Loading...
HomeMy WebLinkAbout4.624F Original Contract .. . . City of Port Angeles Pubhc Works & Utilities Dept Operations Office 1703 SOulh B S'"et Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 . LIMITED PUBLIC WORKS PROCESS D Request for Quotation ~ Contract Contract Title: CIa-Val Valves Repalf and Mamtenance, Project Number: DW-OB-009 THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND MacNeill - Control Valve Solutions LLC ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as descnbed In Attachment "An (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)' D All work under thiS Contract IS to be completed by thiS date ~ All work under thiS Contract IS to be completed 30 days from the Notice to Proceed. No work IS to be performed pnor to wntten Notice to Proceed by the City. o The performance penod under thiS Contract commences _ calendar days after contract award and ends _ calendar days after contract award. 3. PAYMENT A The City shall pay the Contractor for the work performed under thiS contract (check one): o Time and matenal, not to exceed $ o Time and actual expenses Incurred, not to exceed: $_ o 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 $ 5.550 08 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 equipment. work and labor of any sort whatsoever that may be required for the transfer of matenals and for constructing and completing the work prOVided for In thiS contract and every part thereof, except as are mentioned In the speCifications to be furnished by the City of Port Angeles B. The Contractor shall maintain time and expense records, which may be requested by the City The contractor shall submit InVOices to the City for payment for work performed All inVOices must reference the City's contract number InVOices shall be In a format acceptable to the City C The City shall pay all Invoices from the Contractor by mailing a City warrant Within 30 days of receipt of a properly completed Invoice D. All records and accounts pertaining to thiS Contract are to be kept available for inspections by representatives of the City for a penod of three (3) years after final payment Copies shall be made available to the City upon request. Project DW-08-009 Page 1 Rev 6119/2008 ... , . . E If dunng the course of the Contract, the work rendered does not meet the requirements set forth In the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract The City shall have the nght to withhold payment for such work until It meets the requirements of the Contract Documents. 4. RESPONSIBIUTY OF CONTRACTOR A Safety Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provIsions of federal, state and local regulations, ordinances and codes Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects In workmanship and/or matenals discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects In workmanship and/or matenals In the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, In which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work Will be otherwise accomplished and the cost of same shall be paid by the Contractor C Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects In the Contractors work including, but not limited to, cost of matenals and labor expended by the City In making emergency repairs and cost of englneenng, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at Its own expense. Where matenals or procedures are not speCified In the Contract Document, the City Will rely on the profeSSional judgment of the Contractor to make appropnate selections. D. NondlSCnmlnatlon/Affirmatlve Action. Contractor agrees not to dlscnmlnate against any employee or applicant for employment or any other persons In the performance of this Contract because of race, creed, color, national ongln, mantal status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post In conspIcuous places, available to employees and applicants for employment, notices to be prOVided by Contractor setting forth the prOVISions of the nondlscnmlnatlon clause. E. Employment Any and all employees of the Contractor, while engaged In the performance of any work or services required by the Contractor under this Contract, shall be conSidered employees of the Contractor only and not of the City. Any and all claims that may anse under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omisSion on