Loading...
HomeMy WebLinkAbout4.625F Original Contract ., City of Port Angeles Pubhc Works & Utilities Oept OperatIOns Office 1703 South B Streel Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 LIMITED PUBLIC WORKS PROCESS D Request for Quotation [8J Contract Contract Title Food Bank Trees Removal Project Number PK-09-017 THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Blue Mountain Tree Service 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. _ [8J All work under this Contract IS to be completed 15 days from the Notice to Proceed No work IS to be performed pnor to wntten Notice to Proceed by the City D The performance penod under thiS Contract commences _ calendar days after contract award and ends _ calendar days after contract award. 3. PAYMENT A The City shall pay the Contractor for the work performed under thiS contract (check one) D Time and matenal, not to exceed $_ D Time and actual expenses Incurred, not to exceed $_ D Unit pnces set forth In the Contractor's bid or quote, not to exceed $_ [8J Firm Fixed Pnce set forth In Contractor bid or quote In the amount of $ 22.709 80 The Contractor shall do all work and furnish all tools, matenals, 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 compleling the work provided for In thiS contract and every part thereof, except as are mentioned In the speCifications to be furnished by the City of Port Angeles B. The Contractor shall maintain time and expense records, which may be requested by the City The contractor shall submit inVOiCeS to the City for payment for work performed All inVOices must reference the City's contract number. InVOices shall be In a format acceptable to the City. C The City shall pay all inVOices from the Contractor by mailing a City warrant Within 30 days of receipt of a properly completed InVOice D All records and accounts pertaining to thiS Contract are to be kept available for Inspections by representatives of the City for a penod of three (3) years after final payment. Copies shall be made available to the City upon request PrOject PK-09-017 Page 1 Rev 08/12/2008 . . E If dunng the course of the Contract, the work rendered does not meet the requirements set forth In the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract The CIty shall have the nght to withhold payment for such work until It meets the requirements of the Contract Documents. 4. RESPONSIBIUTY OF CONTRACTOR A Safety Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provIsions of federal, state and local regulations, ordinances and codes Contractor shall erect and properly maintain, at all timeS, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards B. Correction of Defects Contractor shall be responsible for correcting all defects In workmanship and/or matenals discovered within one year after acceptance of thiS work. When corrections of defects are made, Contractor shall be responsible for correcting all defects In workmanship and/or matenals In the corrected work for one year after acceptance of the corrections by the CIty The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by CIty and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the CIty, In which case the cost shall be borne by the Contractor In the event the Contractor does not accomplish corrections at the time specified, the work Will be otherwise accomplished and the cost of same shall be paid by the Contractor C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages Including consequential damages suffered by the CIty resulting from defects In the Contractors work including, but not limited to, cost of matenals and labor expended by the CIty In making emergency repairs and cost of engineering, inspection and SUpervision by the CIty. The Contractor shall hold the CIty harmless from any and all claims which may be made against the CIty as a result of any defective work and the Contractor shall defend any such claims at Its own expense Where 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. NondiScrimination/Affirmative 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 deScribed In Attachment "A" and final payment by the CIty. B. The City may terminate the Contract and take possession of the premises and all matenals thereon and finish the work by whatever methods It may deem expedient, by giVing 10 days wntten notice to the Project PK-09-017 Page 2 Rev 08/12/2008 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 matenal 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 satlsfactonly 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 nghts 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 matenal 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 matenals given to or prepared or assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to any Individual or organization by the Contractor Without pnor wntten approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras anslng out of the