Loading...
HomeMy WebLinkAbout4.623G Original Contract . CIty of Port Angeles Pubhc Works & Ul1hl1es Dept Operations Office 1703 South B Street Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 . LIMITED PUBLIC WORKS PROCESS o Request for Quotation i:8J Contract Contract Title: Screenma of Sweeoma Matenal at Decant FacIlity. Project Number ST-07-041 THIS CONTRACT IS entered mto the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Bob's Screenlna Service ("CONTRACTOR") 1. WORK BY CONTRACTOR The Contractor shall perform the work as deScribed m Attachment "A" (Attachment "A" may mclude 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 herem. 2. TERM OF CONTRACT All work under thiS Contract IS to be completed as Indicated (check one): o All work under thiS Contract IS to be completed by thiS date: _ i:8J All work under thiS Contract IS to be completed J days from the Notice to Proceed No work IS to be performed pnor to wntten Notice to Proceed by the City. o The performance penod under thiS Contract commences _ calendar days after contract award and ends _ calendar days after contract award. 3. PAYMENT A The City shall pay the Contractor for the work performed under thiS contract (check one): o Time and matenal, not to exceed: $_ o Time and actual expenses mcurred, not to exceed: $ o Unit pnces set forth m the Contractor's bid or quote, not to exceed $_ i:8J Firm Fixed Pnce set forth In Contractor bid or quote In the amount of $1.951 20 The Contractor shall do all work and furnish all tools, matenals, and equipment, m accordance with and as descnbed m 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 constructmg 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 mamtam time and expense records, which may be requested by the City The contractor shall submit mVOIces to the City for payment for work performed. All mvolces must reference the City's contract number. InVOices shall be m a format acceptable to the City C. The City shall pay all InvOices from the Contractor by mailing a City warrant wlthm 30 days of receipt of a properly completed mVOlce. D. All records and accounts pertalnmg to thiS Contract are to be kept available for mspectlons by representatives of the City for a penod of three (3) years after final payment. Copies shall be made available to the City upon request. Project ST-07-041 Page 1 Rev 2/16/2007 :J E. If durmg the course of the con_, the work rendered does not meet the r!lrements set forth m 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, ordmances and codes. Contractor shall erect and properly mamtam, 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 warnmg agamst known or unusual hazards. B. Correction of Defects Contractor shall be responsible for correcting all defects m workmanship and/or matenals discovered wlthm one year after acceptance of thiS work When corrections of defects are made, Contractor shall be responsible for correctmg 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 wlthm 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 mcludmg consequential damages suffered by the City resultmg from defects m the Contractors work mcludmg, but not limited to, cost of matenals and labor expended by the City m makmg 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 agamst 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 Nondlscnmmatlon/Affirmatlve Action. Contractor agrees not to dlscnmmate agamst any employee or applicant for employment or any other persons m the performance of thiS Contract because of race, creed, color, national ongm, mantal status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordmance, except for a bona fide occupational qualification Contractor agrees to post m conspIcuous places, available to employees and applicants for employment, notices to be proVided by Contractor settmg forth the provIsions of the nondlscnmmatlon clause E. Employment Any and all employees of the Contractor, while engaged m 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 herem, 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, termmatlon or suspension of the Contract by the City, m whole or In part, and may result m meliglbllity for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall term mate upon satisfactory completion of the work descnbed m Attachment "A" and final payment by the City. Project ST-07-041 Page 2 Rev 2116/2007 l B ~he City may termmate the c!act and take possession of the premises' 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 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. S. 