HomeMy WebLinkAbout4.624C Original Contract
.
CIty of Port Angeles
Public Works & Utilities Dept
OperatIons Office
1703 South 8 Street
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
..
"
"
.'
" .
LIMITED PUBLIC WORKS PROCESS
D Request for Quotation
~ Contract
Contract Title' Reoalr Peabodv Reservotr Main, PrOject Number: DW-OB-OlO
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND CralQ Baar ExcavatInQ LLC ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as descnbed In Attachment "A" (Attachment "A" may Include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which IS attached hereto and by this reference IS Incorporated herein.
2. TERM OF CONTRACT
All work under this Contract IS to be completed as Indicated (check one)'
D All work under this Contract IS to be completed by this date. _
~ All work under this Contract IS to be completed 30 days from the Notice to Proceed. No work IS
to be performed pnor to wntten Notice to Proceed by the City (See attachment A for speCific
schedule for work)
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. $_
~ Unit pnces set forth In the Contractor's bid or quote, not to exceed $ 2,710 (Bid Item 2)
~ Firm Fixed Pnce set forth In Contractor bid or quote In the amount of: $ 5.420 (Bid Item 1)
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 completing
the work proVided for In thiS contract and every part thereof, except as are mentioned In the
speCifications to be furnished by the City of Port Angeles
B The Contractor shall maintain time and expense records, which may be requested by the City The
contractor shall submit inVOices to the City for payment for work performed All inVOices must reference the
City's contract number InVOices shall be In a format acceptable to the City
C. The City shall pay all inVOices from the Contractor by mailing a City warrant Within 30 days of receipt of a
properly completed InVOice
D. All records and accounts pertaining to thiS Contract are to be kept available for inspections by
representatives of the City for a penod of three (3) years after final payment. Copies shall be made available
to the City upon request.
PrOject DW-08-010
Page 1
Rev 6/20/2008
.\
,. . .
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. NondlSCnmlnatlon/Affirmatlve Action Contractor agrees not to dlscnmlnate against any employee or
applicant for employment or any other persons In the performance of thiS Contract because of race, creed,
color, national ongln, mantal status, sex, age or handicap, or other circumstances as may be defined by
federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees
to post In conspIcuous places, available to employees and applicants for employment, notices to be
prOVided by Contractor setting forth the provIsions of the nondlSCnmlnatlon clause.
E. Employment Any and all employees of the Contractor, while engaged In the performance of any work
or services reqUired by the Contractor under thiS Contract, shall be conSidered employees of the Contractor
only and not of the City. Any and all claims that may anse under the Workers Compensation Act on behalf
of said employees, while so engaged, and all claims made by a third party as consequence of any negligent
act or omission on the part of the Contractor's employees, while so engaged on any of the work or services
prOVided or rendered herein, shall not be the obligation of the City.
5. COMPUANCE WITH LAWS
The Contractor shall comply With all federal, state and local laws and regulations applicable to the
work done under thiS Contract. Any Violation of the prOVISions of thiS paragraph shall be conSidered a Violation of
a matenal prOVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the
Contract by the City, In whole or In part, and may result In ineligibility for fu rther work for the City
Project DW-08-010
Page 2
Rev 6/20/2008
· 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.
B. The City may term mate the Contract and take possession of the premises and all matenals thereon
and finish the work by whatever methods It may deem expedient, by glvmg 10 days wntten 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 matenal or labor.
5. Contractor persistently disregards federal, state or local regulations and ordmances.
6. Contractor persistently disregards Instructions of the Contract Administrator, or otherwise
substantially violates the terms of thiS Contract.
7. The City determmes that suffiCient operating funds are not available to fund completion of the work
contracted for
C In the event thiS Contract IS tenmmated by the City, Contractor shall not be entitled to receive any
further amounts due under thiS Contract until the work specified m Attachment "A" IS satlsfactonly
completed, as scheduled, up to the date of tenmmatlon At such time, If the unpaid balance of the amount
to be paid under thiS Contract exceeds the expense mcurred by the City m finishing the work, and all
damages sustained 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
Include all legal costs mcurred by the City to protect the nghts 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 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, mformatlon, 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 mdlvldual or organization by the Contractor without pnor wntten approval of the City or by court order.
8. CLAIMS
Any claim agamst the City for damages, expenses, costs or extras ansmg out of the performance of thiS
Contract must be made m wntmg to the City wlthm thirty days after the discovery of such damage, expense
or loss, and m 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 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, coord mate commUnications,
and review and approve all mvOlces, under thiS Contract.
PrOject DW-08-010
Page 3
Rev 6/20/2008
"
.
.