performance of thiS Contract must be made In wntlng 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 nght 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 descnbes such claim 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have pnmary 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, anslng 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 Industnallnsurance provIsion of Title 51 RCW In the event the City 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 Contractor. PrOject PK-09-017 Page 3 Rev 0811212008 B The City shall protect, defend, Indemmfy and save harmless the Contractor, Its officers, employees and agents from any and all costs, claims, Judgments or awards of damages, 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 Immumty that would otherwise be available against such claims under the Industnallnsurance prOVISion of TItle 51 RON. 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 from the City. 11. INSURANCE The Contractor shall maintain Insurance as set forth In Attachment B. 12. PREVAIUNG WAGE ThiS Contract IS subject to the requirements of Chapter 39.12 RON, and as It may be amended, relating to prevailing wages. On Public Works proJects, funded In part or In whole With Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAIliNG RATE OF WAGE as determined by the Industnal Statistician of the Department of Labor and Industnes for the State of Washington. The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though fully set forth herein Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees Each inVOice shall Include a Signed statement that prevailing wages have been paid by the Contractor and all subcontractors. FollOWing the final acceptance of services rendered, Contractor shall submit an "AffidaVit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and In accordance With RON 39.12.040(2), the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevailing Wages & AffidaVit Of Wages directly to the City of Port Angeles at final invoIcing SubmiSSion shall be made on the form developed by the Washington State Department of Labor and 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 Contractor speCifies the brand and model and submits descnptlve literature when available. Any bid contalmng 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 herein are subject to inspection and to approval by the City. Any Project PK-09-017 Page 4 Rev 08/1212008 " rejection of goods, services, work, or matenals resulting 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 accruing 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 Independent contractor and not an employee of the City 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and Integrated Contract between the parties hereto and supersedes all 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. 19. SUBCONTRACTOR RESPONSIBIUTY A The Contractor shalllnciude the language of this section In each of Its first tier subcontracts, and shall require each of Its subcontractors to Inciude 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 B. 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 RON, 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 RON; . An employment secunty department number as required In Tile 50 RON, and . A state excise tax registration number as required In Tile 82 RON; . An electncal contractor license, If required by Chapter 19.28 RON; . An elevator contract license, If required by Chapter 70 87 RON Not be disqualified from bidding on any public works contract under RON 39 06 010 or 39 12 065(3). Project PK-09-017 Page 5 Rev 08112/2008 IN WITNESS WHEREOF, the parties have executed this Contract as of ~ 2009. CONTRACTOR CITY OF PORT A / By. C/fk# ~ Pnnted Name Jeff G-('o.. \ ( Title: 'VC-(' ")) c\ e.vv+ ,10 sq-i VNLf ?J., Address: \> 0 . '?>o)L 3> 3 ?> City. \>0 (.\;- l\Y\cy.-.~,>, v) A- q'g;)Q TaxID #: cl/- I?~ Colo3 ( Phone Number ~(;,O - t-J5;), - 770<,0 Purchase Order # 0 I L\- G:, -, ~ PrOject PK -09-017 Page 6 Rev 08/1212008 '. 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, materials, and equipment In order to accomplish the project described below. Unless otherwise proVided for In the Statement of Work, the Contractor Will be responsible for obtaining and paYing for any and all permits required for this work. General Scope: Removal of Eight Trees at the Food Bank Location: 402 South Valley Street, Port Angeles, Washington Site Point of Contact: Superintendent Corey Delikat at 360-417-4566 Work Hours: Contractor shall work dUring closing hours of the Food Bank. Contractor shall start work after 4:00 PM, Monday through Friday. Contractor shall work all day Saturday and Sunday If needed. Work Requirements: There are eight trees behind the Food Bank that need to be taken down because they pose a threat to the bUilding. Most of the trees are located west of the Food Bank bUilding, except for two that are located directly east