the part of the Contractor's employees, while so engaged on any of the work or services prOVided or rendered herein, shall not be the obligation of the City. 5. COMPUANCE WITH LAWS The Contractor shall comply With all federal, state and local laws and regulations applicable to the work done under thiS Contract. Any Violation of the proviSions of thiS paragraph shall be conSidered a Violation of a matenal proVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, In whole or In part, and may result in lneliglbJiJty for further work for the City. 6. TERMINATION OF CONTRACT A ThiS Contract shall terminate upon satisfactory completion of the work descnbed In Attachment "A" and final payment by the City. Project DW-08-009 Page 2 Rev 6119/2008 '. '" . . B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods It may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of anyone or more of the events hereafter specified 1. The Contractor makes a general assignment for the benefit of Its creditors 2. A receiver IS appOinted as a result of the Insolvency 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 S. Contractor persistently disregards federal, state or local regulations and ordmances 6. Contractor persistently disregards mstructlons of the Contract Administrator, or otherwise substantially Violates the terms of thiS Contract. 7. The City determmes that sufficient operatmg funds are not available to fund completion of the work contracted for. C. In the event thiS Contract IS termmated by the City, Contractor shall not be entitled to receive any further amounts due under thiS Contract until the work specified In Attachment "A" IS satisfactorily completed, as scheduled, up to the date of termination. At such time, If the unpaid balance of the amount to be paid under thiS Contract exceeds the expense mcurred by the City In finishing the work, and all damages sustamed by the City or which may be sustamed by reason of such refusal, neglect, failure or dlscontmuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and hiS surety shall be Jomtly and severally liable therefore to the City and shall pay such difference to the City Such expense and damages shall Include all legal costs mcurred by the City to protect the rights and mterests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or 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 md,v,dual or organization 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 m wrltmg to the City Within thirty days after the discovery of such damage, expense or loss, and In no event later than the time of approval by the City for final payment. Contractor, upon makmg application for fmal 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 fmal payment mcludes notice of additional claim and fully deSCribes such claim 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responsibility for the City under thiS Contract and shall oversee and approve all work to be performed, coord mate commUniCations, and review and approve all InVOices, under thiS Contract Project DW-08-009 Page 3 Rev 6119/2008 ., . . 10. HOLD HARMLESS A. The Contractor shall protect, defend, mdemnlfy and save harmless the City, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, ansmg out of or m any way resultmg from the negligent acts or omiSSions of the Contractor. The Contractor agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immunity that would otherwise be available against such claims under the mdustnal msurance provIsion of Title 51 RON In the event the City obtains any judgment or award, and/or Incurs any cost ansmg therefrom mcludmg attorneys' fees to enforce the proVISions of thiS article, all such fees, expenses, and costs shall be recoverable form the Contractor. 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, ansmg out of or In any way resultmg from the negligent acts or omiSSions of the City The City agrees that ItS obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For thiS purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any Immunity that would otherwise be available against such claims under the mdustnallnsurance prOVISion of Title 51 RCW In the event the Contractor obtams any judgment or award, and/or mcurs any cost ansmg therefrom Includmg attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the City. 11. INSURANCE The Contractor shall mamtam Insurance as set forth m Attachment B. 12. PREVAIUNG WAGE ThiS Contract IS subject to the requirements of Chapter 39.12 RON, and as It may be amended, relating to prevailing wages. On Public Works projects, funded m part or In whole With Federal funds, Federal wages laws and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAIUNG RATE OF WAGE as determmed by the Industnal StatistiCian of the Department of Labor and Industnes for the State of Washmgton The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though fully set forth herem. Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevallmg Wages on Public Works Contracts" from the Department of Labor and Industnes. It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filmg fees. Each mvolce shall mclude a Signed statement that prevallmg wages have been paid by the Contractor and all subcontractors Followmg the final acceptance of services rendered, Contractor shall submit an "AffidaVit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and m accordance With RON 39.12.040(2), the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevailing Wages & AffidaVit Of Wages directly to the City of Port Angeles at final mvolClng. SubmiSSion shall be made on the form developed by the Washmgton State Department of Labor and Industnes and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute anses as to what are the prevallmg rates of wages for a speCific trade, craft or occupation and such dispute cannot be adjusted by the parties In Interest, mcludlng labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and hiS deCISion shall be final, conclUSive, and bmdmg on all parties mvolved m the dispute. 13. INTERPRETATION AND VENUE This Contract shall be mterpreted and construed In accordance With the laws of the State of Washmgton The venue of any litigation between the parties regardmg this Contract shall be Clallam County, Washmgton. Project DW-08-009 Page 4 Rev 6/19/2008 . . 14. BRANDS OR EQUAL When a special "brand or equal" IS named It shall be construed solely for the purpose of Indicating the standards of quality, performance, or use desired Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descnptlve literature when available Any bid containing a brand which IS not of equal quality, performance, or use speCified must be represented as an alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid 15. INSPECTION AND REJECTION All goods, services, work, or matenals purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or matenals resulting because of nonconformity to the terms and speCifications of thiS order, whether held by the City or returned, Will be at Contractor's nsk and expense 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, duties or Interest accruing from thiS Contract Without the express pnor wntten consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor IS and shall be at all times dunng the term of thiS Contract an Independent contractor and not a n em ployee of the City 18. EXTENT OF CONTRACT IMODIFICATION ThiS Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either wntten or oral. ThiS contract may be amended, modified or added to only by wntten Instrument properly Signed by both parties hereto ThiS Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either wntten or oral. ThiS contract may be amended, modified or added to only by wntten Instrument properly Signed by both parties hereto 19. SUBCONTRACTOR RESPONSIBILITY The Contractor shall Include the language of thiS section In each of Its first tier subcontracts, and shall require each of Its subcontractors to Include substantially the same language of thiS section In each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of thiS section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall venfy that each of ItS first tier subcontractors meets the follOWing bidder responSibility cntena - At the time of subcontract bid submittal, have a certificate of registration In compliance With chapter 18.27 RCW; - Have a current state Unified bUSiness Identifier number; - If applicable, have: 1) Industnallnsurance coverage for the subcontractor's employees working In Washington as reqUired In TItle 51 RCW; 2) An employment secunty department number as reqUired In Tile 50 RCW; and 3) A state excise tax registration number as required In Tile 82 RCW, 4) An electncal contractor license, If reqUired by Chapter 19.28 RCW, 5) An elevator contract license, If reqUired by Chapter 70.87 RCW - Not be disqualified from bidding on any public works contract under RCW 39 06 010 or 39.12 065(3) PrOject DW-08-009 Page 5 Rev 6/1 9/2008 IN WITNESS WHEREOF, the parties have executed this Contract as of ~ '?