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 determmes that sufficient operatmg 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 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 dlscontmuance of employment, such excess shall be paid by the City to the Contractor If the City's expense and damages exceed the unpaid balance, Contractor and hiS surety shall be 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 agamst the City for damages, expenses, costs or extras arlsmg out of the performance of thiS Contract must be made m wrltmg 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 mcludes notice of additional claim and fully deSCribes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responSibility for the City under thiS Contract and shall oversee and approve all work to be performed, coord mate commUniCations, and review and approve all InVOices, under thiS Contract. Project ST-07-041 Page 3 Rev 2/16/2007 10. HOLD HARMLESS A The Contractor shall protect, defend, mdemnlfy and save harmless the CIty, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, ansmg out of or m any way resultmg from the negligent acts or omiSSions of the Contractor. The Contractor agrees that Its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents For this purpose, the Contractor, by mutual negotiation, hereby waives, as respects the CIty only, any Immunity that would otherwise be available agamst such claims under the mdustnal msurance provIsion of Title 51 RON. In the event the CIty obtams any judgment or award, and/or mcurs any cost ansmg therefrom mcludmg attorneys' fees to enforce the provIsions of this article, all such fees, expenses, and costs shall be recoverable form the Contractor . . < B. The CIty shall protect, defend, mdemnlfy 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 Immunity that would otherwise be available agamst such claims under the mdustnallnsurance provIsion of Title 51 RON In the event the Contractor obtains any judgment or award, and/or Incurs any cost ansmg therefrom mcludmg 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 msurance as set forth m Attachment B 12. PREVAILING WAGE This Contract IS subject to the requirements of Chapter 39.12 RON, and as It may be amended, relatmg to prevailing wages On Public Works projects, funded m 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 Washmgton. The schedule of prevailing 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 obtain and file the "Statement of Intent to pay Prevailing Wage" The Contractor shall be responsible for all filmg 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 combined 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 m Interest, 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 Involved m the dispute. 13. INTERPRETATION AND VENUE This Contract shall be Interpreted and construed m accordance With the laws of the State of Washmgton. The venue of any litigation between the parties regardmg this Contract shall be Clallam County, Washington Project ST -07 -041 Page 4 Rev 2/16/2007 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 contammg 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. . . 15. INSPECTION AND REJECTION All goods, services, work, or matenals purchased herem are subject mspectlon and to approval by the City. Any rejection of goods, services, work, or matenals resultmg because of nonconformity to the terms and speCifications of thiS order, whether held by the City or returned, Will be at Contractor's nsk and expense 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, duties or Interest accrumg from thiS Contract Without the express pnor wntten consent of the other 17. INDEPENDENT CONTRACTOR The Contractor IS and shall be at all times dunng 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 mtegrated Contract between the parties hereto and supersedes all pnor negotiations, representatIOns, or agreements, either wntten or oral. ThiS contract may be amended, modified or added to only by wntten 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 pnor negotiations, representations, or agreements, either wntten or oral. ThiS contract may be amended, modified or added to only by wntten Instrument properly signed by both parties hereto. IN WITNESS WHEREOF, the parties have executed thiS Contract as of /1/5 ( CITY OF PORT ANGELES ,2007. CONTRACTOR By' By: Pnnted Name lv"1. Pnnted Name: Title: U Title' C)u)JZ f/f Address 'lob S, Ct7.r!ar- Sf, City. ~ ,f I!