of the bUilding. The trees' heavy limbs are leaning toward the bUilding. Trees that are to be Removed: Tree #1: Remove all three (3) Alders In thiS cluster. Tree #2: Top stem of the Maple that IS leaning towards the bUilding needs removed. Tree #3: Remove entire Maple. Tree #4: Remove entire Fir. Tree #5: Remove entire Maple. Tree #6: Remove entire Maple. Tree #7: Remove entire Cedar. Tree #8: Remove entire Cedar. The contractor shall removal all the listed trees above. The contractor shall cut down all the trees and haul them off for lumber. The contractor shall cut surrounding tree sprouts to Illuminate future tree growth. The contractor shall clean all fallen tree debriS and properly disposed of them. Cost of debriS disposal shall be the responsibility of the contractor. Project PK-09-017 Page 7 Rev 08112/2008 , Note 1: The contractor may request from the City to neatly pile selected logs of their chOOSing from the removed trees In an area accessible for pick up by a vehicle. If agreed to by the City, the removal of the trees from the site wIll become the responsibility of the City, provided the City IS able to make sUitable arrangement. Note 2: The trees that need to be removed are marked with orange ribbon and the draWing below depicts the trees that need removal. .1o.j . Woe.,,""r ----- , .....l( I --.. ( ,\'\.- ;y."- '--\.J- ., (~)~--.~ ~- (----..t~- 3 '-....-~J /--- " -- '* f y~ '----..I /.--... ~ ~ (~ ,...--'t-"~ ,; \ ' , J ...---- I 7 r;- '-/ Llc'1.. So- \)c...\\~y 0/ fi' '> llfuor+1-., So Ucd(.e.y S""\ Project PK-09-017 Page 8 Rev 08/12/2008 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 Llabllltv 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 Llabllltv 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' Comoensatlon coverage as required by the Industnal Insurance laws of the State of Washington. 2 Minimum Amounts of Insurance The Contractor shall maintain the follOWing Insurance limits: a Automobile Llabllltv Insurance With a minimum combined Single limit for bodily injury and property damage of $1,000,000 per aCCident. b. Commercial General Llabllltv Insurance shall be 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. 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 Project PK-09-017 Page 9 Rev 0811212008 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 (4S) days pnor written 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 S Venficatlon of Coverage The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional Insured endorsement, eVidencing the Automobile Liability and CommerCial General Liability Insurance of the Contractor before commencement of the work Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk Insurance policy that Includes all applicable conditions, exclUSions, 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 PK-09-017 Page 10 Rev 08/12/2008 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT "C" PREVAILING WAGE RATES See attached listmg Washmgton State PrevaIling Wage Rates For Public Works Contracts, Clallam County, effectIve 03/04/2009 2 Washmgton State PrevaIling Wage Rates For Public Works Contracts - ApprentIces, Clallam County, EffectIve 03/04/2009 Project PK-09-017 Page 11 Rev 08112/2008 .- . . QUOTATION FORM Food Bank Trees Removal PK -09-017 The bidder hereby bIds the following amounts for all work (mcludmg labor, eqUipment, time and matenals) required to perform the work m the Statement of Work and this package 1 Lump Sum $ 0f.) 1"'\50 . C5t, 2 Sales Tax (8 4%) $-"--17 .1]'1 <30 3 Total Sid $ d- 0.) 7(:l1. ?P 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 iJlA-- 5. The name of the bidder submltling this bid and ItS busmess phone number and address, to which address all commUnications concerned With this bid and With the contract shall be sent, are listed below Any wntten nolices required by the terms of an awarded contract shall be served or mailed to the follOWing address Contractor Information' 1. Company Name: b\WL I!'vIDlut\Z:U'y\ IOu ~f\l\LQ. :t:Y\..L. 110 E :Y-'\\ "f\-e.'( 'B!. I 90 l?;,o'{ 3~2:> 2 Address: 3.0ty,State,ZlpCode: "?o{\- ~i'\je\.,t...s \ wA 9~3~ 4 Phone Number 310D - J..V;;).- ,7010 5. Contractor Registration Number. 1':>LUE'fY\\'''j. \ Y-5 r'S 6. UBI Number ~O - &/).,b ~ ~l~ 7 WA State Industrial Insurance Account Number. 5D a) 5'1"3' - [J) 8 WA State Employment Secunty Dept Number CAY:::> btf/ DD 3 9. State ExCise Tax Registration Number: { /JDO .' b d.fo - "61~ The bidder represents that It is qualified and possesses suffiCient skills and the necessary capabilities to perform the services set orth m this Contract \\- ~<< 6-nd\ """1/-a-',!tJi Signed by TItle Pnnted Name Date Project PK-09-0 17 Page 2 Rev 7/31/2008 P.O #: 014676 DATE: 08/25/09 INVOICE TO Clty of Port Angeles ATTN: ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO BLUE MOUNTAIN TREE SERVICE INC PO BOX 333 PORT ANGELES, WA 98362 SHIP TO: Clty of Port Angeles PARKS SHOP 1310 W 16TH ST PORT ANGELES, WA 98363 VENDOR # 2021 REQ. NO. REQUISITIONED BY FOB. SHIP VIA: FREIGHT TERMS NET QUANTITYUOM ITEM NO AND DESCRIPTION 1 OOEA PK-09-017 REMOVAL OF TREES BEHIND FOOD BANK BUILDING. - Parks 1 OOEA PK-09-017 REMOVAL OF TREES BEHIND FOOD BANK BUILDING. - Streets EXTENDED UNIT CO COST 13950.00 13950 00 7000.00 7000 00 SUB-TOTAL TAX 8 . 