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 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 mdustnallnsurance
provISion of Title 51 ROO 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, anslng out of or m any way resulting
from the negligent acts or omiSSions of the City. The City agrees that Its obligations under thiS subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or
agents. For thiS purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
Immunity that would otherwise be available agamst such claims under the Industnal msurance provISion of Title
51 ROO. In the event the Contractor obtains any judgment or award, and/or Incurs any cost anslng 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 mamtam msurance as set forth m Attachment B.
12. PREVAIUNG WAGE
This Contract IS subject to the requirements of Chapter 39.12 ROO, and as It may be amended, relating to
prevailing wages. On Public Works projects, funded In part or m whole With Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATiE OF WAGE
as determmed 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 herem.
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 obtam and file the "Statement of Intent to pay Prevailing Wage". The
Contractor shall be responsible for all filing fees. Each InvOice 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 In accordance With ROO 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 mterest, mcludmg labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and hiS
deciSion shall be final, conclUSive, and binding on all parties mvolved In the dispute
13. INTERPRETATION AND VENUE
This Contract shall be mterpreted and construed m accordance With the laws of the State of Washington. The
venue of any litigation between the parties regardmg thiS Contract shall be Clallam County, Washmgton
PrOject DW-08-010
Page 4
Rev 6/20/2008
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
containing a brand which IS not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid.
.
.
.'
15. INSPECTlON AND REJECTlON
All goods, services, work, or matenals purchased herein are subject inspection and to approval by the City. Any
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.
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 RESPONSIBILITY
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.
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:
1) Industnallnsurance coverage for the subcontractor's employees working In Washington as required In
Title 51 RCW,
2) An employment secunty department number as reqUired In Tile 50 RCW; and
3) A state excise tax registration number as reqUired In Tile 82 RCW;
4) An electncal contractor license, If required by Chapter 19.28 RCW;
5) An elevator contract license, If required by Chapter 70.87 RCW.
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
Project DW-08-01O
Page 5
Rev 6/2012008
" . .
IN WITNESS WHEREOF, the parties have executed this Contract as of 0~'f/ .2008,
CONTRACTOR CITY OF POR~GELES
'Y' C-j ~ ." ~\(~\
Pnnted Name: C.r""f; !jE.AAt' Pnnted Name: \~. C,' ~V\
Title: Cl wn <!.r " Title: \::'J" '( ,J-~
Address: 1411 ;7tjWI'l 5Af ).,/1(> RcJ4d
City forI- A-nt t' res WCt ,
,;
TaxID# (~()z [gtJ1 888
Phone Number: 3G () .-illo -09/6-
Purchase Order #:
r ::2030
Project DW-08-010
Page 6
Rev 6/20/2008
.
.
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 work
described below
General Scope: Provide excavator equipment and equipment operator to support City Water DIVISion crews to
repair a 20" water main In the VICinity of Peabody ReservOir.
Location: 20" Main Right of Way; East of Peabody Heights ReservOir, 601 Vlewcrest Avenue
Site POint of Contact: Ernie Klimek, Superintendent, 417-4855
Work Hours: The contractor will be allowed to work at the work site 7:00 A.M to 3:30 P.M., Monday through
Friday
Work Schedule: The 2 days of schedule work In bid Item liS July 14, 2008 and July 15, 2008.
Work ReqUirements:
1. Provide a track excavator With operator for a two day period to perform excavation, backfill, and other
heavy equipment construction assistance In support of and as directed by the City Water DIVISion field crews
that Will be repairing a broken 20" water main. Track excavator must be capable of trenching a minimum of
14' In depth and transporting the City's 12' long by 8' high aluminum trench box from POint A to POint Band
back POint B IS the excavation site. (See photograph below).
2. The City Water DIVISion field crew Will commence work by 7:30 a.m. each day and cease work at
approximately 3 00 p.m. at the site The operator and equipment must be ready, capable, and In place to
perform work for the City's crew dUring thiS period
3. Contractor must specify In the quotation form the excavator being bid and size of the excavating bucket.
Contractor IS responsible for all costs of equipment operation and transportation to and from the work site
Within the prices set forth In bid Items 1 and 2.
4. The City anticipates that the work Will be complete Within the two day period of bid Item 1, but may
reqUire additional days of work due to unforeseen circumstances. Additional day(s) of the excavator and
operator may be ordered at the dally rate established In bid Item 2 at the discretion of the City If thiS work
goes beyond the planned two day construction period (July 14 & 15, 2008)
Project DW-08-0lO
Page 7
Rev 6/20/2008
.'
...
.
(i
--~
-,...=....
).
.
0::;;:,
---
,.....-
PrOject DW-08-0lO
Page 8
Rev 6/20/2008
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, msurance against claims for Injuries to
persons or damage to property which may arise 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 material 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 described below:
a. Automobile Llabllltv Insurance covering all owned, non-owned, hired and leased vehicles. Coverage
shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing
equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability
coverage.
b. Commercial General lIabllltv Insurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arising 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 arising 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 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 Industrial 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 mmlmum combined smgle limit for bodily Injury and property
damage of $1,000,000 per aCCident.
b. CommerCial General Llabllltv Insurance shall be written 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 DW-08-010
Page 9
Rev 6/20/2008
.