/lJ~je.> Tax ID #: 0 0 ~ Pit! <j S- '? /5' J'l-G()-199! Phone Number' 56 () - I{{..() - ;S S- > '2.. Purchase Order #:~ 0 L.L! ~ Project ST-07-041 Page 5 Rev 2/16/2007 IJ . . , . , City of Port Angeles Operations Office PublIc Works and Utilities Department 360-417-4541 ATTACHMENT "A" WORK BY CONTRACTOR The contractor shall do all work and furnIsh all tools, matenals, and eqUipment In order to accomplish the project descnbed 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 from public 2) Contractor will screen the eXisting pile to remove debns matenallarger than 5/8", Final screened matenal shall be placed In the empty stall (labeled "Screened Matenal) that IS Immediately east of the eXisting pile The debns from the screening process Will be put In 300-gallon refuse containers prOVided by the City. The City Will be responsible for the contents of the 300 gallon containers after the Contractor's operation IS complete. 3 ) The matenalln the pile In the two stalls shown In the picture below IS the result of street sweeping of mUnicipal streets and nght-of-ways. City makes no other representation of contents of pile. The pile Will Increase by approximately 30 cubiC yards from the time of the site VISit listed below to the time the pile IS to be screened. 4) For purposes of the contract, a pre-bid site VISit IS scheduled for Fnday, November 2, 2007 at 10:00 AM Contractors Will meet at the Corp yard located at 1703 South B Street, Port Angeles, Washington The pile IS to be screened on Thursday, November 8,2007, plus or minus a day 5) Contractor's pOint of contact for the work IS Enc Wheatley, who can be reached at 360-417-4825 6) Sweeping Pile IS located at the Decant FaCility at the Regional Transfer Station (3501 West 18th Project ST-07-041 Page 6 Rev 2116/2007 l . . Subcontractor Responsibility: 1.) The Contractor shall Include the language of this section In each of Its first tier subcontracts, and shall require each of Its subcontractors to Include substantially the same language of this section In each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. 2) At the time of subcontract execution, the Contractor shall venfy that each of Its first tier subcontractors meets the follOWing bidder responsibility cntena: - At the time of subcontract bid submittal, have a certificate of registration In compliance with chapter 18 27 RCW, Have a current state Unified business Identifier number, If applicable, have . Industnallnsurance coverage for the subcontractor's employees working In Washington as required In TItle 51 RCW, . An employment secunty department number as reqUired In Tile 50 RCW, and . A state excise tax registration number as reqUired In Tile 82 RCW, . An electncal contractor license, If required by Chapter 1928 RCW, . An elevator contract license, If required by Chapter 70 87 RCW - Not be disqualified from bidding on any public works contract under RCW 3906010 or 39 12 065(3) Project ST-07-041 Page 7 Rev 2/16/2007 . . , " City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and mamtaln for the duration of the Contract, Insurance against claims for mJunes to persons or damage to property which may anse from or m connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to mamtam the Insurance as required shall constitute a matenal breach of contract upon which the City may, after glvmg five working days notice to the Contractor to correct the breach, Immediately term mate the Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums m 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. Mmlmum Scope of Insurance The Contractor shall obtain msurance of the types descnbed below: a Automobile lIabllltv msurance covermg 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 provldmg eqUivalent liability coverage If necessary, the policy shall be endorsed to prOVide contractual liability coverage b. Commercial General Llabllltv msurance shall be wntten on ISO occurrence form CG 00 01 and shall cover liability ansmg from premises, operations, stop gap liability, Independent contractors, products- completed operations, personal mJury and advertlsmg InJUry, and liability assumed under an msured contract. The Commercial General liability msurance 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 msurance 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 msurance policy With respect to the work performed for the City usmg 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 Washmgton. 