+ Is, 2008. CONTRACTOR CITY OF PORT ANGELES By. ~ \ lc -2- L---- Pnnted Name: ijY\ C f?^L ~ Title: ~V .l:::?,~~J., t . By )Jer! / Pnnted Name: Title: ell/I/{ ef' Address: PO .Bt>x /51 ? City: Extp,zvr7/e I;J/q Tax ID # :; c. 0 7 4 ~ 7 '1 / . r83~&' Phone Number: ;(,2:3 ' t, 7 7, ~9 ! I Purchase Order #. laICal PrOject DW-08-009 Rev 6/19/2008 Page 6 City of Port Angeles Operations Office Public Works and Utllllles Department 360-417-4541 . . ATTACHMENT "A" WORK BY CONTRACTOR The contractor shall do all work and furnish all tools, matenals, and eqUipment m order to accomplish the project descnbed below Unless otherWise provided for m the Statement of Work, the Contractor Will be responsible for obtammg and paymg for any and all permits reqUired for this work All work will need to be done while valves are m-lme and Isolated No valves Will be removed and taken off site Contractor shall provide wntten report to the City of Port Angeles stating all findmgs and mamtenance performed on each assembly, mcludmg pilot settmgs City personnel Will provide traffic control and confined space entry assistance as necessary Work Hours The contractor Will be allowed to work at the specified locatIOns from 7 30 A M to 3 00 PM, Monday through Fnday Work outSide of these hours may be requested from and IS at the discretIOn of the Water Supenntendent Site Point of Contact Ernie Klimek, Supenntendent, 417-4855 Bid Item 1: General Description: Annual Servlcmg and Mamtenance of Cia-Val Valves Specifications: Annual Servlcmg, which consists of cleaning of all stramers, filters, speed controls and pilot controls m accordance with manufacturer's recommended servlcmg practices In addition, the pilot settmg will be adjusted to City SpeCificatIOns Servicing Parts and Locations: 2" model # 90G-OIAS Vlewcrest & Peabody 6" model # 90G-OIAB 2" model # 90G-OIAS Crmg & Porter 6" model # 90G-OIAB 3" model # 90G-OIAS Del GUZZI @Motel8 (S of Hwy 101) 8" model # 90G-OIAB 3" model # 90G-OIAS Highland Hills Commumty 8" model #690G-OIAB 2" model #90G-OIABCSKC 6" model #90G-OIBCSYKC Falrmount Pump StatIOn 4" model #692G-OIBCKCO 8" model #92DG-07BCSYKCO 6" model #90G-OIAB Park StatIOn 6" model #90G-OIBCSY 2" model #90G-OIBCSY Campbell & Wabash 3" model #50A-OlB I" model #124G-OI Project DW-08-009 Page 7 Rev 6/19/2008 . . Bid Item 2: General Description: Complete RebUild and Mamtenance of CIa-Val Valves Specifications: Complete rebUild/replacement of all rubber parts m the mam valve and pIlot systems wIth factory repan kIts Cleamng of cover and seatmg chambers, cIeamng of all screens, filters, all speed controls, and cIeamng ofrestnctJon fittmgs Repan has to be m accordance wIth manufacturer's ongmal specificatIOn Servicing Parts and Locations: 3" model # 90G-OIAS REBUILD 8" model # 90G-OIAB REBUILD Del GUZZI & Lmdberg Rd 12" model # 208 REBUILD E Street ReserVOIr 16" model # 92G-OIB REBUILD Jones Street ReserVOIr Project DW-08-009 Page 8 Rev 6/\ 9/2008 . . 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' ComDensatlon 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 lIabllltv Insurance With a minimum combined Single limit for bodily injury and property damage of $1,000,000 per accident. b. CommerCial Generalllabllltv 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 PrOject DW-08-009 Page 9 Rev 6/19/2008 , ". , . . The Insurance policies are to contain, or be endorsed to contain, the following prOVISions for Automobile liability and Commercial General liability Insurance. a. The Contractor's Insurance coverage shall be pnmary Insurance as respect to the City Any Insurance, self"lnsurance, or Insurance pool coverage maintained by the City shall be In excess of the Contractor's Insurance and shall not contnbute with It b. The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except after forty"five (45) days pnor wntten notice by certified 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. Venficatlon of Coverage The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements, Including