisfactorily completed, as scheduled, up to the date of termination. At such time, If the unpaid balance of the amount to be paid under thiS Contract exceeds the expense Incurred by the City In finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor If the City's expense and damages exceed the unpaid balance, Contractor and hiS surety shall be JOintly and severally liable therefore to the City and shall pay such difference to the City Such expense and damages shall Include all legal costs Incurred by the City to protect the rights and Interests of the City under the Contract, provided such legal costs shall be reasonable 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under thiS Contract shall become the property of the City and shall be forwarded to the City upon Its request. B Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of thiS Contract must be made In writing to the City within thirty days after the discovery of such damage, expense or loss, and In no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived ItS right to claim for any other damages for which application has not been made, unless such claim for final payment Includes notice of additional claim and fully deSCrIbes such claim 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responSibility for the City under thiS Contract and shall oversee and approve all work to be performed, coordinate commUniCations, and review and approve all inVOiCeS, under thiS Contract 10. HOLD HARMLESS A The Contractor shall protect, defend, indemnify and save harmless the City, ItS officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting from the negligent acts or omisSions of the Contractor The Contractor agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of ItS employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immunity that would otherwise be available against such claims under the industrial Insurance proVISion of Title 51 RCW. In the event the City obtainS any judgment or award, and/or Incurs any cost arising therefrom including attorneys' fees to enforce the proVISions of thiS article, all such fees, expenses, and costs Project ST-07-034 Page 3 Rev 2116/2007 . , ',' . shall be recoverable form the Contractor . B The City shall protect, defend, indemnify and save harmless the Contractor, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, anslng out of or In any way resulting from the negligent acts or omissions of the City The City agrees that ItS obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of ItS employees or agents For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any Immunity that would otherwise be available against such claims under the Industnallnsurance provIsion of Title SI RCW In the event the Contractor obtains any judgment or award, and/or Incurs any cost anslng therefrom including attorneys' fees to enforce the provIsions of this article, all such fees, expenses, and costs shall be recoverable form the City 11. INSURANCE The Contractor shall maintain Insurance as set forth In Attachment B 12. PREVAILING WAGE This Contract IS subject to the requirements of Chapter 39 12 RCW, and as It may be amended, relating to prevailing wages On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industnal Statistician of the Department of Labor and Industnes for the State of Washington. The schedule of prevailing wage rates for this Contract IS made a part of this contract as though fully set forth herein Pnor to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes. It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage" The Contractor shall be responsible for all filing fees Each InVOice shall Include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors Following the final acceptance of services rendered, Contractor shall submit an "AffidaVit of Wages Paid". For a contract award or an on-call contract work order under $2,SOO, and In accordance With RCW 39 12 040(2), the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevailing Wages & AffidaVit Of Wages directly to the City of Port Angeles at final inVOICing. SubmiSSion shall be made on the form developed by the Washington State Department of Labor and 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 Interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and his deCISion shall be final, conclusive, and binding on all parties Involved In the dispute 13. INTERPRETATION AND VENUE This Contract shall be Interpreted and construed In accordance With the laws of the State of Washington The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington 14. BRANDS OR EQUAL When a speCial "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired Brands of equal quality, performance, and use shall be conSidered, prOVided C\,ntractor speCifies the brand and model and submits descnptlve literature when available Any bid containing a brand which IS not of equal quality, performance, or use speCified must be represented as an alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid Project ST-07-034 Page 4 Rev 2/16/2007 . , . . 