4 TOTAL 20950.00 1759 80 22709 80 REQ/ACCT DATE REQ. BY PROJECT ---------------------------------------------------------------- 0000014656 08/04/09 LUCY HANLEY 151 00180805764810 0000014656 08/04/09 LUCY HANLEY 75 10272305424810 AUTHORIZED BY TO Blue Mountain Tree Service Inc DATE August 31, 2009 NOTICE TO PROCEED City of Port Angeles (360) 417-4541 PROJECT PK-09-017, Food Bank Trees Removal You are hereby Issued this Notice to Proceed for Contract PK-09-017 You are to complete the work within 15 calendar days ACCEPTANCE OF NOTICE R~IPt of the above NOTICE TO PROCEED IS hereby acknowledged thls~ day of ,2009 , . Signature IJ#' 2~ (/ By Title Please return ORIGINAL to Public Works Operations, Lucy Hanley, POBox 1150, Port Angeles, WA 98362. Fax. 452-4972 Retam a copy for YOUR files PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing OvertIme Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50 00% $20 29 lH 50 2 1001-2000 HOURS 60 00% $23 26 lH 50 3 2001-3000 HOURS 75 00% $29 96 1H 50 4 3001-4000 HOURS 90 00% $34 85 1H 50 1 0000-1000 HOURS 60 00% $26 26 1H 50 2 1001-2000 HOURS 70 00% $29 22 lH 50 3 2001-3000 HOURS 80 00% $3219 lH 50 4 3001-4000 HOURS 90 00% $3515 1H 50 BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70 00% $43 26 lC 5N 2 1001-2000 HOURS 75 00% $44 95 1C 5N 3 2001-3000 HOURS 80 00% $46 63 1C 5N 4 3001-4000 HOURS 85 00% $48 32 1C 5N 5 4001-5000 HOURS 90 00% $50 00 1C 5N 6 5001-6000 HOURS 95 00% $5169 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50 00% $2712 1M 5A 2 0750-2250 HOURS 55 00% $28 78 1M 5A 3 2550-3000 HOURS 60 00% $30 44 1M 5A 4 3000-3750 HOURS 70 00% $33 75 1M 5A 5 3750-4500 HOURS 80 00% $37 07 1M 5A 6 4500-5250 HOURS 90 00% $40 38 1M 5A 7 5250-6000 HOURS 95 00% $42 04 1M 5A CARPENTERS CARPENTER 1 0000-1000 HOURS 60 00% $28 07 1M 50 2 1001-2000 HOURS 65 00% $34 05 1M 50 3 2001-3000 HOURS 70 00% $35 78 1M 50 4 3001-4000 HOURS 75 00% $3751 1M 50 5 4001-5000 HOURS 80 00% $39 24 1M 50 6 5001-6000 HOURS 85 00% $40 97 1M 50 7 6001-7000 HOURS 90 00% $42 70 1M 50 8 7001-8000 HOURS 95 00% $44 43 1M 50 DRYWALL APPLlCA TOR ORYWALL, METAL STUO, ANO CEILING APPLICATORS 1 0000-0700 HOURS 50 00% $24 75 1M 50 2 0701-1400 HOURS 60 00% $32 48 1M 50 3 1401-2100 HOURS 68 00% $35 27 1M 50 4 2101-2800 HOURS 76 00% $38 06 1M 50 5 2801-3500 HOURS 84 00% $40 84 1M 50 Page 1 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 6 3501-4200 HOURS 92 00% $43 63 1M 50 ACOUSTICAL WORKER 1 0000-1000 HOURS 50 00% $24 70 1M 50 2 0701-1400 HOURS 60 00% $32 42 1M 50 3 1401-2100 HOURS 68 00% $35 20 1M 50 4 2101-2800 HOURS 76 00% $37 98 1M 50 5 2801-3500 HOURS 84 00% $40 76 1M 50 6 3501-4200 HOURS 92 00% $43 54 1M 50 MILLWRIGHT AND MACHINE ERECTORS 1 1 st Penod 60 00% $28 67 1M 50 2 2nd Penod 65 00% $34 70 1M 50 3 3rd Penod 70 00% $36 48 1M 50 44th Penod 75 00% $38 26 1M 50 55th Penod 80 00% $40 04 1M 50 66th Penod 85 00% $4182 1M 50 77th Penod 90 00% $43 60 1M 50 88th Penod 9500% $45 38 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1 1 st Penod 60 00% $2819 1M 50 2 2nd Penod 65 00% $3418 1M 50 3 3rd Penod 70 00% $35 92 1M 50 44th Penod 75 00% $37 66 1M 50 55th Penod 80 00% $39 40 1M 50 66th Penod 85 00% $41 14 1M 50 77th Penod 90 00% $42 88 1M 50 88th Penod 95 00% $44 62 1M 50 BRIDGE, DOCK AND WARF CARPENTERS 1 1 st Penod 60 00% $28 07 1M 50 2 2nd Penod 65 00% $34 05 1M 50 3 3rd Penod 70 00% $35 78 1M 50 44th Penod 75 00% $3751 1M 50 55th Penod 80 00% $39 24 1M 50 66th Penod 85 00% $40 97 1M 50 77th Penod 90 00% $42 70 1M 50 88th Penod 95 00% $44 43 1M 50 CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1483 lH 50 2 1001-2000 HOURS 60 00% $1780 1H 5D 3 2001-3000 HOURS 70 00% $20 76 1H 50 4 3001-4000 HOURS 80 00% $23 73 1H 50 5 4001-5000 HOURS 90 00% $26 69 1H 50 6 5001-6000 HOURS 95 00% $2818 lH 50 DRYWALL TAPERS Page 2 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing OvertIme Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1389 lE 5P 2 1001-2000 HOURS 55 00% $3167 lE 5P 3 2001-3000 HOURS 65 00% $34 93 lE 5P 4 3001-4000 HOURS 75 00% $3819 lE 5P 5 4001-5000 HOURS 85 00% $4145 lE 5P 6 5001-6000 HOURS 90 00% $43 08 lE 5P ELECTRICIANS - INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 45 00% $2575 lE SA 2 1001-2000 HOURS 50 00% $27 80 lE 5A 3 2001-3500 HOURS 55 00% $3311 lE 5A 4 3501-5000 HOURS 65 00% $3781 1E 5A 5 5001-6500 HOURS 75 00% $4251 lE 5A 6 6501-8000 HOURS 85 00% $47 20 lE 5A ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LlNEPERSON 1 0000-1000 HOURS 60 00% $3391 4A SA 2 1001-2000 HOURS 63 00% $3518 4A 5A 3 2001-3000 HOURS 67 00% $36 88 4A SA 4 3001-4000 