.'..,
.
.
. ,
3. Other Insurance ProvIsionS
The Insurance policies are to contain, or be endorsed to contain, the following provISions for Automobile
Liability and Commercial General Liability Insurance.
a. The Contractor's Insurance coverage shall be primary Insurance as respect to the City. Any
Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be In excess of the
Contractor's Insurance and shall not contribute with It
b The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days prior written notice by certified mall, return receipt requested, has been
given to the City.
4 Acceptability of Insurers
Insurance IS to be placed with Insurers with a current A M Best rating of not less than A:VI.
5 Verification of Coverage
The Contractor shall furnish the City with Original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional Insured endorsement, eVidencing the Automobile
liability and Commercial General Liability Insurance of the Contractor before commencement of the work.
Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk
Insurance policy that Includes all applicable conditions, exclUSions, definitions, terms and endorsements
related to this project.
6 Contractor's Insurance For Other Losses
The Contractor shall assume full responSibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, eqUipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences.
7 Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by
BUIlders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of
thiS Contract or other property Insurance applicable to the work. The poliCies shall proVide such waivers by
endorsement or otherwise.
PrOject DW-08-010
6/20/2008
Page 10
Rev
..
" ,
. ,
.
a'....
.
.
ATTACHMENT "C"
PREVAIUNG WAGE RATES
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
See attached IIstmg
Washmgton State Prevallmg Wage Rates For PublIc Works Contracts, Clallam County, effective 03-02-08
2 Washmgton State PrevailIng Wage Rates For PublIc Works Contracts - Apprentices, Clallam County,
effective 03-02-08
PrOject DW-08-0lO
6/20/2008
Page 11
Rev
.
QUOTATION FORM
Repair Peabody ReservOir MaIn, DW-08-010
.
The bidder hereby bids the following amounts for all work (Including labor, equipment, time and
materials) reqUired to perform the work In the Statement of Work and thIs package
2 days of a track excavator with operator Lump Sum
$ 5, DuU
Sales Tax (84%)
$ 4ZD
$ 512u
Total Bid
2 Each additional day of a track excavator with operator (If reqUired)
Unit Price $ Z.SO <;
I
Sales Tax (84%) $ 2-10
Total Bid $ Z7/0
,
3 Excavator make, model, size C.AT -sIn Bucket Size 5lt.>"'
4 The bidder hereby acknowledges that It has received Addenda No(s) I
(Enter "N/A" If none were Issued) to this Request for Quotation package
5 The name of the bidder submitting 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 written notices
required by the terms of an awarded contract shall be served or mailed to the followmg address
Contractor InformatIon
1. Company Name'
(""';f f3~J 61(t-~(.),..,:f .'Ii} L'-<-
-
1414 T.>t,~ n 5;; i~ L 11(' I< CC>.d
Pori AnJI"/f-'S 1\;0(, Yf3%z
5~O -- (040 '{)8IS-
C;oi!.? 7 4-~D8
(;)02 804 El88
044, "Yt '3 '-0 i
<iOd-d-~ '--i - 00'1
(0 vz. 8'04 (j tJ8
2. Address
3. City, State, lip Code
4. Phone Number.
5. Contractor Registration Number'
6. UBI Number
7 WA State Industrial Insurance Account Number
8 WA State Employment Secunty Dept Number
9 State EXCIse Tax Registration Number
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 C~;j r3-"-/l:'!-1
Title 0(,),) n P r
Printed Name
C. ~r.^,IJ /3u.....o/'
(~- 30 -0/3
Date
Project DW-08-010
.
~
Page 2
L.\6:1, )I,' n, r:'t.\.
L/ I, :0
Rev 6/20/2008
(dI3o\o8' _n.'"
ii,
"
!~l.
~
.
.
P.o. #: 012030
DATE: 07/11/08
INVOICE TO:
C~ty of Port Anqeles
ATTN: ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO. CRAIG BAAR EXCAVATING, LLC
1444 TOWNSHIP LINE RD
PORT ANGELES, WA 98362
SHIP TO:
City of Port Angeles
BUILDING I
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
27477
REQ. NO.
11875
REQUISITIONED BY
LUCY HANLEY
SHIP VIA:
F.O.B.
FREIGHT
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
1.00EA DW-08-010 - EXCAVATION
SERVICES FOR REPAIR
PEABODY RESERVOIR MAIN.
EXTENDED
UNIT CO COST
5000.00 5000.00
SUB-TOTAL
TAX 8.4
TOTAL
5000 00
420.00
5420.00
AUTHORIZED BY