HomeMy WebLinkAbout4.624K Original Contract
.
City of Port Angeles
PublIc Works & Utilities Dept
OperatIOns Office
1703 South B Slreet
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
.
LIMITED PUBLIC WORKS PROCESS
IZJ Request for Quotation
o Contract
Contract Title: Vern Burton Gvm Floor Maintenance, Project Number: PK-08-023
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Traditional Hardwood Floors. Inc ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as descnbed In Attachment "A" (Attachment "An 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)
o All work under this Contract IS to be completed by this date
IZJ All work under this Contract IS to be completed 2 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. PAYMEIIIT
A The City shall pay the Contractor for the work performed under this contract (check one):
J
o
o
o
IZJ
Time and matenal, not to exceed: $_
Time and actual expenses Incurred, not to ex~eed: $_
Unit pnces set forth In the Contractor's bid or quote, not to exceed $_
Firm Fixed Pnce set forth In Contractor bid or quote In the amount of' $2.521 38
The Contractor shall do all work and furnish all tools, matenals, and eqUipment, In accordance
With and as descnbed In the Attachment "A"
The Contractor shall prOVide and bear the expense of all equlprnent, work and labor of any sort
whatsoever that rnay 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 PK-08-023
Page 1
Rev 08112/2008
L . .
E. If durmg 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, ordmances and codes.
Contractor shall erect and properly mamtaln, 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 correctmg all defects m workmanship and/or
matenals discovered Within 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 m 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 wlthm 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 speafied, 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 mcludlng
consequential damages suffered by the City resulting from defects In the Contractors work mcludlng, but
not limited to, cost of matenals and labor expended by the City m making emergency repairs and cost of
engmeenng, mspectlon 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. Nondlscrlmmatlon/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 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 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. 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, termmatlon or suspension of the
Contract by the City, m whole or m part, and may result m mellglblllty 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.
B. The City may termmate the Contract and take possession of the premises and all matenals thereon
Project PK-08-023
Page 2
Rev 08/12/2008
\,
, . .
and fimsh the work by whatever methods It may deem expedient, by giving 10~ys 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 herem
4. Contractor falls to make prompt payment to subcontractors for material or labor
5. Contractor persistently disregards federal, state or local regulations and ordinances
6. Contractor persistently disregards mstructlons of the Contract Admlmstrator, 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 terminated by the City, Contractor shall not be entitled to receive any
further amounts due under thiS Contract until the work specified m Attachment "A" IS satisfactorily
completed, as scheduled, up to the date of termmatlon. At such time, If the unpaid balance of the amount
to be paid under thiS Contract exceeds the expense mcurred by the City m fimshmg the work, and all
damages sustamed by the City or which may be sustamed by reason of such refusal, neglect, failure or
discontinuance of employment, such excess shall be paid by the City to the Contractor If the City's
expense and damages exceed the unpaid balance, Contractor and hiS surety shall be jOintly 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 fimshed or
unfmlshed 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 orgamzatlon by the Contractor Without prior written approval of the City or by court order
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arlsmg out of the performance of thiS
Contract must be made In writing 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 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 commumcatlons,
and review and approve all InVOices, under thiS Contract.
10. HOLD HARMLESS
A. The Contractor shall protect, defend, mdemmfy and save harmless the City, Its officers, employees and
agents from any and all costs, claims, Judgments or awards of damages, arlsmg out of or m any way 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 Immumty that would otherwise be available against such claims under the Industrial Insurance
proVISion of Title 51 RCW. In the event the City obtams any Judgment or award, and/or mcurs any cost arlsmg
therefrom mcludlng attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs
shall be recoverable form the Contractor.
PrOject PK -08-023
Page 3
Rev 08/12/2008
.
.
B. The City shall protect, defend, indemnify and save harmless the Contractor, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting
from the negligent acts or omissions of the City. The City agrees that Its obligations under thiS subparagraph
extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or
agents For thiS purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any
Immunity that would otherwise be available against such claims under the Industrial Insurance provIsion of Title
51 RCW. In the event the Contractor obtainS any judgment or award, and/or inCurs any cost arising therefrom
Including attorneys' fees to enforce the provIsionS of thiS article, all such fees, expenses, and costs shall be
recoverable from the City
11. INSURANCE
The Contractor shall maintain Insurance as set forth In Attachment B
12. PREVAILING WAGE
This Contract IS subject to the requirements of Chapter 39.12 RCW, and as It may be amended, relating to
prevailing wages. On Public Works projects, funded In part or In whole with Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries 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
Prior 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 Industries
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 RCW 39.12 040(2),
the contractor or subcontractor IS authOrized 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 Industries and available from the City of Port
Angeles Public Works and Utilities Department
In case any dispute arises 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 Industries, 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 deSCriptive literature when available Any bid
containing a brand which IS not of equal quality, performance, or use speCified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid
Project PK-08-023
Page 4
Rev 08/12/2008
"
.