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or Interest accruing from this Contract without the express prior written consent of the other 17. INDEPENDENT CONTRACTOR The Contractor IS and shall be at all times dUring the term of this Contract an Independent contractor and not a n em ployee 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 Instrument properly Signed by both parties hereto IN WITNESS WHEREOF, the parties have executed this Contract as of ~, 2007 By. CITY OF PORT I , CONTRACTOR By: Printed Name Printed Name J0'1. ( . L , V\ VI.' _ T", ~t'.j!~ tx,~~ ..~ Add ress City ~ {)i U i..-v-.. l0f:\- Tax ID #: Purchase Order #. 10325 Project ST-07-034 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, matenals, and equipment m order to accomplish the project descn bed below 1) Safely secure work zone and access road from public 2) Core/Dnll out 20 eXlstmg post sleeves, the post sleeves are Std 4" Galvanized Pipe x 8" length set m concrete There are alummum rail stanchions (1 7/8" 00 diameter) from baluster panels that are grouted mSlde of each of the sleeves with expandable concrete grout. All of the stanchions are broken off near the sleeve top level due to a vehicle accident 3.) Clean up and remove all debns from the site 4) Location: The site IS located at the West Side of Race St at 10th St on the back Side of the Sidewalk 5.) Working Hours 7 00 A M to 3 00 P.M. Monday through Fnday. 6) The Contractor's pomt of contact for the work IS Gary Stempm or Corey Delikat \who can be reached at 360-417-4825 A) Project ST-07-034 Page 6 Rev 2/16/2007 . , . . r't"- - ~-- . .,...........,r-:r -- - 1....--'.."" ~ l.~' +;>l _ ~ ., I -. '-.....' f.. 1>\ - '-., i ---f:";:-~~=.-". 'A.. ...~,___,~'lI<;... u-L---. _t I__~ 1'1-' k I I .' ':t-;;,-:;: '~'~:-':~;'-;-<I'~"I"':-~ .L'. ~-, I ~~.{:t-~~ r~} :-.:..+ .......:,., .~~~ .... /! < "-. . ir;.>.; . .-,' ~. ' I,,':' .;. < ',. . . , , t j >C ~'f i.:f , .. , ~, +~, ~ ~ ',' ....1:- . k. I ~. -~ , .+- ...., - .{..' - ,,,It)I'' "'..1\ \~I. , I' " I, I 'i .1.' .It' , ..)," ,r,. :"i' i"'~' ~J., ~:. J .; ~ ' ~ , ~ I' - """lr~' l' # ':':'" !\ ,-~r " ~ ~ ...- , , rl i. " . ;" l:l ; -,'. : .$l~ . i C .J. ~ ~; ~ &;/ " ~ , ,. ..11. . '. t-,,,, . '0 f I" "j)J ~-:. - "7"-" .. ':;'i.f_ .., \ t:, if" ,t'~-~'Q. ...~ j:" . "X '_"~' _~ t , - ,1 ',.- 'r:. .~ '" I ' \ t.:,. :fl .' - . -; _ _:~tdSI~;t!fiii.. r _"', :::E:,J;:::IfUI"lth~6mWl:; f.. Z. . Hjfj;:,'J\ ~1 r,~ J~. j ,-' ~ ~~.<. -- '. ~J.=::;i:~t~~ I' f .~ . . ): f. ' 1 ~\ \ ~-t . ...,t.......:., J" I- l ~:-' ~,' l>~ ! ~ _...:....:....-: ~jfiiA'E(}S'1ERf:.PANE/L-;,~ -::~7 :::.!~~:R""::tN:,Appt'''VQ(/.~:iaii:fil1f.=1:&.Q.itJn;na "'~ .r-=- D. ;;~~ \1>.' ' -J...'2.N#t-:ro-ScoitI / :--+ ~;:-~ ,- r';;;-''':' ~ _'7-~__ .........--y---7'>':;::--r-' , ' ';: .., -;.. ...~:.. ...::.. "'". ,..,~\ I .,-.4 ~'.r~' ~- ","'''l~~%- t...~ !'-.(i"~ \"'-,'-_-"t- ,..,i ~ 'r '''--- f '- , ~-..~ , '- ~ " ,. ~ Subcontractor Responsibility: 1 ) The Contractor shall Include the language of thiS section In each of ItS first tier subcontracts, and shall reqUire each of Its subcontractors to Include substantially the same language of thiS section In each of their subcontracts, adjusting only as necessary the terms used for the contracting parties The requirements of thiS section apply to all subcontractors regardless of tier 2,) At the time of subcontract execution, the Contractor shall venfy that each of ItS first tier subcontractors meets the following bidder responsibility Crltena' - 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 Idenlifler number, If applicable, have . Industnallnsurance coverage for the subcontractor's employees working In Washington as required In TItle 51 RCW, . An employment security department number as reqUired In Tile 50 RCW, and . A state excise tax registration number as reqUired In Tile 82 RCW, . An electrical contractor license, If reqUired by Chapter 19 28 RCW, . An elevator contract license, If reqUired by Chapter 70 87 RCW Not be disqualified from bidding on any publiC works contract under RCW 39 06 010 or 3912065(3) Project ST.07-034 Page 7 Rev 2116/2007 . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE 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 Liabllitv Insurance covenng all owned, non-owned, hired and leased vehicles Coverage shall be wntten on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing eqUivalent liability coverage. If necessary, the policy shall be endorsed to prOVide contractual liability coverage b CommerCial General 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 performed for the City uSing ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements proViding eqUivalent coverage c. Workers' ComDensatlon 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 Llabllitv Insurance With a minimum combined Single limit for bodily injury and property damage of $1,000,000 per aCCIdent b CommerCial General Liabllltv 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-07-034 Page 8 Rev 2/16/2007 . . 3 Other Insurance ProvIsions The msurance policies are to contam, or be endorsed to contam, the following provIsions for Automobile liability and CommerCial General Liability Insurance. a The Contractor's Insurance coverage shall be pnmary msurance as respect to the City. Any msurance, self-msurance, or msurance pool coverage malntamed by the City shall be m excess of the Contractor's Insurance and shall not contnbute with It. b The Contractor's msurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days pnor wntten notice by certified mall, return receipt requested, has been given to the City 4 Acceptability of Insurers Insurance IS to be placed with Insurers with a current A M Best ratmg of not less than A VI. 5. Venficatlon of Coverage The Contractor shall furnish the City with ongmal certificates and a copy of the amendatory endorsements, Including but not necessanly limited to the additional msured 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 msurance policy that mcludes 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, machmery, 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, scaffoldmg and protective fences 7. Waiver of Subrogation The Contractor and the City waive all nghts agamst each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by BUilders Risk msurance or other property msurance obtain pursuant to the Insurance Requirements Section of thiS Contract or other property Insurance applicable to the work The policies shall prOVide such waivers by endorsement or otherwise PrOject ST -07 -034 Page 9 Rev 2116/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . . ATTACHMENT "c" PREVAILING WAGE RATES See attached lIstIng WashIngton State PrevaIlIng Wage Rates For PubliC Works Contracts, Clallam County, effective 08-31-07 2 Washmgton State PrevaIlIng Wage Rates For PubliC Works Contracts - Apprentices, Clallam County, effectIve 08-31-07 Project ST-07-034 Rev 2/1 6/2007 Page 10 . . State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO BQX 44540, Olympia, WA 98504-4540 Washmgton State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge benefits On public works projects, workers' wage and benefit rates must add to not less than thiS total A brief descnptlon of overtime calculation 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 HolJday Code Note ~ $36 24 lH 5D $4747 lC 5N $4375 1M SA $1467 $4391 $4375 $4375 $43 85 $43 79 $4375 $4375 $4375 $44 75 $43 95 $4375 $43 75 $43 75 $43 75 1M 5D 1M 5D 1M 5D 1M 5D 1M 50 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 50 1M 5D 1M 50 1M 5D lH 50 1M 50 8A 1M 50 1T 50 8L 1T 5D 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 5D 8L 1T 50 8L IE 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 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 Page 2 PREVAILING WAGE $55 05 $58 86 $5316 $5715 $27 32 $5125 $55 05 $1537 $1469 $54 37 $4964 $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 $3675 $1565 $910 $59 22 $3481 $34 52 $58 62 $50 20 (See Benefit Code Key) Over TIme Holiday Note Code Code Code 10 SA 10 SA 10 SA 10 SA 10 SA 10 SA 10 SA 2A 6C 2A 6C 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A 4A 6Q 6Q 1 1 lH 50 1H SG 1S SJ 1H 50 1 1 1 1 1 . CLALLAM COUNTY Effective 08-31-07 . ********************************************************************************************************** Classlficatron INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERA TOR 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 OPERA TOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) DITCH DIGGER DIVER DRILL OPERA TOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I e, dusting, vacuuming, Window c1eanrng, NOT construction debriS cleanup) FI NE 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 $4792 $36 75 $36 24 $3101 $36 24 $36 24 $36 24 $36 24 $37 20 $3675 $36 24 $36 24 $3675 $36 24 $36 24 $36 24 $36 24 $3675 $36 24 $3675 $3101 $36 24 $36 24 $36 24 $3720 $3675 $37 20 $36 24 $36 24 $36 24 $36 75 $28 45 $36 24 $3101 $36 24 $36 24 $36 24 $3675 $36 24 $36 24 (See Benefit Code Key) Over Time Code HolIday