HOURS 72 00% $38 98 4A 5A 5 4001-5000 HOURS 78 00% $4151 4A 5A 6 5001-6000 HOURS 86 00% $44 89 4A 5A 7 6001-7000 HOURS 90 00% $46 59 4A 5A POLE SPRA YER 1 0000-1000 HOURS 85 70% $44 76 4A 5A 2 1001-2000 HOURS 89 80% $46 49 4A SA 3 2001-3000 HOURS 92 80% $4776 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 1 0000-1000 HOURS 50 00% $2146 4A 60 2 1001-1700 HOURS 55 00% $4349 4A 60 3 1701-3400 HOURS 65 00% $48 03 4A 60 4 3401-5100 HOURS 70 00% $5091 4A 60 5 5101-6800 HOURS 80 00% $55 55 4A 80 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $855 1 2 1001-2000 HOURS 60 00% $855 1 3 2001-3000 HOURS 65 00% $855 1 4 3001-4000 HOURS 70 00% $855 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 Page 3 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 PrevaIling Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 8 7001-8000 HOURS 95 00% $1147 TELECOMMUNICA TION TECHNICIANS TELECOMMUNICA TlON TECHNICIANS JOURNEY LEVEL 1 0000-0800 HOURS 60 00% $21 18 1E 5A 2 0801-1500 HOURS 65 00% $22 58 1E 5A 3 1601-2400 HOURS 70 00% $23 97 1E 5A 4 2401-3200 HOURS 75 00% $25 37 lE 5A 5 3201-4000 HOURS 80 00% $26 76 lE 5A 6 4001-4800 HOURS 85 00% $2816 lE 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $2515 lY 5G 2 1001-2000 HOURS 55 00% $2716 lY 5G 3 2001-3000 HOURS 60 00% $2917 lY 5G 4 3001-4000 HOURS 65 00% $31 18 1Y 5G 5 4001-5000 HOURS 70 00% $3319 1Y 5G 6 5001-6000 HOURS 75 00% $35 20 1Y 5G 7 6001-7000 HOURS 80 00% $3721 1Y 5G 8 7001-8000 HOURS 90 00% $4123 1Y 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC 1 0000-2000 HOURS 45 00% $28 92 1S 5J 2 2001-4000 HOURS 55 00% $3231 1S 5J 3 4001-6000 HOURS 65 00% $35 70 1S 5J 4 6001-8000 HOURS 75 00% $3910 1S 5J 5 8001-10000 HOURS 85 00% $42 49 1S 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% $26 26 1H 50 2 1001-2000 HOURS 70 00% $29 22 lH 50 3 2001-3000 HOURS 80 00% $3219 lH 50 4 3001-4000 HOURS 90 00% $3515 lH 50 INSULATION APPLICATORS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1025 2 1001-2000 HOURS 60 00% $1230 3 2001-3000 HOURS 75 00% $1538 4 3001-4000 HOURS 90 00% $1845 IRONWORKERS JOURNEY LEVEL 1 0000-0750 HOURS 65 00% $855 10 5A 2 0751-1500 HOURS 70 00% $30 24 10 5A 3 1501-2250 HOURS 75 00% $4241 10 5A 4 2251-3000 HOURS 80 00% $4413 10 5A Page 4 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 PrevaIling OvertIme Holiday Note Stage of Progression & Hour Range Wage Code Code Code 5 3001-3750 HOURS 90 00% $4757 10 5A 6 3751-4500 HOURS 90 00% $4757 10 5A 7 4501-5250 HOURS 95 00% $49 29 10 5A 8 5251-6000 HOURS 95 00% $49 29 10 5A LABORERS GENERAL LABORER 1 0000-1000 HOURS 60 00% $26 26 1H 50 2 1001-2000 HOURS 70 00% $29 22 1H 50 3 2001-3000 HOURS 80 00% $3219 1H 50 4 3001-4000 HOURS 90 00% $3515 1H 50 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER 1 0000-1000 HOURS 60 00% $26 26 1H 50 2 1001-2000 HOURS 70 00% $29 22 1H 50 3 2001-3000 HOURS 80 00% $3219 1H 50 4 3001-4000 HOURS 90 00% $3515 1H 50 LA THERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% $24 75 1M 50 2 0701-1400 HOURS 60 00% $32 48 1M 50 3 1401-2100 HOURS 68 00% $35 27 1M 50 4 2101-2800 HOURS 76 00% $38 06 1M 50 5 2801-3500 HOURS 84 00% $40 84 1M 50 6 3501-4200 HOURS 92 00% $43 63 1M 50 PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52 00% $20 35 28 5A 2 0751-1500 HOURS 56 00% $2144 28 5A 3 1501-2250 HOURS 60 00% $22 54 28 5A 4 2251-3000 HOURS 64 00% $24 52 28 5A 5 3001-3750 HOURS 68 00% $25 66 28 5A 6 3751-4500 HOURS 72 00% $26 82 28 5A PLASTERERS JOURNEY LEVEL 1 0000-0500 HOURS 40 00% $1033 2 0501-1000 HOURS 45 00% $1162 3 1001-1500 HOURS 45 00% $1162 4 1501-2000 HOURS 50 00% $1292 5 2001-2500 HOURS 55 00% $1421 6 2501-3000 HOURS 60 00% $1550 7 3001-3500 HOURS 65 00% $1679 8 3501-4000 HOURS 70 00% $1808 9 4001-4500 HOURS 75 00% $1937 10 4501-5000 HOURS 80 00% $20 66 Page 5 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Stage of Progression & Hour Range 11 5001-5500 HOURS 85 00% 12 5501-6000 HOURS 90 00% 13 6001-6500 HOURS 95 00% 14 6501-7000 HOURS 95 00% PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 62 50% 3 4001-6000 HOURS 70 00% 4 6001-8000 HOURS 75 00% 5 8001-10000 HOURS 85 00% POWER EQUIPMENT OPERA TORS BACKHOES, (75 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORS) 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75 00% 2 1001-2000 HOURS 80 00% 3 2001-3000 HOURS 85 00% 4 3001-4000 HOURS 90 00% REFRIGERA TION & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 55 00% 3 4001-6000 HOURS 60 00% 4 6001-8000 HOURS 70 00% 5 8001-10000 HOURS 85 00% RESIDENTIAL CARPENTERS JOURNEY LEVEL 1 1 st Period 60 00% Page 6 Prevailing Wage $2196 $23 25 $24 54 $24 54 $34 48 $45 95 $49 20 $5137 $55 70 Overtime Holiday Code Code Note Code 1G 1G 1G 1G 1G 5A 5A 5A 5A 5A $35 43 1T 50 8P $37 09 1T 50 8P $3874 1T 50 8P $40 39 1T 50 8P $43 70 1T 50 8P $45 35 1T 5D 8P $35 43 $37 09 $3874 $40 39 $43 70 $45 35 $27 82 $2914 $30 44 $3150 $1384 $1522 $1661 $1938 $23 53 $1071 4A 4A 4A 4A 5A 