.
15. INSPECTION AND REJECTION
All goods, services, work, or matenals purchased herein are subject to 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.
19. SUBCONTRACTOR RESPONSIBIUTY
A 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
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 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 19.28 RCW,
. An elevator contract license, If reqUIred by Chapter 70 87 RCW.
Not be disqualified from bidding on any public works contract under RCW 39 06.010 or 39 12 065(3).
Project PK -08-023
Page 5
Rev 08/12/2008
-,
.
.
.r
IN WITNESS WHEREOF, the parties have executed thiS Contract as of
If') /? ,
{
,2008.
CoorrRA<TOR ~ ~
By: St1{~~ ~
Printed Name: Fa.<\ vJ Ko....IfI"7
Title -=fr ~ .
CITY OF ORT ANGELES
Title:
By
Address: ,'10$ fir,. RAk'Br "uJl
City: -g'II..;9h...... ,AlA. q B''1z'c.
I
TaxID# q/-I</'7~~(!(1/.
Phone Number: 360 Ig:~. 7::Z ~D
Purchase Order #.
\~ 59~
Project PK-08-023
Page 6
Rev 08/12/2008
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 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: Re-coatlng Vern Burton Gym Floor
Location: Gym IS located inside the Vern Burton at City Hall, 321 East 5th Street.
Site Point of Contact: Superintendent Corey Delikat at 360-417-4566
Work Hours: The contractor Will be allowed to work at the Vern Burton Gym from 7:00 AM to 5 00 PM, Monday
through Friday. Work outside of these hours may be requested from and IS at the discretion of the Parks
Superintendent.
Work Requirements:
1. Safely secure work zone from public.
2. Gym Will be closed on the follOWing dates. October 23, 2008 to October 26, 2008
3, Contractor Will start work on October 23, 2008 and Will be expected to finish work by October 24, 2008
Drying of floor takes a minimum of 2 days after work completion
4. Contractor has to clean, screen, tack, and re-coat gym floor The gym floor has to be re-coated With one
coat of heavy-duty urethane floor finish.
5 Contractor IS reqUired to clean up the work area and properly dispose all debriS
Pictures below depict Vern Burton gym floor.
PrOject PK-08-023
Page 7
Rev 08/12/2008
,~
.
Closer Look at Vern Burton G m Floor:
Project PK-08-023
Page 8
Rev 08112/2008
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 lIabllltv 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-08-023
Page 9
Rev 08/12/2008
. I
.'
Insurance, self-lnsurJl!, or Insurance pool coverage malntalned'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 PK-08-023
Page 10
Rev 08112/2008
City of Port Angeles
Operallons 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 08/31/2008
2 Washmgton State Prevailing Wage Rates For Public Works Contracts - ApprentIces, Clallam County,
EffectIve 08/31/2008
PrOject PK-08-023
Page 11
Rev 08/12/2008
_ State of Washington .
DEPAIWI\nENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits
On public works projects, workers' wage and benefit rates must add to not less than thiS total A brief description
of overtime calculation reqUIrements IS provided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $38 06 lH 5D
BOILERMAKERS
JOURNEY LEVEL $50 33 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 25 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 $38 06 lH 5D
DIVERS & TENDERS
DIVER $9231 1M 5D 8A
DIVER TENDER $49 84 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $4709 IT 5D 8L
ASSISTANT MATE (DECKHAND) $46 58 IT 5D 8L
BOATMEN $4709 IT 5D 8L
ENGINEER WELDER $4714 IT 5D 8L
LEVERMAN, HYDRAULIC $4871 IT 50 8L
MAINTENANCE $46 58 IT 5D 8L
MATES $4709 IT 5D 8L
OILER $4671 IT 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 04 IE 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
Page 1
.
CLALLAM COUNTY
EFFECTIVE 08-31-2008
.