but not necessanly limited to the additional Insured endorsement, eVidenCing the Automobile Liability and Commercial General Liability Insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk Insurance policy that Includes all applicable conditions, exclUSions, defimtlons, terms and endorsements related to thiS project 6 Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, eqUipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7. Waiver of Subrogation The Contractor and the City waive all nghts against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by BUilders Risk insurance or other property Insurance obtain pursuant to the Insurance Requirements Section of thiS Contract or other property Insurance applicable to the work. The poliCies shall proVide such waivers by endorsement or otherwise. City of Port Angeles Project DW-08-009 Page 10 Rev 6119/2008 Operations Office Public Works and Utilities Department 360-417-4541 . ATTACH.T "C" PREVAILING WAGE RATES See attached IIstmg I Washmgton State PrevaIlIng Wage Rates For PublIc Works Contracts, Clallam County, effective 03-02-08 2 Washmgton State Prevmlmg Wage Rates For Pubhc Works Contracts - ApprentICes, Clallam County, effective 03-02-08 Project DW-08-009 Page II Rev 6/\9/2008 . State of Washington . DEP,6; MENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge benefits On public works proJects, workers' wage and benefit rates must add to not less than this total A bnef descnptlon of overtime calculation reqUIrements IS provided on the Benefit Code Key CLALLAM COUNTY Effective 03-02-08 ********************************************************************************************************** Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL Page 1 PREVAILING WAGE (See Benefit Code Key) Over Time Code Holiday Code Note Code $36 24 1H 50 $50 33 1C 5N $43 75 1M 5A $1467 $4391 $43 75 $43 75 $43 85 $43 79 $43 75 $43 75 $43 75 $44 75 $43 95 $43 75 $43 75 $43 75 $43 75 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1H 50 1M 50 8A 1M 50 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1E 5P $36 24 $85 75 $44 22 $44 59 $44 08 $44 59 $44 64 $4621 $44 08 $44 59 $4421 $43 59 $937 . CLALLAM COUNTY Effective 03-02-08 . ********************************************************************************************************** Classification 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 LINEPERSON 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 PREVAILING WAGE $55 05 $58 86 $5316 $5715 $28 83 $5125 $55 05 $1537 $1469 $56 53 $5164 $3715 $3919 $5164 $3919 $5164 $43 83 $5164 $3919 $1207 $60 85 $66 25 $1350 $1380 $1160 $3101 $43 76 $46 59 $1600 $36 75 $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 5A 1E 5A 1E 5A 1E 5A 1E 5A 1E 5A 1E 5A 2A 5C 2A 5C 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 4A 5Q 5Q 1H 50 1H 5G 1S 5J 1H 50 . CLALLAM COUNTY Effective 03-02-08 . ********************************************************************************************************** Classification INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I e ,dusting, vacuuming, Window cleaning, NOT constructlon debriS cleanup) FINE GRADERS FIRE WATCH FORM SETTER GAB tON BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE $973 $1148 $1278 $807 $1053 $20 50 $4792 $36 75 $36 24 $3101 $36 24 $36 24 $36 24 $36 24 $37 20 $36 75 $36 24 $36 24 $36 75 $36 24 $36 24 $36 24 $36 24 $36 75 $36 24 $36 75 $3101 $36 24 $36 24 $36 24 $37 20 $36 75 $37 20 $36 24 $36 24 $36 24 $36 75 $28 45 $36 24 $3101 $36 24 $36 24 $36 24 $36 75 $36 24 $36 24 (See Benefit Code Key) Over Time Code Holiday Code Note Code 10 5A 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D 1H 5D . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36 24 1H 50 HAZARDOUS WASTE WORKER LEVEL A $37 20 1H 50 HAZARDOUS WASTE WORKER LEVEL B $36 75 1H 50 HAZARDOUS WASTE WORKER LEVEL C $36 24 1H 50 HIGH SCALER $37 20 1H 50 HOD CARRIERlMORTARMAN $36 75 1H 50 JACKHAMMER $36 75 1H 50 LASER BEAM OPERATOR $36 75 1H 50 MANHOLE BUILOER-MUOMAN $36 75 1H 50 MATERIAL YARDMAN $36 24 1H 50 MINER $37 20 1H 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36 75 1H 50 PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $36 75 1H 50 PILOT CAR $3101 1H 50 PIPE POT TENDER $36 75 1H 50 PIPE RELlNER (NOT INSERT TYPE) $36 75 1H 50 PIPELA YER & CAULKER $36 75 1H 50 PIPELAYER & CAULKER (LEAD) $37 20 1H 50 PIPEWRAPPER $36 75 1H 50 POT TENDER $36 24 1H 50 POWOERMAN $37 20 1H 50 POWOERMAN HELPER $36 24 1H 50 POWERJACKS $36 75 1H 50 RAILROAD SPIKE PULLER (POWER) $36 75 1H 50 RE-TIMBERMAN $37 20 1H 50 RIPRAP MAN $36 24 1H 50 ROOOER $36 75 1H 50 SCAFFOLD ERECTOR $36 24 1H 50 SCALE PERSON $36 24 1H 50 SIGNALMAN $36 24 1H 50 SLOPER (OVER 20") $36 75 1H 50 SLOPER SPRA YMAN $36 24 1H 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $36 75 1H 50 SPREADER (CONCRETE) $36 75 1H 50 STAKE HOPPER $36 24 1H 50 STOCKPILER $36 24 1H 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $36 75 1H 50 TAMPER (MULTIPLE & SELF PROPELLED) $36 75 1H 50 TOOLROOM MAN (AT JOB SITE) $36 24 1H 50 TOPPER-TAILER $36 24 1H 50 TRACK LABORER $36 24 1H 50 TRACK LINER (POWER) $36 75 1H 50 TRUCK SPOTTER $36 24 1H 50 TUGGER OPERATOR $36 75 1H 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36 24 1H 50 VIBRATOR $36 75 1H 50 VINYL SEAMER $36 24 1H 50 WELDER $36 24 1H 50 WELL-POINT LABORER $36 75 1H 50 Page 4 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $36 24 1H 50 PIPE LAYER $36 75 1H 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289 LANDSCAPING OR PLANTING LABORERS $1289 LATHERS JOURNEY LEVEL $43 79 1M 50 METAL FABRICATION (IN SHOP) FITTERlWELDER $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 & PIPE FITTERS JOURNEY LEVEL $57 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $4214 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YO) $4541 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 50 8L BACKHOES, (75 HP & UNDER) $44 50 1T 50 8L BACKHOES, (OVER 75 HP) $44 92 1T 50 8L BARRIER MACHINE (ZIPPER) $44 92 1T 50 8L BATCH PLANT OPERATOR, CONCRETE $44 92 1T 50 8L BELT LOADERS (ELEVATING TYPE) $44 50 1T 5D 8L BOBCAT (SKID STEER) $4214 1T 50 8L BROOMS $4214 1T 5D 8L BUMP CUTTER $44 92 1T 5D 8L CABLEWAYS $4541 1T 50 8L CHIPPER $44 92 1T 5D 8L COMPRESSORS $4214 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $4214 1T 50 8L CONCRETE PUMPS $44 50 1T 50 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 50 8L CONVEYORS $44 50 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 50 8L WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 50 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 50 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 50 8L CRANES, A-FRAME, OVER 10 TON $44 50 1T 5D 8L Page 5 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $4709 1T 50 BL ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44 92 1T 50 BL CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4541 1T 50 BL CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 50 BL CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 50 BL CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 50 BL CRUSHERS $44 92 1T 50 BL DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 50 BL DERRICK, BUILDING $4541 1T 50 BL DOZERS, 0-9 & UNDER $44 50 1T 50 BL DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 50 BL DRILLING MACHINE $44 92 1T 50 BL ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $4214 1T 50 BL EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 50 BL FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 50 BL FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 50 BL FORK LIFTS, (UNDER 3000 LBS) $4214 1T 50 BL GRADE ENGINEER $44 50 1T 50 BL GRADECHECKER AND STAKEMAN $4214 1T 50 BL GUARDRAIL PUNCH $44 92 1T 50 BL HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 50 BL HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 lT 50 BL HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1T 50 BL HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $4214 1T 50 BL HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 50 BL LOADERS, OVERHEAD (6 YO UP TO B YO) $4541 1T 50 BL LOADERS, OVERHEAD (8 YO & OVER) $45 96 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44 92 lT 50 8L LOCOMOTIVES, ALL $44 92 1T 50 8L MECHANICS, ALL $4541 1T 50 8L MIXERS, ASPHALT PLANT $44 92 1T 50 8L MOTOR PATROL GRADER (FINISHING) $44 92 1T 50 8L MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 50 8L OPERATOR PAVEMENT BREAKER $4214 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 50 8L PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 50 8L POSTHOLE DIGGER, MECHANICAL $4214 1T 50 BL POWER PLANT $4214 1T 50 8L PUMPS, WATER $4214 1T 