Code Note Code 1 1 1 1 1 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 . ********************************************************************************************************** ClaSSlflcatron GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIERiMORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER.MUDMAN MATERIAL YARDMAN MINER NOZZLEMAN, CONCRETE PUMP. GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK. SANDBLAST, GUNITE. SHOTCRETE. WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RElINER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE. TIMBERMAN RI P RAP MAN RODDER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20") SLOPER $PRAYMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC. AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER. TAILER TRACK LABORER TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREED (AIR. GAS. OR ELECTRIC) VIBRATOR VINYL SEAMER WELDER WELL.POINT LABORER Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE ~ Code Code $36 24 lH 5D $3720 lH 50 $3675 lH 50 $36 24 lH 5D $37 20 1H 5D $3675 1H 5D $36 75 lH 5D $36 75 lH 5D $36 75 lH 5D $36 24 1H 5D $37 20 1H 5D $36 75 lH 5D $3675 1H 5D $3101 1H 5D $3675 lH 5D $3675 lH 5D $36 75 1H 5D $37 20 lH 5D $3675 lH 5D $36 24 1H 5D $3720 1H 5D $36 24 lH 5D $36 75 lH 5D $36 75 lH 5D $37 20 lH 5D $36 24 1H 5D $36 75 lH 5D $36 24 1H 5D $36 24 lH 5D $36 24 lH 5D $36 75 1H 5D $36 24 lH 5D $3675 lH 5D $36 75 lH 5D $36 24 lH 5D $36 24 lH 5D $36 75 lH 5D $36 75 lH 5D $36 24 lH 5D $36 24 1H 5D $36 24 lH 5D $36 75 lH 5D $3624 lH 5D $3675 lH 5D $36 24 1H 5D $3675 lH 5D $36 24 lH 5D $36 24 lH 5D $36 75 lH 5D . ClALLAM COUNTY Effeclive 08-31-07 .' ********************************************************************************************************** ClaSSificatIon LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER PIPE LAYER LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS LATHERS JOURNEY LEVEL METAL FABRICATION (IN SHOP) FITTERlWELDER LABORER MACHINE OPERATOR PAINTER PAINTERS JOURNEY LEVEL PLASTERERS JOURNEY LEVEL PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL PLUMBERS & PIPEFITTERS JOURNEY LEVEL POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) BACKHOES, (OVER 75 HP) BARRIER MACHINE (ZIPPER) BATCH PLANT OPERATOR, CONCRETE BELT LOADERS (ELEVATING TYPE) BOBCAT (SKID STEER) BROOMS BUMP CUTTER CABLEWAYS CHIPPER COMPRESSORS CONCRETE FINISH MACHINE -LASER SCREED CONCRETE PUMPS CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT CONVEYORS CRANES, THRU 19 TONS, WITH ATTACHMENTS CRANES, 20, 44 TONS, WITH ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUOING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON ANO UNOER CRANES, A-FRAME, OVER 10 TON Page 5 PREVAILING WAGE $36 24 $3675 $1289 $1289 $1289 $43 79 $1516 $950 $26 90 $1141 $3316 $25 83 $793 $56 34 $4214 $44 92 $4541 $45 96 $44 50 $44 92 $44 92 $44 92 $44 50 $4214 $4214 $44 92 $4541 $44 92 $4214 $4214 $44 50 $44 92 $44 50 $44 50 $44 92 $4541 $4596 $4653 $4214 $44 50 (See Benefit Code Key) Over TIme Code Holiday Code Note Code 1H 1H 50 50 1 1 1 1M 5D 1 1 1 1 2B 5A 18 5A 1T 5D BL 1T 50 BL 1T 50 BL 1T 50 BL 1T 50 BL 1T 50 BL 1T 50 BL 1T 50 BL 11 5D BL 1T 50 BL 11 50 BL 1T 50 BL 11 50 BL 11 50 BL 11 50 BL 1T 50 BL 11 50 BL 1T 50 BL 1T 50 8L 11 50 8L 1T 50 BL 1T 50 8L 11 50 BL 11 50 BL 1T 50 BL 1T 50 BL . . CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** CJasslfJcatJon CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM CRUSHERS DECK ENGINEER/DECK WINCHES (POWER) DERRICK, BUILDING DOZERS, D-9 & UNDER DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) GRADE ENGINEER GRADECHECKER AND STAKEMAN GUARDRAIL PUNCH HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS HORIZONTAUDlRECTIONAL DRILL LOCATOR HORIZONTALlDIRECTIONAL DRILL OPERATOR HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) LOADERS, OVERHEAD (6 YO UP TO 8 YD) LOADERS, OVERHEAD (8 YO & OVER) LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED LOCOMOTIVES, ALL MECHANICS, ALL MIXERS, ASPHALT PLANT MOTOR PATROL GRADER (FINISHING) MOTOR PATROL GRADER (NON-FINISHING) MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) PLANT OILER (ASPHALT, CRUSHER) POSTHOLE DIGGER, MECHANICAL POWER PLANT PUMPS, WATER QUAD 9, D-10, AND HD-41 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANT MIX OR MUL TILlFT MATERIALS ROTO-MILL ROTO-GRINDER SAWS, CONCRETE Page 6 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $4709 1T 5D 8L $44 92 1T 5D 8L $4541 1T 5D 8L $45 96 1T 50 8L $45 96 1T 50 8L $46 53 1T 50 8L $44 92 1T 50 8L $44 92 1T 5D 8L $4541 1T 50 8L $44 50 1T 50 8L $44 50 1T 5D 8L $44 92 1T 50 8L $4214 IT 50 8L $44 50 1T 50 8L $44 92 1T 5D 8L $44 50 1T 50 8L $4214 1T 50 8L $44 50 