**********************************************************************************************************
ClaSSification
PREVAILING
WAGE
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
$58 34
$62 86
$56 29
$60 60
$28 83
$54 25
$58 34
$1537
$1469
$56 53
$5164
$3715
$3919
$5164
$3919
$5164
$43 83
$51 64
$3919
$1207
$60 85
$66 25
$1350
$1380
$1160
$3241
$45 20
$47 58
$1600
$39 25
$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
1
1
1H
50
1Y
SG
1S
SJ
1H
SD
. CLALLAM COUNTY .
EFFECTIVE 08-31.2008
**********************************************************************************************************
(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
GROUT TRUCK OPERATOR $1148
HEAD OPERATOR $1278
TECHNICIAN $807
TV TRUCK OPERATOR $1053
INSULATION APPLICATORS
JOURNEY LEVEL $20 50
IRONWORKERS
JOURNEY LEVEL $50 77 10 SA
LABORERS
ASPHALT RAKER $38 77 1H 5D
BALLAST REGULATOR MACHINE $38 06 1H 5D
BATCH WEIGHMAN $3241 1H 5D
BRUSH CUTTER $38 06 1H 5D
BRUSH HOG FEEDER $38 06 1H 5D
BURNERS $38 06 1H 5D
CARPENTER TENDER $38 06 1H 5D
CASSION WORKER $39 25 1H 5D
CEMENT DUMPER/PAVING $38 77 1H 5D
CEMENT FINISHER TENDER $38 06 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $38 06 1H 5D
CHIPPING GUN (OVER 30 LBS) $38 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $38 06 1H 5D
CHOKER SETTER $38 06 1H 5D
CHUCK TENDER $38 06 1H 5D
CLEAN-UP LABORER $38 06 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $38 77 1H 5D
CONCRETE FORM STRIPPER $38 06 1H 5D
CONCRETE SAW OPERATOR $38 77 1H 5D
CRUSHER FEEDER $3241 1H 5D
CURING LABORER $38 06 1H 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38 06 1H 5D
DITCH DIGGER $38 06 1H 5D
DIVER $39 25 1H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 77 1H 5D
DRILL OPERATOR, AIRTRAC $39 25 1H 5D
DUMPMAN $38 06 1H 5D
EPOXY TECHNICIAN $38 06 1H 5D
EROSION CONTROL WORKER $38 06 1H 5D
FALLER/BUCKER, CHAIN SAW $38 77 1H 5D
FINAL DETAIL CLEANUP (I e , dusting, vacuuming, Window cleaning, NOT $29 59 1H 5D
constructIon debns cleanup)
FINE GRADERS $38 06 1H 5D
FIRE WATCH $3241 1H 5D
FORM SETTER $38 06 1H 5D
GABION BASKET BUILDER $38 06 1H 5D
GENERAL LABORER $38 06 1H 5D
GRADE CHECKER & TRANSIT PERSON $38 77 1H 5D
GRINDERS $38 06 1H 5D
GROUT MACHINE TENDER $38 06 1H 5D
Page 3
. CLALLAM COUNTY .
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $38 06 lH 5D
HAZARDOUS WASTE WORKER LEVEL A $39 25 lH 5D
HAZARDOUS WASTE WORKER LEVEL B $38 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $38 06 lH 5D
HIGH SCALER $39 25 lH 5D
HOD CARRIERlMORTARMAN $38 77 lH 5D
JACKHAMMER $38 77 lH 5D
LASER BEAM OPERATOR $38 77 lH 5D
MANHOLE BUILDER-MUDMAN $38 77 lH 5D
MATERIAL YARDMAN $38 06 lH 5D
MINER $39 25 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 77 lH 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38 77 lH 5D
PILOT CAR $3241 1H 5D
PIPE POT TENDER $38 77 lH 5D
PIPE RELlNER (NOT INSERT TYPE) $38 77 lH 5D
PIPELAYER & CAULKER $38 77 lH 5D
PIPELA YER & CAULKER (LEAD) $39 25 lH 5D
PIPEWRAPPER $38 77 lH 5D
POT TENDER $38 06 lH 5D
POWDERMAN $39 25 lH 5D
POWDERMAN HELPER $38 06 lH 5D
POWERJACKS $38 77 lH 5D
RAILROAD SPIKE PULLER (POWER) $38 77 1H 5D
RE-TIMBERMAN $39 25 lH 5D
RIPRAP MAN $38 06 lH 5D
RODDER $38 77 lH 5D
SCAFFOLD ERECTOR $38 06 lH 5D
SCALE PERSON $38 06 lH 5D
SIGNALMAN $38 06 lH 5D
SLOPER (OVER 20") $38 77 lH 5D
SLOPER SPRA YMAN $38 06 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $38 77 lH 5D
SPREADER(CONCRET~ $38 77 lH 5D
STAKE HOPPER $38 06 lH 5D
STOCKPILER $38 06 1H 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 77 lH 5D
TAMPER (MULTIPLE & SELF PROPELLED) $38 77 lH 5D
TOOLROOM MAN (AT JOB SITE) $38 06 lH 5D
TOPPER-TAILER $38 06 1H 5D
TRACK LABORER $38 06 lH 5D
TRACK LINER (POWER) $38 77 lH 5D
TRUCK SPOTTER $38 06 lH 5D
TUGGER OPERATOR $38 77 lH 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38 06 lH 5D
VIBRATOR $38 77 lH 5D
VINYL SEAMER $38 06 lH 5D
WELDER $38 06 lH 5D
WELL-POINT LABORER $38 77 lH 5D
Page 4
. CLALLAM COUNTY .