5A 5A 5A PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 2 2nd Penod 65 00% $1160 3 3rd Penod 70 00% $1250 44th Period 75 00% $1339 55th Period 80 00% $1428 66th Period 85 00% $1517 77th Penod 90 00% $1607 88th Period 95 00% $1696 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50 00% $1389 2 0901-1800 HOURS 55 00% $1528 3 1801-2700 HOURS 75 00% $20 84 4 2701-4000 HOURS 85 00% $2361 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $855 2 1001-2000 HOURS 65 00% $949 3 2001-4000 HOURS 75 00% $1095 4 4001-6000 HOURS 85 00% $1241 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-0900 HOURS 55 00% $1744 11 6L 2 0901-1800 HOURS 60 00% $1836 11 6L 3 1801-2700 HOURS 65 00% $1970 11 6L 4 2701-3600 HOURS 7000% $20 63 11 6L 5 3601-4500 HOURS 75 00% $2180 11 6L 6 4501-5400 HOURS 80 00% $22 72 11 6L ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60 00% $24 93 1R 5A 2 0621-1630 HOURS 67 00% $26 87 1R 5A 3 1631-2450 HOURS 74 00% $28 80 1R 5A 4 2451-3270 HOURS 81 00% $33 03 1R 5A 5 3271-4080 HOURS 88 00% $34 97 1R 5A 6 4081-4899 HOURS 95 00% $36 90 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-2000 HOURS 45 00% $23 63 lE 6L 2 2001-3000 HOURS 50 00% $34 27 lE 6L 3 3001-4000 HOURS 55 00% $36 24 lE 6L 4 4001-5000 HOURS 60 00% $38 22 lE 6L 5 5001-6000 HOURS 65 00% $40 20 lE 6L 6 6001-7000 HOURS 70 00% $4216 lE 6L 7 7001-8000 HOURS 75 00% $4414 lE 6L Page 7 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevallmg Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 8 8001-9000 HOURS 80 00% $4611 1E 6L 9 9001-10000 HOURS 85 00% $4799 1E 6L SOFT FLOOR LA YERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1900 16 5A 2 1001-2000 HOURS 60 00% $25 25 16 5A 3 2001-3000 HOURS 70 00% $28 48 16 5A 4 3001-4000 HOURS 75 00% $3010 16 5A 5 4001-5000 HOURS 80 00% $3171 16 5A 6 5001-6000 HOURS 85 00% $33 33 16 5A 7 6001-7000 HOURS 90 00% $34 95 16 5A 8 7001-8000 HOURS 95 00% $655 16 5A SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL GRADE 1 (INDENTURED AFTER APRIL 1, 2000) 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% $855 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 0000-1000 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 0000-1000 HOURS 60 00% $1180 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 FINISHER 1 0000-1000 HOURS 50 00% $25 38 16 5A 2 1001-2500 HOURS 55 00% $2691 16 5A 3 2501-3500 HOURS 60 00% $28 42 16 5A 4 3501-4500 HOURS 70 00% $3150 16 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $26 03 1M 5A 2 1001-2500 HOURS 55 00% $27 62 1M 5A Page 8 PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Stage of ProgressIon & Hour Range 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 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 ALL TRUCKS 1 0000-0700 HOURS 70 00% 2 0701-1400 HOURS 80 00% 3 1401-2100 HOURS 90 00% Prevailing OvertIme Holiday Wage Code Code $2921 1M 5A $32 40 1M 5A $35 59 1M 5A $38 77 1M 5A $40 37 1M 5A $1590 $21 22 $24 95 $2916 $34 01 1K 1K 1K 1K 1K 5A 5A 5A 5A 5A $1416 $1618 $1821 Page 9 Note Code Slate of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge 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 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $3812 lH 5D BOILERMAKERS JOURNEY LEVEL $53 37 lC 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $45 05 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $1467 CARPENTERS ACOUSTICAL WORKER $46 32 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $4616 1M 5D CARPENTER $4616 1M 5D CREOSOTED MATERIAL $46 26 1M 5D DRYWALL APPLICATOR $46 42 1M 5D FLOOR FINISHER $4616 1M 5D FLOOR LAYER $4616 1M 5D FLOOR SANDER $4616 1M 5D MILLWRIGHT AND MACHINE ERECTORS $4716 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 5D SAWFILER $4616 1M 5D SHINGLER $4616 1M 5D STATIONARY POWER SAW OPERATOR $4616 1M 5D STATIONARY WOODWORKING TOOLS $4616 1M 5D CEMENT MASONS JOURNEY LEVEL $3812 lH 5D DIVERS & TENDERS DIVER $9681 1M 5D 8A DIVER ON STANDBY $5419 1M 5D DIVER TENDER $49 84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $4709 1T 5D 8L ASSISTANT MATE (DECKHAND) $46 58 1T 5D 8L BOATMEN $4709 1T 5D 8L ENGINEER WELDER $4714 1T 5D 8L LEVERMAN, HYDRAULIC $4871 1T 5D 8L MAINTENANCE $46 58 1T 5D 8L MATES $4709 1T 5D 6L OILER $4671 1T 5D 6L DRYWALL TAPERS JOURNEY LEVEL $46 34 IE 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $937 Page 1 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** Classlficallon PREVAILING WAGE ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL L1NEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN CAPTAIN COOK DECKHAND ENGINEER/DECKHAND MATE, LAUNCH OPERATOR $58 34 $62 86 $56 29 $60 60 $28 83 $54 25 $58 34 $1537 $1469 $58 36 $53 30 $3814 $40 25 $53 30 $40 25 $53 30 $4514 $53 30 $40 25 $1207 $6481 $70 60 $1350 $1380 $1160 $3247 $45 25 $48 28 $1600 $3931 $1565 $924 $59 22 $3481 $34 52 $58 62 $50 20 Page 2 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1E SA 1E SA 1E SA 1E SA 