Loading...
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"'~