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Classification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $38 06 1H 50
PIPE LAYER $38 77 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK ORIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $46 42 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELOER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $33 94 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $807
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $60 24 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44 64 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNOER) $4742 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNOER 6 YO) $4791 1T 50 BL
BACKHOE, EXCAVATOR, SHOVEL (6 YO ANO OVER WITH ATTACHMENTS) $48 46 1T 50 BL
BACKHOES, (75 HP & UNOER) $4700 1T 50 BL
BACKHOES, (OVER 75 HP) $4742 1T 50 BL
BARRIER MACHINE (ZIPPER) $4742 1T 50 BL
BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 BL
BELT LOAOERS (ELEVATING TYPE) $4700 1T 50 BL
BOBCAT (SKIO STEER) $44 64 1T 50 BL
BROOMS $44 64 1T 50 BL
BUMP CUTTER $4742 1T 50 BL
CABLEWAYS $4791 1T 50 BL
CHIPPER $4742 1T 50 BL
COMPRESSORS $44 64 1T 50 BL
CONCRETE FINISH MACHINE - LASER SCREEO $44 64 1T 50 BL
CONCRETE PUMPS $4700 1T 50 BL
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 50 BL
CONVEYORS $4700 1T 50 BL
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 50 BL
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 50 BL
CRANES, 45 TONS - 99 TONS, UNOER 150 FT OF BOOM (INCLUOING JIB $4791 1T 50 BL
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUOING JIB $48 46 1T 50 BL
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (lNCLUOING JIB $4703 1T 50 BL
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON ANO UNOER $44 64 1T 50 BL
CRANES, A-FRAME, OVER 10 TON $4700 1T 50 BL
Page 5
. CLALLAM COUNTY .
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING TIme Holiday Note
Classlficallon WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $4742 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $4703 1T 5D 8L
CRUSHERS $4742 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $4742 1T 5D 8L
DERRICK, BUILDING $4791 1T 5D 8L
DOZERS, D-9 & UNDER $4700 lT 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 5D 8L
DRILLING MACHINE $4742 1T 5D 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 lT 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $4700 lT 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8L
GRADE ENGINEER $4700 1T 5D 8L
GRADECHECKER AND STAKEMAN $44 64 lT 5D 8L
GUARDRAIL PUNCH $4742 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4700 lT 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $4700 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 lT 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 lT 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4791 1T 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $4742 1T 5D 8L
LOCOMOTIVES, ALL $4742 1T 5D 8L
MECHANICS, ALL $4791 1T 5D 8L
MIXERS, ASPHALT PLANT $4742 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $4742 lT 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4791 1T 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $44 64 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 1T 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $4700 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8L
POWER PLANT $44 64 1T 5D 8L
PUMPS, WATER $44 64 1T 5D 8L
QUAD 9, D-l0, AND HD-41 $4791 1T 5D 8L
REMOTE CONTROL OPERA TOR ON RUBBER TIRED EARTH MOVING $4791 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $4464 lT 5D 8L
ROLLAGON $4791 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $4700 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $4742 1T 5D 8L
SAWS, CONCRETE $4700 1T 5D 8L
Page 6
.. CLALLAM COUNTY
EFFECTIVE 08-31-2008
..
**********************************************************************************************************
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 ~
$4742 lT 50 8L
$4791 1T 50 8L
$4700 1T 50 8L
$4742 1T 50 8L
$44 64 1T 50 8L
$4791 lT 50 8L
$4742 lT 50 8L
$4742 lT 50 8L
$4700 1T 50 8L
$4700 1T 50 8L
$4742 1T 50 8L
$4742 1T 50 8L
$4791 1T 50 8L
$4700 1T 50 8L
$4700 1T 50 8L
$4742 1T 50 8L
$4742 1T 50 8L
$4464 1T 50 8L
$4742 1T 50 8L
$3761
$35 73
$3619
$33 69
$25 43
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
$1460
. CLALLAM COUNTY .