1E SA 1E SA 1E 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 1H SD 1Y SG 1S SJ 1H 50 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $973 1 GROUT TRUCK OPERATOR $1148 1 HEAD OPERATOR $1278 1 TECHNICIAN $855 1 TV TRUCK OPERATOR $1053 1 INSULATION APPLICATORS JOURNEY LEVEL $20 50 IRONWORKERS JOURNEY LEVEL $5101 10 5A LABORERS ASPHALT RAKER $38 83 1H 5D BALLAST REGULATOR MACHINE $3812 lH 5D BATCH WEIGHMAN $3247 lH 5D BRUSH CUTTER $3812 lH 5D BRUSH HOG FEEDER $3812 1H 5D BURNERS $3812 1H 5D CARPENTER TENDER $3812 1H 5D CASSION WORKER $3931 1H 5D CEMENT DUMPER/PAVING $38 83 lH 5D CEMENT FINISHER TENDER $3812 lH 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3812 1H 5D CHIPPING GUN (OVER 30 LBS) $38 83 1H 5D CHIPPING GUN (UNDER 30 LBS) $3812 1H 5D CHOKER SETTER $3812 1H 5D CHUCK TENDER $3812 lH 5D CLEAN-UP LABORER $3812 lH 5D CONCRETE DUMPER/CHUTE OPERATOR $38 83 lH 5D CONCRETE FORM STRIPPER $3812 lH 5D CONCRETE SAW OPERATOR $38 83 lH 5D CRUSHER FEEDER $3247 1H 5D CURING LABORER $3812 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $3812 1H 5D DITCH DIGGER $3812 1H 5D DIVER $3931 lH 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 83 lH 5D DRILL OPERATOR, AIRTRAC $3931 1H 5D DUMPMAN $3812 1H 5D EPOXY TECHNICIAN $3812 lH 5D EROSION CONTROL WORKER $3812 lH 5D FALLER/BUCKER, CHAIN SAW $38 83 1H 5D FINAL DETAIL CLEANUP (I e , dusting, vacuuming, wlOdow cleanlOg, NOT $29 65 lH 5D construction debriS cleanup) FINE GRADERS $3812 1H 5D FIRE WATCH $3247 1H 5D FORM SETTER $3812 1H 5D GABION BASKET BUILDER $3812 1H 5D GENERAL LABORER $3812 lH 5D GRADE CHECKER & TRANSIT PERSON $38 83 lH 5D GRINDERS $3812 lH 5D GROUT MACHINE TENDER $3812 lH 5D Page 3 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING TIme Holiday Note ClassificatIOn WAGE Code Code Code GUARDRAIL ERECTOR $3812 1H 5D HAZARDOUS WASTE WORKER LEVEL A $3931 1H 5D HAZARDOUS WASTE WORKER LEVEL B $38 83 1H 5D HAZARDOUS WASTE WORKER LEVEL C $3812 1H 5D HIGH SCALER $3931 1H 5D HOD CARRIERfMORTARMAN $38 83 1H 5D JACKHAMMER $38 83 1H 5D LASER BEAM OPERATOR $38 83 1H 5D MANHOLE BUILDER-MUDMAN $38 83 1H 5D MATERIAL YARDMAN $3812 1H 5D MINER $3931 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 83 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $38 83 1H 5D PILOT CAR $3247 1H 5D PIPE POT TENDER $38 83 1H 5D PIPE RELlNER (NOT INSERT TYPE) $38 83 1H 5D PIPELA YER & CAULKER $38 83 1H 5D PIPELA YER & CAULKER (LEAD) $3931 1H 5D PIPEWRAPPER $38 83 1H 5D POT TENDER $3812 1H 5D POWDERMAN $3931 1H 5D POWDERMAN HELPER $3812 1H 5D POWERJACKS $38 83 1H 5D RAILROAD SPIKE PULLER (POWER) $38 83 1H 5D RE-TIMBERMAN $3931 1H 5D RIPRAP MAN $3812 1H 5D RODDER $38 83 1H 5D SCAFFOLD ERECTOR $3812 1H 5D SCALE PERSON $3812 1H 5D SIGNALMAN $3812 1H 5D SLOPER (OVER 20") $38 83 1H 5D SLOPER SPRA YMAN $3812 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $38 83 1H 5D SPREADER (CONCRETE) $38 83 1H 5D STAKE HOPPER $3812 1H 5D STOCKPILER $3812 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 83 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $38 83 1H 5D TOOLROOM MAN (AT JOB SITE) $3812 1H 5D TOPPER-TAILER $3812 1H 5D TRACK LABORER $3812 1H 5D TRACK LINER (POWER) $38 83 1H 5D TRUCK SPOTTER $3812 1H 5D TUGGER OPERATOR $38 83 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $3812 1H 5D VIBRATOR $38 83 1H 5D VINYL SEAMER $3812 1H 5D WELDER $3812 1H 5D WELL-POINT LABORER $38 83 1H 5D Page 4 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $3812 1H 5D PIPE LAYER $38 83 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289 LANDSCAPING OR PLANTING LABORERS $1289 LATHERS JOURNEY LEVEL $46 42 1M 5D METAL FABRICATION (IN SHOP) FITTERlWELDER $1516 LABORER $1113 MACHINE OPERATOR $1066 PAINTER $1141 PAINTERS JOURNEY LEVEL $34 87 2B 6Z PLASTERERS JOURNEY LEVEL $25 83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $855 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $6219 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48 46 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49 03 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $4791 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $4791 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $4700 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $4742 1T 5D 8P BACKHOES, (75 HP & UNDER) $4700 1T 5D 8P BARRIER MACHINE (ZIPPER) $4742 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $4742 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $4700 1T 5D 8P BOBCAT (SKID STEER) $44 64 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $44 64 1T 5D 8P BROOMS $44 64 1T 5D 8P BUMP CUTTER $4742 1T 5D 8P CABLEWAYS $4791 1T 5D 8P CHIPPER $4742 1T 5D 8P COMPRESSORS $44 64 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8P CONCRETE PUMPS $4700 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 5D 8P CONVEYORS $4700 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $49 03 1T 5D 8P CRANE, FRICTION OVER 200 TONS $48 29 