1T 5D 8L $4214 1T 5D 8L $44 92 1T 5D 8L $44 50 lT 50 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $4214 1T 5D 8L $44 50 1T 5D 8L $4541 1T 5D 8L $45 96 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $4541 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 50 8L $44 50 1T 5D 8L $4541 1T 5D 8L $4214 1T 5D 8L $4214 1T 5D 8L $44 92 1T 5D 8L $44 50 1T 50 8L $4214 1T 50 8L $4214 1T 50 8L $4214 1T 5D 8L $4541 1T 5D 8L $4541 1T 5D 8L $4214 1T 5D 8L $4541 1T 50 8L $4214 1T 5D 8L $44 50 1T 50 8L $44 92 1T 5D 8L $44 50 1T 5D 8L . . . CLALLAM COUNTY Effective 08-31-07 . ********************************************************************************************************** ClaSSlflcatron SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YO) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLlPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER (UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK 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 Hohday Note WAGE Code Code ~ $44 92 1T 50 8L $4541 1T 50 8L $44 50 1T 50 8L $44 92 1T 50 8L $4214 1T 50 8L $4541 1T 50 8L $44 92 1T 50 8L $44 92 1T 50 8L $44 50 1T 50 8L $44 50 1T 50 8L $44 92 1T 50 8L $44 92 1T 50 8L $4541 1T 50 8L $44 50 1T 50 8L $44 50 1T 50 8L $44 92 1T 50 8L $44 92 1T 50 8L $4214 1T 50 8L $44 92 1T 50 8L $35 62 $33 82 $34 27 $3188 $24 03 4A 4A 4A 4A 4A SA SA SA SA SA $27 68 $4375 1M SA $1785 $25 63 $1800 $2778 $2136 $986 $1808 $1597 $1460 . . . CLALLAM COUNTY Effective 08-31-07 ********************************************************************************************************** ClaSSifIcatIon 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 F;ITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAI N 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 /I TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LlNEPERSON/lNSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER Page 8 PREVAILING WAGE $5401 $33 04 $1088 $1967 $2051 $3978 $5197 $3146 $4613 $1216 $1716 $1466 $1466 $1929 $1215 $36 08 $1031 $1967 $1323 $935 $1140 $1340 $31 15 $30 66 $17 19 $2941 $28 53 $30 66 $30 05 $30 66 $28 53 $1631 $2168 $35 78 $2319 $2853 (See Benefit Code Key) Over Time Code Holiday Code Note Code 1G 5A 1E 6L 1 1R 5A 1E 6L 1H 6W 1S 5J 1 1 1 1 1B 5A 1B 50 1 1 1 10 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B SA 2B 5A 2B SA . . . 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 $4196 1B SA TILE. MARBLE & TERRAZZO FINISHERS FINISHER $35 79 1B SA TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36 40 1K SA TRUCK ORIVERS ASPHALT MIX ( TO 16 YARDS) $41 19 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 1 OILER $945 1 WELL DRILLER $1160 1 Page 9 . e. . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Nole Slage of Progression && Hour Range Code Code Wage Code ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL o DODO-DODO HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 50 00% $1932 1M 50 2 1001-2000 HOURS 60 00% $2212 1M 50 3 2001-3000 HOURS 75 00% $2851 1M 50 4 3001-4000 HOURS 90 00% $3315 1M 50 1 0000-1000 HOURS 60 00% $25 02 1M 50 2 1001-2000 HOURS 70 00% $2783 1M 50 3 2001-3000 HOURS 80 00% $3063 1M 50 4 3001-4000 HOURS 90 00% $33 44 1M 50 BOILERMAKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1C 5N 1 0000-1000 HOURS 70 00% $38 86 1C 5N 2 1001-2000 HOURS 75 00% $40 30 1C 5N 3 2001-3000 HOURS 80 00% $4173 1C 5N 4 3001-4000 HOURS 85 00% $4317 1C 5N 5 4001.5000 HOURS 90 00% $44 60 1C 5N 6 5001-6000 HOURS 95 00% $46 04 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 5A 1 0000-0750 HOURS 50 00% $2549 1M 5A 2 0751-2250 HOURS 55 00% $27 05 1M 5A 3 2251-3000 HOURS 60 00% $28 62 1M 5A 4 3001-3750 HOURS 70 00% $3174 1M 5A 5 3751-4500 HOURS 80 00% $34 87 1M 5A 6 4501-5250 HOURS 90 00% $37 99 1M 5A 7 5251-6000 HOURS 95 00% $39 56 1M 5A CARPENTERS CARPENTER o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 60 00% $2668 1M 50 2 1001-2000 HOURS 65 00% $32 38 1M 50 3 2001-3000 HOURS 70 00% $34 00 1M 50 4 3001-4000 HOURS 75 00% $35 63 1M 50 5 4001-5000 HOURS 80 00% $37 25 1M 50 6 5001-6000 HOURS 85 00% $38 88 1M 50 7 6001-7000 HOURS 90 00% $40 50 1M 50 8 7001-8000 HOURS 95 00% $4213 1M 50 DRYWALL APPLlCA TOR o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-0700 HOURS 50 00% $23 46 1M 50 Page 1 . .. . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Stage of Progression && Hour Range 2 0701-1400 HOURS 60 00% 3 1401-2100 HOURS 68 00% 4 2101-2800 HOURS 76 00% 5 2801-3500 HOURS 84 00% 6 3501-4200 HOURS 92 00% ACOUSTICAL WORKER o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 68 00% 4 3001-4000 HOURS 76 00% 5 4001-5000 HOURS 84 00% 6 5001-6000 HOURS 92 00% MILLWRIGHT AND MACHINE ERECTORS o 0000-0000 HOURS 0 00% 1 1 sf Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 6 6th Penod 85 00% 77th Penod 90 00% B 8th Penod 95 00% PILEORIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING o 0000-0000 HOURS 0 00% 1 1 st Period 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 5 5th Penod 80 00% 66th Penod 85 00% 7 7th Penod 90 00% 88th Penod 95 00% BRIDGE. DOCK AND WARF CARPENTERS o 0000-0000 HOURS 0 00% 1 1st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th Penod 85 00% 77th Penod 90 00% 88th Penod 95 00% CEMENT MASONS Page 2 Prevailing Overtime Holiday Code Wage Code $30 78 1M 50 $33 38 1M 50 $35 98 1M 50 $38 59 1M 50 $4119 1M 50 $793 1M 50 $23 52 1M 50 $3085 1M 50 $3346 1M 50 $36 07 1M 50 $3869 1M 50 $4130 1M 50 $793 1M 50 $27 28 1M 50 $33 03 1M 50 $34 70 1M 50 $36 38 1M 50 $38 05 1M 50 $39 73 1M 50 $4140 1M 50 $43 08 1M 50 $793 1M 50 $26 80 1M 50 $3251 1M 50 $3414 1M 50 $35 78 1M 50 $3741 1M 50 $3905 1M 50 $40 68 1M 50 $42 32 1M 50 $793 1M 50 $26 68 1M 50 $32 38 1M 50 $34 00 1M 50 $3563 1M 50 $3725 1M 50 $38 88 1M 50 $40 50 1M 50 $4213 1M 50 Note Code . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Nole Stage of Progression && Hour Range Code Code Wage Code JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 50 00% $1402 1M 50 2 1001-2000 HOURS 60 00% $1682 1M 50 3 2001-3000 HOURS 70 00% $1963 1M 50 4 3001-4000 HOURS 80 00% $22 43 1M 50 5 4001-5000 HOURS 90 00% $25 24 1M 50 6 5001-6000 HOURS 95 00% $26 64 1M 50 DRYWALL TAPERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 IE 5P 1 0000-1000 HOURS 50 00% $28 29 IE 5P 2 1001-2000 HOURS 55 00% $29 82 IE 5P 3 2001-3000 HOURS 65 00% $32 88 IE 5P 4 3001-4000 HOURS 75 00% $35 94 IE 5P 5 4001-5000 HOURS 85 00% $39 00 IE 5P 6 5001-6000 HOURS 90 00% $40 53 IE 5P ELECTRICIANS -INSIDE JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 10 5A 1 0000-1000 HOURS 40 00% $22 49 10 5A 2 1001-2000 HOURS 50 00% $26 30 10 5A 3 2001-3500 HOURS 55 00% $3146 10 5A 4 3501-5000 HOURS 65 00% $3585 10 5A 5 5001-6500 HOURS 75 00% $40 26 10 5A 6 6501-8000 HOURS 85 00% $44 65 10 5A ELECTRICIANS - POWERLfNE CONSTRUCTION JOURNEYLEVELLINEPERSON o 0000-0000 HOURS 0 00% $793 4A 5A 1 0000-1000 HOURS 60 00% $32 03 4A 5A 2 1001-2000 HOURS 63 00% $3320 4A 5A 3 2001-3000 HOURS 67 00% $34 76 4A 5A 4 3001-4000 HOURS 72 00% $3671 4A 5A 5 4001-5000 HOURS 78 00% $39 05 4A 5A 6 5001-6000 HOURS 86 00% $4217 4A 5A 7 6001-7000 HOURS 90 00% $43 73 4A 5A POLE SPRA YER o 0000-0000 HOURS 0 00% $793 4A 5A 1 0000-1000 HOURS 85 70% $42 06 4A 5A 2 1001-2000 HOURS 89 80% $43 66 4A 5A 3 2001-3000 HOURS 92 80% $44 83 4A 5A ELEVATOR CONSTRUCTORS MECHANIC o 0000-0000 HOURS 0 00% $793 4A 6Q Page 3 . . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevalhng Overtime Holiday Nole Slage of Progression && Hour Range Code Code Wage Code 1 0000-1000 HOURS 50 00% $2069 4A 60 2 1001-1700 HOURS 55 00% $37 36 4A 60 3 1701-3400 HOURS 65 00% $4176 4A 60 4 3401-5100 HOURS 70 00% $44 55 4A 60 5 5101-6800 HOURS 80 00% $48 97 4A 60 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-1000 HOURS 55 00% $793 1 2 1001-2000 HOURS 60 00% $793 1 3 2001-3000 HOURS 65 00% $793 1 4 3001-4000 HOURS 70 00% $845 1 5 4001-5000 HOURS 75 00% $905 1 6 5001-6000 HOURS 80 00% $966 1 7 6001-7000 HOURS 85 00% $1026 1 8 7001-8000 HOURS 95 00% $1147 1 TELECOMMUNICA TION TECHNICIANS TELECOMMUNICA TlON TECHNICIANS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 10 5A 1 0000-0800 HOURS 60 00% $20 37 10 SA 2 0801-1500 HOURS 65 00% $2171 10 5A 3 1601-2400 HOURS 70 00% $23 06 10 SA 4 2401-3200 HOURS 75 00% $2441 10 5A 5 3201-4000 HOURS 80 00% $25 76 10 SA 6 4001-4800 HOURS 85 00% $2711 10 5A FLAGGERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 50 GLAZIERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 lH 5G 1 0000-1000 HOURS 45 00% $22 44 1H 5G 2 1001-2000 HOURS 50 00% $24 38 1H 5G 3 2001-3000 HOURS 55 00% $26 32 lH 5G 4 3001-4000 HOURS 60 00% $28 26 1H 5G 5 4001-5000 HOURS 65 00% $3019 lH 5G 6 5001-6000 HOURS 70 00% $3213 lH 5G 7 6001-7000 HOURS 80 00% $3601 1H 5G 8 7001-8000 HOURS 90 00% $39 88 lH 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC o 0000-0000 HOURS 0 00% $793 lS 5J 1 0000-1000 HOURS 40 00% $25 32 1S 5J 2 1001-2000 HOURS 45 00% $27 06 lS 5J Page 4 . , , . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overt.me Holiday Note Stage of ProgressIon && Hour Range Code Code Wage Code 3 2001-3000 HOURS 50 00% $28 79 lS 5J 4 3001-4000 HOURS 55 00% $30 52 lS 5J 5 4001-6000 HOURS 65 00% $33 99 lS 5J 6 6001-8000 HOURS 75 00% $3746 lS 5J 7 8001-10000 HOURS 85 00% $40 93 lS 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 60 00% $25 02 1M 50 2 1001-2000 HOURS 70 00% $27 83 1M 50 3 2001-3000 HOURS 80 00% $30 63 1M 50 4 3001-4000 HOURS 90 00% $3344 1M 50 INSULA TION APPLlCA TORS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-1000 HOURS 50 00% $1025 1 2 1001-2000 HOURS 60 00% $1230 1 3 2001-3000 HOURS 75 00% $1538 1 4 3001-4000 HOURS 90 00% $1845 1 IRONWORKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 10 5A 1 0000-0750 HOURS 65 00% $28 08 10 5A 2 0751-1500 HOURS 70 00% $29 70 10 5A 3 1501-2250 HOURS 75 00% $39 82 10 5A 4 2251-3000 HOURS 80 00% $4144 10 5A 5 3001-3750 HOURS 90 00% $44 68 10 5A 6 3751-4500 HOURS 90 00% $44 68 10 5A 7 4501-5250 HOURS 95 00% $46 30 10 5A 8 5251-6000 HOURS 95 00% $46 30 10 5A LABORERS GENERAL LABORER o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 60 00% $25 02 1M 50 2 1001-2000 HOURS 70 00% $27 83 1M 50 3 2001-3000 HOURS 80 00% $30 63 1M 50 4 3001-4000 HOURS 90 00% $33 44 1M 50 LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-1000 HOURS 60 00% $25 02 1M 50 2 1001-2000 HOURS 70 00% $27 83 1M 50 3 2001-3000 HOURS 80 00% $30 63 1M 50 4 3001-4000 HOURS 90 00% $33 44 1M 50 Page 5 . " . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing OvertIme Holiday Note Stage of Progression && Hour Range Code Code Wage Code LATHERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-0700 HOURS 50 00% $23 46 1M 50 2 0701-1400 HOURS 60 00% $30 78 1M 50 3 1401-2100 HOURS 68 00% $33 38 1M 50 4 2101-2800 HOURS 76 00% $35 98 1M 50 5 2801-3500 HOURS 84 00% $38 59 1M 50 6 3501-4200 HOURS 92 00% $4119 1M 50 PAINTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 28 5A 1 0000-0750 HOURS 52 00% $1927 28 5A 2 0751-1500 HOURS 56 00% $20 32 28 5A 3 1501-2250 HOURS 60 00% $2137 28 5A 4 2251-3000 HOURS 64 00% $23 26 28 5A 5 3001-3750 HOURS 68 00% $24 36 28 5A 6 4001-4800 HOURS 72 00% $25 45 28 5A PLASTERERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-0500 HOURS 40 00% $1033 1 2 0501-1000 HOURS 45 00% $1162 1 3 1001-1500 HOURS 45 00% $1162 1 4 1501-2000 HOURS 50 00% $1292 1 5 2001-2500 HOURS 55 00% $1421 1 6 2501-3000 HOURS 60 00% $1550 1 7 3001-3500 HOURS 65 00% $1679 1 8 3501-4000 HOURS 70 00% $1808 1 9 4001-4500 HOURS 75 00% $1937 1 10 4501-5000 HOURS 80 00% $20 66 1 11 5001-5500 HOURS 85 00% $2196 1 12 5501-6000 HOURS 90 00% $2325 1 13 6001-6500 HOURS 95 00% $24 54 1 14 6501-7000 HOURS 95 00% $24 54 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1G 5A 1 0000-2000 HOURS 50 00% $30 53 1G 5A 2 2001-4000 HOURS 62 50% $4152 lG 5A 3 4001-6000 HOURS 70 00% $4449 1G 5A 4 6001-8000 HOURS 75 00% $4647 1G 5A 5 8001-10000 HOURS 85 00% $5043 lG 5A POWER EQUIPMENT OPERA TORS Page 6 lit Ie . . . PREVAILING WAGE RATES FOR CLALlAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Stage of Progression && Hour Range Prevallmg Overtime Holiday Code BACKHOES. (75 HP & UNDER) o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORSI o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 75 00% 2 1001-2000 HOURS 80 00% 3 2001-3000 HOURS 85 00% 4 3001-4000 HOURS 90 00% REFRIGERA T10N & AIR CONDITIONING MECHANICS MECHANIC o 0000-0000 HOURS 0 00% 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 55 00% 3 4001-6000 HOURS 60 00% 4 6001-8000 HOURS 70 00% 5 8001-10000 HOURS 85 00% RESIDENTIAL CARPENTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 15t Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Period 75 00% 55th Panod 80 00% 66th Penod 85 00% 77th Period 90 00% 88th Penod 95 00% RESIDENTIAL ELECTRICIANS Page 7 Wage Code $793 1M $33 39 1M $34 98 1M $36 56 1M $3815 1M $4133 1M $4291 1M $793 $33 39 $34 98 $36 56 $3815 $4133 $4291 $793 4A $2517 4A $26 34 4A $27 52 4A $28 70 4A $793 1 $1384 1 $1522 1 $1661 1 $1938 1 $23 53 1 $793 1 $1071 1 $1160 1 $1250 1 $1339 1 $1428 1 $1517 1 $1607 1 $1696 1 50 50 50 50 50 50 50 5A SA 5A SA SA Note Code 8L 8L 8L 8L 8L 8L 8L .. 'I. . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevalhng OvertIme Holiday Note Stage of ProgressIOn && Hour Range Code Code Wage Code JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-0900 HOURS 50 00% $1389 1 2 0901-1800 HOURS 55 00% $1528 1 3 1801-2700 HOURS 75 00% $20 84 1 4 2701-4000 HOURS 85 00% $2361 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-1000 HOURS 55 00% $803 1 2 1001-2000 HOURS 65 00% $949 1 3 2001-4000 HOURS 75 00% $10 95 1 4 4001-6000 HOURS 85 00% $1241 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL IFIELD OR SHOP) o 0000-0000 HOURS 0 00% $793 1E 6L 1 0000-0900 HOURS 55 00% $1703 1E 6L 2 0901-1800 HOURS 60 00% $1794 1E 6L 3 1801-2700 HOURS 65 00% $1927 1E 6L 4 2701-3600 HOURS 70 00% $2019 1E 6L 5 3601-4500 HOURS 75 00% $2135 1E 6L 6 4501-5400 HOURS 80 00% $22 26 lE 6L ROOFERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-0820 HOURS 60 00% $1241 1 2 0821-1630 HOURS 67 00% $793 1 3 1631-2450 HOURS 74 00% $793 1 4 2451-3270 HOURS 81 00% $1666 1 5 3271-4080 HOURS 88 00% $1808 1 6 4081-4899 HOURS 95 00% $1950 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) o 0000-0000 HOURS 0 00% $793 1E 6L 1 0000-2000 HOURS 45 00% $22 90 1E 6L 2 2001-3000 HOURS 50 00% $3163 lE 6L 3 3001-4000 HOURS 55 00% $33 53 1E 6L 4 4001-5000 HOURS 60 00% $35 46 lE 6L 5 5001-6000 HOURS 65 00% $37 40 lE 6L 6 6001-7000 HOURS 70 00% $3931 lE 6L 7 7001-8000 HOURS 75 00% $4124 1E 6L Page 8 ~ .. . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Stage of Progression && Hour Range Code Code Wage Code 8 8001-9000 HOURS 80 00% $4316 1E 6L 9 9001-10000 HOURS 85 00% $4509 1E 6L SHIPBUILDING & SHIP REPAIR MACHINIST o 0000-0000 HOURS 0 00% $793 SHIPFITTER o 0000-0000 HOURS 0 00% $793 WELDER/BURNER o 0000-0000 HOURS 0 00% $793 SOFT FLOOR LA YERS JOURNEY LEVEL o OOOQ..OOOO HOURS 0 00% $793 18 SA 1 0000-1000 HOURS 50 00% $20 85 18 SA 2 1001-2000 HOURS 60 00% $23 89 18 SA 3 2001-3000 HOURS 70 00% $26 94 18 SA 4 3001-4000 HOURS 75 00% $28 46 18 SA 5 4001-5000 HOURS 80 00% $29 98 18 SA 6 5001-6000 HOURS 85 00% $3151 18 SA 7 6001-7000 HOURS 90 00% $33 03 18 SA 8 7001-8000 HOURS 95 00% $34 56 18 SA SPRINKLER FITTERS (FIRE PROTECTlONl JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1 1 0000-1000 HOURS 45 00% $885 1 2 1001-2000 HOURS 50 00% $984 1 3 2001-3000 HOURS 55 00% $1082 1 4 3001-4000 HOURS 60 00% $1180 1 1 0000-1000 HOURS 40 00% $793 1 2 1001-2000 HOURS 45 00% $885 1 3 2001-3000 HOURS 50 00% $984 1 4 3001-4000 HOURS 55 00% $1082 1 1 000Q..1000 HOURS 65 00% $1279 1 2 1001-2000 HOURS 70 00% $1377 1 3 2001-3000 HOURS 75 00% $1475 1 4 3001-4000 HOURS 80 00% $1574 1 5 4001-5000 HOURS 85 00% $1672 1 6 5001-6000 HOURS 90 00% $1770 1 1 000Q..1000 HOURS 60 00% $11 80 1 2 1001-2000 HOURS 65 00% $1279 1 3 2001-3000 HOURS 70 00% $1377 1 4 3001-4000 HOURS 75 00% $1475 1 5 4001-5000 HOURS 80 00% $1574 1 6 5001-6000 HOURS 85 00% $1672 1 TILE. MARBLE & TERRAZZO FINISHERS Page 9 ..., ,.,., . . Stage of ProgressIon && Hour Range FINISHER o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2500 HOURS 55 00% 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2500 HOURS 55 00% 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% 5 4501-5500 HOURS 80 00% 6 5501-6250 HOURS 90 00% 7 6251-7000 HOURS 95 00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-0500 HOURS 60 00% 2 0501-1000 HOURS 60 00% 3 1001-2333 HOURS 60 00% 4 2334-4666 HOURS 73 00% 5 4667-7000 HOURS 88 00% TRUCK DRIVERS DUMP TRUCK o 0000-0000 HOURS 0 00% 1 0000-0700 HOURS 70 00% 2 0701-1400 HOURS 80 00% 3 1401-2100 HOURS 90 00% . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Code Code Wage Code $793 18 5A $24 35 18 5A $25 82 18 5A $2727 18 5A $30 22 18 5A $793 18 5A $25 00 18 5A $26 53 18 5A $28 06 18 5A $31 12 18 5A $3419 18 5A $37 25 18 5A $38 78 18 5A $793 lK 5A $1523 1K 5A $20 55 1K 5A $24 05 lK 5A $28 06 1K 5A $32 69 lK 5A $793 1 $1416 1 $1618 1 $1821 1 Page 10 [ne bldd~;;;~;ebY bld~-the following amounts for all ~ork (Including labor, - - equipment, time and materials) required to perform the work In the Statement of I Work__~nd th~s package __ __ __ _ _ _ ~ $ \ '-.00 .- \OO.'bO I '?t>o _ ~a ... '" .. -' 1 Lump Sum 2 Sales Tax (8 4%) $ 3. Total Bid . . QUOTATION FORM Stanchion Coring - Race Street Fence ST-07-034 $ 4 The bidder hereby acknowledges that it has received Addenda No(s). (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 addre$<i, to which addre"" all communications concerned wrth 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 Contractor Informatron' 1. Company Name. 2. Address: 3. City, Slate, Zip Code: 4. phone Number. -& nol f).",la 0Jl!"\tJld 0 ( 111-\'Llj~~~ fD t?-n)( H 61c> ~I fY'o. 'WA OJ ~S'is;;:2.- 2,.LoQ~ (!'~...~. "la, D P~x\ll"'l.CC()S;-S p'p 100\ s;.g-S; ~"l(D - ~~S I &:-':J -coL ~:l.. ~&- '-\ -~-q 6. UBI Number: !) Contractor Registration Number' 7. WA State Industrial Insurance Account Number: 8. WA Slate Employment Secunty Dept Number: 9. State ExCise Tax Reglstratlon Number: Title Printed Name Date -Q.;:rltOi!.YO e"cl Project: ST-07-034 Rev. 2/15/2007 Page 2 ~ "l ~ . . , , P.O. # 010325 DATE: 10/18/07 INVOICE TO. City of Port Angeles ATTN ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO: PENINSULA CONCRETE CUTTING INC PO BOX 1136 SEQUIM, WA 98382-1136 SHIP TO: C~ty of Port Angeles BUILDING A 1703 S 'B' ST PORT ANGELES, WA 98363 VENDOR # REQUISITIONED BY F.O B. 16263 CRAIG FRIED REQ NO. SHIP VIA: TERMS 10033 NET EXTENDED QUANTI TYUOM ITEM NO. AND DESCRIPTION UNIT CO COST 1.00EA DRILL STANCHIONS FOR 1200 00 1200.00 FENCE REPAIR ON RACE STREET SUB-TOTAL 1200 00 TAX 8 4 100.80 TOTAL 1300.80 REMARKS: ST-07-034 CONTRACT NUMBER AUTHORIZED ~:'~)- ,~ .... ><: , f ,,'.. , 'V ; J I /" BY J ,ljU ,__ I ---, ~". ~