2. Mmlmum Amounts of Insurance The Contractor shall mamtam the followmg msurance limits. a Automobile lIabllltv msurance With a minimum combmed smgle limit for bodily mJury and property damage of $1,000,000 per accident. b. Commercial Generalllabllltv msurance 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-07-041 Page 8 Rev 2/16/2007 , . . . 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 pnmary 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 contnbute with It. b. The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days pnor wntten notice by certIfied mali, return receipt requested, has been given to the City. 4. Acceptability of Insurers Insurance IS to be placed with Insurers with a current A M. Best rating of not less than A VI 5. Venficatlon of Coverage The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements, including but not necessanly limited to the additional Insured endorsement, eVidencing the Automobile Liability and Commercial General Liability Insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk Insurance policy that Includes all applicable conditions, exclusions, defimtlons, terms and endorsements related to this proJect. 6. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7. Waiver of Subrogation The Contractor and the City waive all nghts against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by BUilders Risk Insurance or other property insurance obtain pursuant to the Insurance ReqUirements Section of this Contract or other property Insurance applicable to the work The policies shall provide such waivers by endorsement or otherwise. Project ST -07 -041 Page 9 Rev 2116/2007 . . , . . " City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT "C" PREVAIUNG WAGE RATES See attached hstmg 1 Washmgton State Prevalhng Wage Rates For Pubhc Works Contracts, Clallam County, effectIve 08-31-07 2 Washmgton State Prevatlmg Wage Rates For Pubhc Works Contracts - ApprentIces, Clallam County, effectIve 08-31-07 Project ST-07-041 Page 10 Rev 2/16/2007 . . 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 offnnge benefits On public works proJects, workers' wage and benefit rates must add to not less than thIs total A bnef 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 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 5D 1M 50 1M 50 1M 5D 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 5D 8L 1T 50 8L 1T 50 8L 1E 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 OECKHAND ENGINEER/DECKHAND MATE. LAUNCH OPERATOR $55 05 $58 86 $5316 $5715 $27 32 $51 25 $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 10 5A 10 5A 10 5A 10 5A 1D 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 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. wmdow 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 $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 $3101 $36 24 $36 24 $36 24 $36 75 $36 24 $36 24 (See Benefit Code Key) Over Time Code Holiday Code 10 5A lH 5D lH 5D lH 5D lH 5D lH 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D Note Code . CLALLAM COUNTY Effective 08-31-07 . ********************************************************************************************************** ClaSSification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUDMAN MATERIAL YARDMAN MINER NOZZLEMAN, CONCRETE PUMP GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN RODDER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20") SLOPER SPRAYMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAILER TRACK LABORER TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR VINYL SEAMER WELDER WELL-POINT LABORER Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $36 24 1H 50 $37 20 1H 50 $36 75 1H 50 $36 24 1H 50 $37 20 1H 50 $36 75 1H 50 $36 75 1H 50 $36 75 1H 50 $36 75 1H 50 $36 24 1H 50 $37 20 1H 50 $36 75 1H 50 $36 75 1H 50 $3101 1H 50 $36 75 1H 50 $36 75 1H 50 $36 75 1H 50 $37 20 1H 50 $36 75 1H 50 $36 24 1H 50 $37 20 1H 50 $36 24 1H 50 $36 75 1H 50 $36 75 1H 50 $37 20 1H 50 $36 24 1H 50 $36 75 1H 50 $36 24 1H 50 $36 24 1H 50 $36 24 1H 50 $36 75 1H 50 $36 24 1H 50 $36 75 1H 50 $36 75 1H 50 $36 24 1H 50 $36 24 1H 50 $36 75 1H 50 $36 75 1H 50 $36 24 1H 50 $36 24 1H 50 $36 24 1H 50 $36 75 1H 50 $36 24 1H 50 $36 75 1H 50 $36 24 1H 50 $36 75 1H 50 $36 24 1H 50 $36 24 1H 50 $36 75 1H 50 . . 