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $5621 1G SA
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $33 59 1E 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) $54 07 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT & FROST INSULATOR $4758 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
SOFT FLOOR LAYERS
JOURNEY LEVEL $37 08 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
INSTRUMENT PERSON $1140
PARTY CHIEF $1340
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A
TELEPHONE LINE 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" $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
TELEVISION TECHNICIAN $23 76 2B 5A
TREE TRIMMER $29 26 2B 5A
Page 8
. CLALLAM COUNTY .
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
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 5D BL
ASPHALT MIX (OVER 16 YARDS) $44 25 1T 5D BL
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 1T 5D BL
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160
OILER $945
WELL DRILLER $1160
Page 9
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
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 23 1H 50
2 1001-2000 HOURS 60 00% $23 20 1H 50
3 2001-3000 HOURS 75 00% $29 90 1H 50
4 3001-4000 HOURS 90 00% $34 79 lH 50
1 0000-1000 HOURS 60 00% $26 20 lH 50
2 1001-2000 HOURS 7000% $2916 1H 50
3 2001-3000 HOURS 80 00% $3213 lH 50
4 3001-4000 HOURS 90 00% $35 09 lH 50
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $40 86 1C 5N
2 1001-2000 HOURS 75 00% $4244 1C 5N
3 2001-3000 HOURS 80 00% $44 02 1C 5N
4 3001-4000 HOURS 85 00% $45 60 1C 5N
5 4001-5000 HOURS 90 00% $4717 1C 5N
6 5001-6000 HOURS 95 00% $48 75 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $2712 1M 5A
2 0750-2250 HOURS 55 00% $2878 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% $2475 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
.
Stage of ProgressIon & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800 HOURS 76 00%
5 2801-3500 HOURS 8400%
6 3501-4200 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
1 15t Period 60 00%
2 2nd Period 65 00%
3 3rd Period 70 00%
44th Period 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
PILEDRIVERS. DRiViNG. PULLING. PLACING COLLARS AND WELDING
1 15t Period 60 00%
2 2nd Period 65 00%
3 3rd Period 70 00%
44th Period 75 00%
55th Period 80 00%
66th Period 85 00%
77th Period 90 00%
88th Period 95 00%
BRIDGE. DOCK AND WARP CARPENTERS
1 15t Period 60 00%
2 2nd Period 65 00%
3 3rd Period 70 00%
44th Period 75 00%
55th Period 80 00%
66th Period 85 00%
77th Period 90 00%
88th Penod 95 00%
CEMENT MASONS
JOURNEY LEVEL
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
Page 2
PrevaIling Overtime Holiday Note
Wage Code Code Code
$43 63 1M 50
$24 70 1M 50
$32 42 1M 50
$35 20 1M 50
$37 98 1M 50
$40 76 1M 50
$43 54 1M 50
$28 67 1M 50
$34 70 1M 50
$36 48 1M 50
$38 26 1M 50
$40 04 1M 50
$4182 1M 50
$43 60 1M 50
$45 38 1M 50
$2819 1M 50
$3418 1M 50
$35 92 1M 50
$37 66 1M 50
$39 40 1M 50
$4114 1M 50
$42 88 1M 50
$44 62 1M 50
$28 07 1M 50
$34 05 1M 50
$35 78 1M 50
$3751 1M 50
$39 24 1M 50
$40 97 1M 50
$42 70 1M 50
$44 43 1M 50
$1483
$1780
$20 76
$23 73
$26 69
$2818
1H
1H
1H
lH
1H
lH
50
50
50
50
50
50
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $2974 1E 5P
2 1001-2000 HOURS 55 00% $3137 1E 5P
3 2001-3000 HOURS 65 00% $34 63 1E 5P
4 3001-4000 HOURS 75 00% $37 89 1E 5P
5 4001-5000 HOURS 85 00% $4115 1E 5P
6 5001-6000 HOURS 90 00% $42 78 1E 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $25 75 1E 5A