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 5D 8P CRANES 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4791 1T 5D 8P WITH ATACHMENTS) Page 5 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 5D 8P WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 5D 8P CRANES, A-FRAME, OVER 10 TON $4700 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $4742 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 5D 8P CRUSHERS $4742 lT 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $4742 1T 5D 8P DERRICK, BUILDING $4791 1T 5D 8P DOZERS, D-9 & UNDER $4700 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 5D 8P DRILLING MACHINE $4742 1T 5D 8P ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $4700 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8P GRADECHECKER AND STAKEMAN $44 64 1T 5D 8P GUARDRAIL PUNCH $4742 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4700 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $4700 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 1T 5D 8P HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 5D 8P HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4791 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $4742 1T 5D 8P LOCOMOTIVES, ALL $4742 1T 5D 8P MECHANICS, ALL $48 46 1T 5D 8P MIXERS, ASPHALT PLANT $4742 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $4791 1T 5D 8P MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4791 lT 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8P OPERATOR PAVEMENT BREAKER $4464 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 lT 5D 8P PLANT OILER (ASPHALT, CRUSHER) $4700 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8P POWER PLANT $44 64 1T 5D 8P PUMPS, WATER $44 64 1T 5D 8P QUAD 9, D-l0, AND HD-41 $4791 1T 5D 8P QUICK TOWER-NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44 64 lT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 5D 8P EQUIP RIGGER AND BELLMAN $44 64 lT 5D 8P Page 6 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** Classification ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANTMIX OR MULTILlFT MATERIALS ROTO-MILL, ROTO-GRINDER SAWS, CONCRETE 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, TOPSIDER & SCREEDMAN 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 Page 7 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $4791 1T 50 8P $44 64 1T 50 8P $4700 1T 50 8P $4742 1T 50 8P $4700 1T 50 8P $4791 1T 50 8P $4700 1T 50 8P $4742 1T 50 8P $44 64 1T 50 8P $4791 1T 50 8P $4791 1T 50 8P $4742 1T 50 8P $4700 1T 50 8P $4700 1T 50 8P $4742 1T 50 8P $4742 1T 50 8P $4791 1T 50 8P $4700 1T 50 8P $4700 1T 50 8P $4742 1T 50 8P $4742 1T 50 8P $44 64 1T 50 8P $4742 1T 50 8P $39 29 $3721 $3781 $3518 $26 55 4A 4A 4A 4A 4A 5A 5A 5A 5A 5A $27 68 $45 05 1M 5A $1785 $25 63 $1800 $27 78 $2136 $986 $1808 $1597 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $1460 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $60 56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $3414 11 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $1088 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 ROOFERS JOURNEY LEVEL $38 28 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $4128 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $55 27 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32 56 1H 6W HEAT & FROST INSULATOR $48 28 1S 5J LABORER $1216 1 MACHINIST $1716 1 SHIPFITTER $1466 1 WELDER/BURNER $1466 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $1929 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $1215 50FT FLOOR LAYERS JOURNEY LEVEL $3818 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $1031 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $1323 SURVEYORS CHAIN PERSON $935 1 INSTRUMENT PERSON $1140 1 PARTY CHIEF $1340 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A TELEPHONE UNE CONSTRUCTION - OUTSIDE CABLE SPLICER $3146 2B 5A HOLE DIGGER/GROUND PERSON $1758 2B 5A INSTALLER (REPAIRER) $3017 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B 5A SPECIAL APPARATUS INSTALLER I $3146 2B 5A SPECIAL APPARATUS INSTALLER II $30 82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $3146 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29 26 2B 5A TELEVISION GROUND PERSON $1667 2B 5A TELEVISION L1NEPERSONIINSTALLER $2219 2B 5A TELEVISION SYSTEM TECHNICIAN $26 42 2B 5A Page 8 CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEVISION TECHNICIAN $23 76 2B 5A TREE TRIMMER $29 26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $4361 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $37 44 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37 90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $43 45 1T 50 8L ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 8L DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $44 25 1T 50 8L TRANSIT MIXER $23 73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $1160 OILER $945 WELL DRILLER $1160 Page 9