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 5D PIPE LAYER $36 75 lH 5D 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 5D METAL FABRICATION (IN SHOP) FITTERIWELDER $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 & PIPE FITTERS JOURNEY LEVEL $56 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $4214 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $4541 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 5D 8L BACKHOES, (75 HP & UNDER) $44 50 1T 5D 8L BACKHOES, (OVER 75 HP) $44 92 1T 5D 8L BARRIER MACHINE (ZIPPER) $44 92 1T 5D 8L BATCH PLANT OPERA TOR, CONCRETE $44 92 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $44 50 1T 5D 8L BOBCAT (SKID STEER) $4214 1T 5D 8L BROOMS $4214 1T 5D 8L BUMP CUTTER $44 92 1T 5D 8L CABLEWA YS $4541 1T 5D 8L CHIPPER $44 92 1T 5D 8L COMPRESSORS $4214 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $4214 1T 5D 8L CONCRETE PUMPS $44 50 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 5D 8L CONVEYORS $44 50 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 5D 8L WITH ATTACHMENTS) CRANES 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $44 50 1T 5D 8L 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 50 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $44 92 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $4541 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 50 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 50 8L CRUSHERS $44 92 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 50 8L DERRICK, BUILDING $4541 1T 50 8L DOZERS, 0-9 & UNDER $44 50 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 50 8L DRILLING MACHINE $44 92 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $4214 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $4214 1T 50 8L GRADE ENGINEER $44 50 1T 50 8L GRAOECHECKER AND STAKEMAN $4214 1T 50 8L GUARDRAIL PUNCH $44 92 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 50 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $44 50 1T 50 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $44 92 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $4214 1T 50 8L HYORALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 50 8L LOADERS, OVERHEAD (6 YO UP TO 8 YO) $4541 1T 50 8L LOADERS, OVERHEAD (8 VD & OVER) $45 96 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44 92 1T 50 8L LOCOMOTIVES, ALL $44 92 1T 50 8L MECHANICS ALL $4541 1T 50 8L MIXERS, ASP HAL T PLANT $44 92 1T 50 8L MOTOR PATROL GRADER (FINISHING) $44 92 1T 50 8L MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 50 8L OPERATOR PAVEMENT BREAKER $4214 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 50 8L PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $4214 1T 50 8L POWER PLANT $4214 1T 50 8L PUMPS, WATER $4214 1T 50 8L QUAD 9, 0-10, AND HD-41 $4541 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4541 1T 50 8L EQUIP RIGGER AND BELLMAN $4214 1T 50 8L ROLLAGON $4541 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 50 8L ROTO-MILL, ROTO-GRINOER $44 92 1T 50 8L SAWS, CONCRETE $44 50 1T 50 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 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 Holiday Note WAGE Code 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 5D 8L $44 92 1T 50 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D BL $44 92 1T 50 8L $4541 1T 5D 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 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 5A 5A 5A 5A 5A $27 6B $43 75 1M 5A $17 85 $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 LlNEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LlNEPERSONIINSTALLER 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 $3115 $30 66 $1719 $2941 $28 53 $30 66 $30 05 $30 66 $28 53 $1631 $2168 $35 78 $2319 $28 53 Page 8 (See Benefit Code Key) Over TIme Code HolIday Code 18 5A 1E 6L 1 1R 5A 1E 6L 1H 6W 1S 5J 1 1 1 1 1B 5A 1B 50 1D 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 28 5A 28 SA 28 SA 28 SA 28 SA Note Code . CLALLAM COUNTY Effective 08-31-07 . ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING TIme Hohday Note ClaSSification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $4196 18 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) $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 OILER $945 WELL DRILLER $1160 Page 9 Stage of Progression && Hour Range ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 7500% 4 3001-4000 HOURS 90 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 7000% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 90 00% BOILERMAKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 70 00% 2 1001-2000 HOURS 75 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 85 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% BRICK AND MARBLE MASONS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-0750-HOURS 50 00% 2 0751-2250 HOURS 55 00% 3 2251-3000 HOURS 6000% 4 3001-3750 HOURS 70 00% 5 3751-4500 HOURS 80 00% 6 4501-5250 HOURS 90 00% 7 5251-6000 HOURS 95 00% CARPENTERS CARPENTER o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 65 00% 3 2001.3000 HOURS 70 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 85 00% 7 6001-7000 HOURS 90 00% 8 7001-8000 HOURS 95 00% DRYWALL APPLlCA TOR o 0000-0000 HOURS 0 00% 1 0000-0700 HOURS 50 00% . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing OvertIme Holiday Note Code Code Wage Code $793 1M 50 $1932 1M 50 $2212 1M 50 $2851 1M 50 $3315 1M 50 $25 02 1M 50 $27 83 1M 50 $30 63 1M 50 $33 44 1M 50 $793 1C 5N $38 86 1C 5N $40 30 1C 5N $4173 1C 5N ," $43 17 1C 5N $44 60 1C 5N $46 04 1C 5N $793 1M 5A $2549 1M 5A $27 05 1M 5A $2862 1M 5A $3174 1M 5A $34 87 1M 5A $37 99 1M 5A $3956 1M 5A $793 1M 50 $26 68 1M 50 $32 38 1M 50 $34 00 1M 50 $35 63 1M 50 $3725 1M 50 $38 88 1M 50 $4050 1M 50 $4213 1M 50 $793 1M 50 $2346 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 000% 1 1st Penod 60 00% 2 2nd Period 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%. PILEORIVERS. DRIVING. PULLING. PLA CING COLLARS AND WELDING 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% BRIDGE. DOCK AND WARF CARPENTERS o oooo-oaao HOURS 0 00% 1 1 sf Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Period 80 00% 66th Peflod 85 00% 77th Penod 90 00% 88th Penod 95 00% CEMENT MASONS Page 2 PrevaIling Overllme Holiday Code Wage Code $30 78 1M SO $33 38 1M SO $35 98 1M SO $38 59 1M SO $41 19 1M so $793 1M SO $23 52 1M SO $30 85 1M SO $33 46 1M 50 $36 07 1M SO $38 69 1M SO $4130 1M SO $793 1M SO $27 28 1M SO $33 03 1M SO $34 70 1M SO $36 38 1M SO $38 05 1M SO $39 73 1M SO $4140 1M SO $43 08 1M SO $793 1M SO $26 80 1M SO - $3251 1M SO $3414 1M so $35 78 1M SO $3741 1M SO $39 05 1M 50 $40 68 1M 50 $42 32 1M 50 $793 1M 50 $26 68 1M So $32 38 1M SO $34 00 1M SO $35 63 1M So $37 25 1M so $38 88 1M SO $40 So 1M SO $4213 1M SO Note Code . Stage of ProgressIon && Hour Range JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% DRYWALL TAPERS JOURNEY LEVa o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 55 00% 3 2001-3000 HOURS 65 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 85 00% 6 5001-6000 HOURS 90 00% ELECTRICIANS - INSIDE JOURNEY LEva o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 40 00% 2 1001-2000 HOURS 50 00% 3 2001-3500 HOURS 55 00% 4 3501-5000 HOURS 65 00% 5 5001-6500 HOURS 75 00% 6 6501-8000 HOURS 85 00% ELECTRICIANS - POWERLfNE CONSTRUCTION JOURNEY LEva LlNEPERSON o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 60 00% 21001-2000HOURS6300% 3 2001-3000 HOURS 67 00% 4 3001-4000 HOURS 72 00% 5 4001-5000 HOURS 78 00% 6 5001-6000 HOURS 8600% 7 6001-7000 HOURS 90 00% POLE SPRA YER o 0000-0000 HOURS 0 DO% 1 0000-1000 HOURS 85 70% 2 1001-2000 HOURS a9 80% 3 2001-3000 HOURS 92 80% ELEVA TOR CONSTRUCTORS MECHANIC o 0000-0000 HOURS 0 00% .' '?'1;t ~ r' PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 PrevaIling OvertIme Holiday Code Wage Code $793 1M 5D $1402 1M 5D $1682 1M 5D $1963 1M 5D $22 43 1M 5D $25 24 1M 5D $26 64 1M 5D $793 lE 5P $2829 lE 5P $29 82 lE 5P $32 88 lE 5P $35 94 lE 5P $39 00 lE 5P $40 53 lE 5P : $793 lD SA $22 49 lD SA $26 30 lD SA $3146 lD SA $35 85 lD SA $4026 lD SA $44 65 - lD SA $793 4A SA $32 03 4A SA $3320 4A SA $34 76 4A SA $3671 4A SA $39 05 4A SA $42 17 4A SA $43 73 4A SA $793 4A SA $42 06 4A SA $43 66 4A SA $44 83 4A SA $793 4A 60 Page 3 Y "'.' ~ {i~ '4t"'{~f\'~ Jt"41-1~Jll<~ , )<-. "T~" '~j !,,,~' " \~ , , Note Code . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevallmg Overtime Holiday Nole Slage of Progression && Hour Range Code Code Wage Code 1 0000-1000 HOURS 50 00% $2069 4A 6Q 2 1001-1700 HOURS 55 00% $37 36 4A 6Q 3 1701-3400 HOURS 65 00% $4176 4A 6Q 4 3401-5100 HOURS 70 00% $44 55 4A 6Q 5 5101-6800 HOURS 80 DO% $48 97 4A 6Q ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL a 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 TlON TECHNICIANS TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 10 5A 1 00DO-080a HOURS 60 00% $2037 10 5A 2 0801-1500 HOURS 65 00% $2171 10 SA 3 1601-2400 HOURS 70 00% $23 06 10 5A 4 2401-3200 HOURS 75 00% $2441 10 5A 5 3201-4000 HOURS 80 00% $2576 10 SA 6 4001-4800 HOURS 85 00% $2711 10 5A FLAGGERS JOURNEY LEva o 0000-0000 HOURS a 00% $793 1M 50 GLAZIERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1H 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 1H 5G 4 3001.4000 HOURS 60 00% $28 26 1H 5G 5 4001-5000 HOURS 65 00% $3019 1H 5G 6 5001-6000 HOURS 70 00% $3213 1H 5G 7 6001-7000 HOURS 80 00% $3601 1H 5G 8 7001-8000 HOURS 90 00% $39 88 1H 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC o 0000-0000 HOURS 0 00% $793 1S 5J 1 0000-1000 HOURS 40 00% $25 32 1S 5J 2 1001-2000 HOURS 45 00% $27 06 1S 5J Page 4 . Stage of ProgressIon && Hour Range 3 2001-3000 HOURS 50 00% 4 3001-4000 HOURS 55 00% 5 4001-6000 HOURS 65 00% 6 6001-8000 HOURS 75 00% 7 8001.10000 HOURS 8500% HOD CARRIERS & MASON TENDERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 90 00% INSULA nON APPLlCA TORS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 90 00% IRONWORKERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-0750 HOURS 65 00% 2 0751-1500 HOU~S 70 00"10 3 1501-2250 HOURS 75 00% 4 2251-3000 HOURS 80 00% 5 3001-3750 HOURS 90 00% 6 3751-4500 HOURS 90 00% 7 4501-5250 HOURS 95 00% 8 5251-6000 HOURS 95 00% LABORERS GENERAL LABORER o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 90 00% LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 9000% . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holiday Note Code Code Wage Code $28 79 lS 5J $30 52 lS 5J $33 99 lS 5J $3746 1S 5J $4093 1S 5J $793 1M 50 $25 02 1M 50 $27 83 1M 50 $3063 1M 50 $3344 1M 50 $793 1 $1025 1 $1230 1 $1538 1 $1845 1 $793 10 5A $28 08 10 5A $29 70 10- 5A $3982 _ 10 5A $4144 10 5A $44 68 10 5A $44 68 10 5A $46 30 10 5A $46 30 10 5A $793 1M 50 $25 02 1M 50 $27 83 1M 50 $30 63 1M 50 $3344 1M 50 $793 1M 50 $25 02 1M 50 $2783 1M 50 $30 63 1M 50 $33 44 1M 50 Page 5 . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevallmg Overtime Holiday Note Stage of ProgressIon && Hour Range Code Code Wage Code LA THERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1M 50 1 0000-0700 HOURS 50 00% $2346 1M 50 2 0701-1400 HOURS 60 00% $3078 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 SA 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 4001-4600 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 4-5 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% $23 25 1 13 6001-6500 HOURS 95 00% $24 54 1 14 6501-7000 HOURS 95 00% $24 54 1 PLUMBERS & PIPEFlTTERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% $793 1G 5A 1 0000-2000 HOURS 50 00% $3053 1G 5A 2 2001-4000 HOURS 62 50% $4152 1G 5A 3 4001-6000 HOURS 70 00% $44 49 1G 5A 4 6001-8000 HOURS 75 00% $4647 1G 5A 5 8001-10000 HOURS 85 00% $50 43 1G 5A POWER EQUIPMENT OPERA TORS Page 6 . Slage of Progression && Hour Range . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing OvertIme Holiday Code Nole Code Wage Code $793 1M 50 8L $33 39 1M 50 8L $34 98 1M 50 8L $36 56 1M 50 8L $3815 1M 50 8L $4133 1M 50 8L $4291 1M 50 8L $793 $33 39 $34 98 $36 56 $3815 $4133 $4291 $793 4A 5A $25 17 4A 5A $26 34 4A 5A $27 52 4A 5A $28 70 4A 5A- $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 BACKHOES. 175 HP & UNDER) o 0000-0000 HOURS 000% 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 ISEE POWER EQUIPMENT OPERA TORS) 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 TION & 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 1 st Period 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% a 8th Penod 95 00% RESIDENTIAL ELECTRICIANS Page 7 . . 