2 1001-2000 HOURS 50 00% $27 80 1E 5A
3 2001-3500 HOURS 55 00% $3311 1E 5A
4 3501-5000 HOURS 65 00% $3781 1E 5A
5 5001-6500 HOURS 75 00% $4251 1E 5A
6 6501-8000 HOURS 85 00% $4720 1E 5A
ELECTRICIANS - POWERLlNE CONSTRUCTION
JOURNEYLEVELLINEPERSON
1 0000-1000 HOURS 60 00% $33 08 4A 5A
2 1001-2000 HOURS 63 00% $34 30 4A 5A
3 2001-3000 HOURS 67 00% $35 87 4A 5A
4 3001-4000 HOURS 72 00% $37 97 4A 5A
5 4001-5000 HOURS 78 00% $40 42 4A 5A
6 5001-6000 HOURS 86 00% $43 68 4A 5A
7 6001-7000 HOURS 90 00% $4531 4A 5A
POLE SPRA YER
1 0000-1000 HOURS 85 70% $43 55 4A 5A
2 1001-2000 HOURS 89 80% $45 23 4A 5A
3 2001.3000 HOURS 92 80% $46 45 4A 5A
ELEVATOR CONSTRUCTORS
MECHANIC
1 0000-1000 HOURS 50 00% $2161 4A 60
2 1001-1700 HOURS 55 00% $39 43 4A 60
3 1701-3400 HOURS 65 00% $44 00 4A 60
4 3401-5100 HOURS 70 00% $46 88 4A 60
5 5101-6800 HOURS 80 00% $5153 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $807
2 1001-2000 HOURS 60 00% $807
3 2001-3000 HOURS 65 00% $807
4 3001-4000 HOURS 70 00% $845
5 4001-5000 HOURS 75 00% $905
6 5001-6000 HOURS 80 00% $966
7 6001-7000 HOURS 85 00% $1026
Page 3
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 7001-8000 HOURS 95 00% $1147
TELECOMMUN/CA T/ON TECHNICIANS
TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00% $21 18 lE 5A
2 0801-1500 HOURS 65 00% $22 58 lE 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 1E 5A
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $2510 1Y 5G
2 1001-2000 HOURS 55 00% $2711 1Y 5G
3 2001-3000 HOURS 60 00% $2912 1Y 5G
4 3001-4000 HOURS 65 00% $3113 1Y 5G
5 4001-5000 HOURS 70 00% $3314 1Y 5G
6 5001-6000 HOURS 75 00% $3515 1Y 5G
7 6001-7000 HOURS 80 00% $3716 1Y 5G
8 7001-8000 HOURS 90 00% $4118 1Y 5G
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-2000 HOURS 45 00% $28 59 1S 5J
2 2001-4000 HOURS 55 00% $32 04 1S 5J
3 4001-6000 HOURS 65 00% $35 49 1S 5J
4 6001-8000 HOURS 75 00% $38 95 lS 5J
5 8001-10000 HOURS 85 00% $42 40 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $26 20 lH 50
2 1001-2000 HOURS 70 00% $2916 lH 50
3 2001-3000 HOURS 80 00% $3213 lH 50
4 3001-4000 HOURS 90 00% $35 09 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% $29 28 10 5A
2 0751-1500 HOURS 70 00% $3100 10 5A
3 1501-2250 HOURS 75 00% $4217 10 5A
4 2251-3000 HOURS 80 00% $43 89 10 5A
Page 4
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
5 3001-3750 HOURS 90 00% $4733 10 5A
6 3751-4500 HOURS 90 00% $47 33 10 5A
7 4501-5250 HOURS 9500% $49 05 10 5A
8 5251-6000 HOURS 95 00% $49 05 10 5A
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 20 1H 50
2 1001-2000 HOURS 70 00% $2916 1H 50
3 2001-3000 HOURS 80 00% $3213 1H 50
4 3001-4000 HOURS 90 00% $35 09 1H 50
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 20 1H 50
2 1001 -2000 HOURS 70 00% $2916 1H 50
3 2001 -3000 HOURS 80 00% $3213 1H 50
4 3001 -4000 HOURS 90 00% $35 09 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% $1974 28 5A
2 0751-1500 HOURS 56 00% $2081 28 5A
3 1501-2250 HOURS 60 00% $2188 28 5A
4 2251-3000 HOURS 64 00% $2381 28 5A
5 3001 -3750 HOURS 68 00% $24 93 28 5A
6 3751-4500 HOURS 72 00% $26 06 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
8/31/2008
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
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 & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00% $32 98 1G 5A
2 2001-4000 HOURS 62 50% $44 34 1G 5A
3 4001-6000 HOURS 70 00% $47 53 lG 5A
4 6001-8000 HOURS 75 00% $49 64 1G 5A
5 8001-10000 HOURS 85 00% $53 89 1G 5A
POWEREQWPMENTOPERATORS
BACKHOES. 175 HP & UNDER)
ALL EQUIPMENT
1 0000-1000 HOURS 65 00% $35 43 1T 50 8L
2 1001-2000 HOURS 70 00% $37 09 1T 50 8L
3 2001-3000 HOURS 75 00% $3874 1T 50 8L
4 3001-4000 HOURS 80 00% $40 39 lT 50 8L
5 4001-5000 HOURS 90 00% $43 70 1T 50 8L
6 5001-6000 HOURS 95 00% $45 35 1T 50 8L
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER
(SEE POWER EQUIPMENT OPERA TORS)
1 0000-1000 HOURS 85 00% $35 43
2 1001-2000 HOURS 70 00% $37 09
3 2001-3000 HOURS 75 00% $3874
4 3001-4000 HOURS 80 00% $40 39
5 4001-5000 HOURS 90 00% $43 70
6 5001-6000 HOURS 95 00% $45 35
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1 0000-1000 HOURS 75 00% $26 65 4A 5A
2 1001-2000 HOURS 80 00% $27 88 4A 5A
3 2001-3000 HOURS 85 00% $2913 4A 5A
4 3001-4000 HOURS 90 00% $30 37 4A 5A
REFRIGERA TION & AIR CONDITIONING MECHANICS
MECHANIC
1 0000-2000 HOURS 50 00% $1384
2 2001-4000 HOURS 55 00% $1522
3 4001-6000 HOURS 60 00% $1661
4 6001-8000 HOURS 70 00% $1938
5 8001-10000 HOURS 85 00% $23 53
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
1 1st Period 60 00% $1071
Page 6
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
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 Penod 75 00% $1339
55th Penod 80 00% $1428
66th Penod 85 00% $1517
77th Penod 90 00% $1607
88th Penod 95 00% $1696
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389
2 0901-1800 HOURS 5500% $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% $807
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 IFIELD OR SHOPI
1 0000-0900 HOURS 55 00% $17 44 1E 6L
2 0901-1800 HOURS 60 00% $1836 1E 6L
3 1801-2700 HOURS 65 00% $1970 1E 6L
4 2701-3600 HOURS 70 00% $20 63 1E 6L
5 3601-4500 HOURS 75 00% $2180 1E 6L
6 4501-5400 HOURS 80 00% $22 72 1E 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $24 93 1R 5A
2 0821-1630 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 9500% $36 90 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL IFIELD OR SHOP)
1 0000-2000 HOURS 45 00% $23 63 1E 6L
2 2001-3000 HOURS 50 00% $3310 1E 6L
3 3001-4000 HOURS 55 00% $35 04 1E 6L
4 4001-5000 HOURS 60 00% $37 02 1E 6L
5 5001-6000 HOURS 65 00% $39 00 1E 6L
6 6001-7000 HOURS 70 00% $40 96 1E 6L
7 7001-8000 HOURS 75 00% $42 94 1E 6L
Page 7
. PREVAILING WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
PrevaIling OvertIme Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 8001-9000 HOURS 80 00% $44 91 lE 6L
9 9001-10000 HOURS 85 00% $46 89 lE 6L
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1839 lB 5A
2 1001-2000 HOURS 60 00% $2195 lB 5A
3 2001-3000 HOURS 70 00% $27 64 lB 5A
4 3001-4000 HOURS 75 00% $2921 lB 5A
5 4001-5000 HOURS 80 00% $30 78 lB 5A
6 5001-6000 HOURS 85 00% $32 36 1B 5A
7 6001-7000 HOURS 90 00% $33 93 1B 5A
8 7001-8000 HOURS 95 00% $3551 1B 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% $807 1
2 1001-2000 HOURS 45 00% $885 1
3 2001-3000 HOURS 50 00% $984 1
4 3001-4000 HOURS 5500% $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 lB 5A
2 1001-2500 HOURS 55 00% $2691 lB 5A
3 2501-3500 HOURS 60 00% $28 42 lB 5A
4 3501-4500 HOURS 70 00% $3150 lB 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
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 WAGE RATES .
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
PrevaIling OvertIme Holiday Note
Wage Code Code Code
$2921 1M 5A
$32 40 1M 5A
$35 59 1M 5A
$38 77 1M 5A
$40 37 1M 5A
$1590
$2122
$24 95
$2916
$3401
1K
1K
1K
1K
1K
5A
5A
5A
5A
5A
$1416
$1618
$1821
Page 9
, 'I' 'I
" J
,II _~S
: /':1 "
,
L
I;::
'"
'"
;V
l~,j:
It:1
I'"
;':1
, I'
111: !