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 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% $1095 1 4 4001.6000 HOURS as 00% $1241 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL IFIELD OR SHOP) o 0000-0000 HOURS 000% $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 2"701-3600 HOURS 70 00% $2019 1E 6L 5 3601-4500 HOURS 75 00% $2135 1E 6L 6 4501-5400 HOURS 80 00% $22 26 1E 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 8100% $1666 1 5 3271-4080 HOURS 88 00% $18 DB 1 6 4081-4899 HOURS 95 00% $1950 1 SHEET METAL WORKERS JOURNEY LEVEL IFIELO 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 1E 6L 3 3001-4000 HOURS 55 00% $33 53 1E 6L 4 4001-5000 HOURS 60 00% $35 46 1E 6L 5 5001-6000 HOURS 65 00% $37 40 1E 6L 6 6001-7000 HOURS 70 00% $3931 1E 6L 7 7001-8000 HOURS 75 00% $4124 1E 6L Page 8 , . . Stage of ProgressIon && Hour Range 8 8001-9000 HOURS 80 00% 9 9001-10000 HOURS 85 00% SHIPBUILDING & SHIP REPAIR MACHINIST o 0000-0000 HOURS 0 00% SHIPFITTER o 0000-0000 HOURS 0 00% WELDER/BURNER o 0000-0000 HOURS 0 00% SOFT FLOOR LA YERS JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 OD% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 85 00% 7 6001-7000 HOURS 90 00% 8 7001-8000 HOURS 95 00% SPRINKLER FITTERS {FIRE PROTECTIONl JOURNEY LEVEL o 0000-0000 HOURS 0 00% 1 0000-1000 HOURS <t5 00% 2 1001.2000 HOURS 50 00% 3 2001-3000 HOURS 55 00% 4 3001-4000 HOURS 60 00% 1 0000-1000 HOURS 40 00% 2 1001-2000 HOURS 45 00% 3 2001-3000 HOURS 50 00% 4 3001-4000 HOURS 55 00% 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 7500% 4 3001~4000 HOURS 80 00% 5 4001-5000 HOURS 85 00% 6 5001-6000 HOURS 90 00% 1 0000-1000 HOURS 60 000/0 2 1001-2000 HOURS 6500% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 85 00% TILE, MARBLE & TERRAZZO FINISHERS . PREVAILING WAGE RATES FOR ClAllAM COUNTY APPRENTICES EFFECTIVE DATE 8/31/2007 Prevailing Overtime Holrday Note Code Code Wage Code $4316 lE 6L $45 09 lE 6L $793 $7 93 $793 $793 18 5A $20 85 18 5A $23 89 18 5A $26 94 18 5A $28 46 18 5A $29 98 18 5A $3151 18 5A $33 03 18 5A $34 56 18 5A $793 1 $885 -1 $984 1 $1082 1 $1180 1 $793 1 $885 1 $984 1 $1082 1 $1279 1 $1377 1 $1475 1 $1574 1 $1672 1 $1770 1 $1180 1 $1279 1 $1377 1 $1475 1 $1574 1 $1672 1 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 Prevallmg Overtime Holiday Note Code Code Wage Code $793 1B SA $24 35 1B SA $25 82 1B SA $27 27 1B SA $30 22 1B SA $793 1B SA $25 00 1B SA $26 53 1B SA $28 06 1B SA $31 12 1B SA $3419 1B SA $3725 1B SA $38 78 1B SA $793 1K SA $1523 1K SA $20 55 1K SA $24 05 1K SA $28 06 1K SA - $32 69 1K SA - $793 1 $1416 1 $1618 1 $1821 1 Page 10 " . .. . . QUOTATION FORM Screenlno of Sweeolno Matenal at Decant Facility ST-07-041 The bidder hereby bids the following amounts for all work (Including labor. eqUipment, time and matenals) required to perform the work In the Statement of Work and this package 1 Lump Sum $ J 8()(). 00 IS'I. Jo 2 Sales Tax (8 4%) $ 3 Total Bid $1 'j !'t, . 20 4 The bidder hereby acknowledges that It has received Addenda No(s) ----1Y,/1i (Enter "N/A" If none were Issued) to this Request for Quotation package 5 The name of the bidder submitting this bid and ItS bUSiness phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below Any wrrtten notices required by the terms of an awarded contract shall be served or mailed to the following address Contractor Information: 1. Company Name. /Sob's S C re~1'\ I n~ Se('t); ce... 2. Address: )0 (,.s C.CC{tll- S; L 3 City, State, Zip Code: Po r ~ f-Jn'j <' I "- ~ J M tiS II. Cjg3t;,J. 4. Phone Number C36()) 11)2.- 7,:>' 1/ - (:$(,0) </60 > 3~-'71 5. Contractor Registration Number: 8DBS,\SS C; l.f,') D W 6. UBI Number' b (J,2 19 '/ l.f S '7 I J.. 7. WA State Industrral Insurance Account Number: n/tA 8 WA State Employment Secunty Dept Number rVo\ 9. State EXCise Tax Registration Number' 602 Iq 1./ 4,:>'7 The bidder represents that It IS qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth In thiS Contract Signed by &~-tJd- lj. ~j Title Diu ne. r PnntedName Robert- b. E:jCj~nf'!/f)Y1 Date 11/1/67 Project 8T-07-041 Page 2 Rev 2/15/2007 " , ; . . P.O. #: 010412 DATE: 11/05/07 INVOICE TO: City of Port Angeles ATTN' ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO' BOB'S SCREENING SERVICE 706 S CEDAR ST PORT ANGELES, WA 98362 SHIP TO: Clty of Port Angeles LANDFILL 3501 W 18TH ST PORT ANGELES, WA 98363 VENDOR # 27372 REQ. NO. 10141 REQUISITIONED BY CRAIG FRIED SHIP VIA: F O.B. TERMS NET QUANTITYUOM ITEM NO. AND DESCRIPTION 1.00EA ST-07-041 SCREEN SWEEPING MAT'L AT DECANT FACILITY EXTENDED UNIT CO COST 1800.00 1800.00 SUB-TOTAL TAX 8 . 4 TOTAL 1800.00 151.20 1951 20 AUTHORIZED /' ~.:-,- ,,' ) /' r ..~~;,:~ . I BY ( .,' ""- ,.-,,-,/ - -.-_:l ~P0K~lNG'AdENl