, I,
IICl J
:: III
:::,11'1'
,.'
, ,
II I
: ,
. ,
II, f,
'I
: ,
'! I
, ,
l'~ I
;:' II
'.'
':"1
Ir"l
Iri j
1'1 !
[
I'
~ :1 I
I" I
" ,
: II:
. I,
, 'I
,II I
'.' II
[~ I
i !,~II
, .
':
:.1 I
"
, ,
]~ v I
"1 '
" ,
II.. I
,i J
, '
Fill
I" ,
j', i
I',
, ,
H,
'il
II: ,
;. 1,
, '
,.'1,
" I:
'11,\1
3il
, lU
i
I
I I' I
: ; II
" I
I'll:
Ji"! ;
" I
1::11
I" ,
!~ . :
08 12:5~P
I
,
,
,
:
Tra..,)onal Hardwood Firs (360\ 4It3~7405
p.l
QUOTATION FORM
vem Burton Gvm Floor Maintenance
PK-OS-023
The ibIdder hereby bids the follOWing amounts for all work (including labor,
eqUIpment, ume and matenals) required to perform the work In the Statement of
Wo~ and thiS package
,
1 Lump~um $ ;2 3;;;U".c6
2 salesljax(84%) $ Iq5 3i
3 Total Bid $ c2 5 J \ , 3 S
,
4 Contra~or Availability Dates D+..z '3 +:). <I, .;2(/08"
5 The blJder hereby acknowledges that It has received Addenda No(s) ~1.4
I Enter 1N/A"1f none were Issued) to thiS Request for Quotation package,
i
I
6 The nal"e of the bidder submlll1ng thiS bid and ItS bUSiness phone number and address, to which
addres$ all communicabons concerned wllh thiS bid and With Ihe contract shall be sent, are listed
below, ny wnllen notices reqUIred by Ihe terms of an awarded conlract shall be served or mailed
10 the f 1I0wlng address
-r,:a.d i +/;'1.0./ ..J-Jard..,odl Roo,s" .1:(10
l Jfo =:, tA1.t ;f3aker I-h.., CI
,
...:...1'3-e.[[":J~a.~Y" w.L\. Cf-g1-2b-nn
('3~) 733 7:;130
TFADr 1-\ F 101 Dz...
?'Ol .;l3D 00\
56/. 03C-ol
/
'7Q fa 9S&j
9. State Excjse Tax Reglstrabon Number. be I .;l3c OD J
The bldderlrepresents thallI IS qual1fied and possesses sufficient skills and the necessary capabllibes
to perfonn Ihe serviceS set fOrth/) thiS Cont'l')/
Signed by tcut.- lU ~~
Tille. Jy-e-otckrt-b
Pnnled Na~e ~~l W. Kall Z-
I C\ ( 2-0 I e, 'r'
1. Company Name:
!
2 Address. :
I
3 City, Stat~, Zip Code:
I
4 Phone NUmber:
5. contraoxj, ReglstratJon Number
6 UBI:tum :
7. WA Industnallnsurance Acx:ount Number:
I
8, WA ~Emplovment security Dept Number'
00
C)
Date
~'"'~...."
I
Page 2
Rev 08112/2008
,
oW,
1\Y)
~
~
.
.
.-
P O. #: 012594
DATE' 10/21/08
INVOICE TO.
C~ty of Port Angeles
ATTN' ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO. TRADITIONAL MAINTENANCE SVCS
1405 MT BAKER HWY
BELLINGHAM, WA 98226-8757
SHIP TO
C~ty of Port Angeles
PARKS SHOP
1310 W 16TH ST
PORT ANGELES, WA 98363
VENDOR #
20354
REQ
NO
12493
REQUISITIONED BY
LUCY HANLEY
SHIP VIA:
F.O.B.
FREIGHT
TERMS
NET
QUANTITYUOM ITEM NO. AND DESCRIPTION
1.00EA PK-08-023 VERN BURTON
GYM FLOOR MAINTENANCE
UNIT CO
2326.00
EXTENDED
COST
2326 00
SUB-TOTAL
TAX 8.4
TOTAL
2326 00
195.38
2521 38
AUTHORIZED
I ~"
I ( , t---(-.".
BY ~O e' ;;,," ~"~~l"'~