50 8L QUAD 9, 0-10, AND HD-41 $4541 1T 50 8L REMOTE CONTROL OPERA TOR ON RUBBER TIRED EARTH MOVING $4541 1T 50 8L EQUIP RIGGER AND BELLMAN $4214 1T 50 8L ROLLAGON $4541 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 50 8L ROTO-MILL, ROTO-GRINDER $44 92 1T 50 8L SAWS, CONCRETE $44 50 1T 50 8L Page 6 Effective 03-02-08 . CLALLAM COUNTY . ********************************************************************************************************** Classlficallon 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 SLIPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS, FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL Page 7 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $44 92 lT 50 BL $4541 1T 50 BL $44 50 1T 50 BL $44 92 1T 50 8L $4214 1T 50 8L $4541 1T 50 8L $44 92 1T 50 8L $44 92 1T 50 8L $44 50 1T 50 8L $44 50 1T 50 8L $44 92 1T 50 8L $44 92 1T 50 8L $4541 1T 50 8L $44 50 lT 50 8L $44 50 1T 50 8L $44 92 1T 50 8L $44 92 1T 50 8L $4214 1T 50 8L $44 92 1T 50 8L $3761 $35 73 $3619 $33 68 $25 43 4A 4A 4A 4A 4A 5A 5A 5A 5A 5A $27 68 $43 75 1M 5A $1785 $25 63 $1800 $27 78 $2136 $986 $1808 $1597 $1460 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Hohday Note ClassificatIOn WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $5541 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $33 04 1E 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $1088 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 ROOFERS JOURNEY LEVEL $36 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $5197 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $3146 1H 6W HEAT & FROST INSULATOR $46 59 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 $36 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 CHAI N PERSON $935 INSTRUMENT PERSON $1140 PARTY CHIEF $1340 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $30 66 2B 5A HOLE DIGGER/GROUND PERSON $1719 2B 5A INSTALLER (REPAIRER) $2941 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $28 53 2B 5A SPECIAL APPARATUS INSTALLER I $30 66 2B 5A SPECIAL APPARATUS INSTALLER" $30 05 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30 66 2B 5A TELEPHONE EQUIPMENT OPERA TOR (LIGHT) $28 53 2B 5A TELEVISION GROUND PERSON $1631 2B 5A TELEVISION L1NEPERSON/INSTALLER $2168 2B 5A TELEVISION SYSTEM TECHNICIAN $35 78 2B 5A TELEVISION TECHNICIAN $2319 2B 5A TREE TRIMMER $28 53 2B 5A Page 8 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $4196 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $35 79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36 40 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $4119 1T 50 8L ASPHALT MIX (OVER 16 YARDS) $4190 1T 50 8L DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $4190 1T 50 8L 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 3/2/2008 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% $1932 lH 50 2 1001-2000 HOURS 60 00% $2212 lH 50 3 2001-3000 HOURS 75 00% $2851 lH 50 4 3001-4000 HOURS 90 00% $3315 lH 50 1 0000-1000 HOURS 60 00% $25 02 lH 50 2 1001-2000 HOURS 70 00% $27 83 lH 50 3 2001-3000 HOURS 80 00% $30 63 lH 50 4 3001-4000 HOURS 90 00% $33 44 lH 50 BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70 00% $40 86 lC 5N 2 1001-2000 HOURS 75 00% $42 44 lC 5N 3 2001-3000 HOURS 80 00% $44 02 lC 5N 4 3001-4000 HOURS 85 00% $45 60 lC 5N 5 4001-5000 HOURS 90 00% $4717 lC 5N 6 5001-6000 HOURS 95 00% $48 75 lC 5N BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50 00% $2549 1M 5A 2 0751-2250 HOURS 55 00% $27 05 1M 5A 3 2251-3000 HOURS 60 00% $28 62 1M 5A 4 3001-3750 HOURS 70 00% $3174 1M 5A 5 3751-4500 HOURS 80 00% $34 87 1M 5A 6 4501-5250 HOURS 90 00% $37 99 1M 5A 7 5251-6000 HOURS 95 00% $39 56 1M 5A CARPENTERS CARPENTER 1 0000-1000 HOURS 60 00% $26 68 1M 50 2 1001-2000 HOURS 65 00% $32 38 1M 50 3 2001-3000 HOURS 70 00% $34 00 1M 50 4 3001-4000 HOURS 75 00% $35 63 1M 50 5 4001-5000 HOURS 80 00% $3725 1M 50 6 5001-6000 HOURS 85 00% $38 88 1M 50 7 6001-7000 HOURS 90 00% $40 50 1M 50 8 7001-8000 HOURS 95 00% $4213 1M 50 DRYWALL APPLICA TOR DRYWALL, METAL STUD, AND CEILING APPLICATORS 1 0000-0700 HOURS 50 00% $23 46 1M 50 2 0701-1400 HOURS 60 00% $30 78 1M 50 3 1401-2100 HOURS 68 00% $33 38 1M 50 4 2101-2800 HOURS 76 00% $35 98 1M 50 5 2801-3500 HOURS 84 00% $38 59 1M 50 Page 1 . Stage of Progression & Hour Range 6 3501-4200 HOURS 92 00% ACOUSTICAL WORKER 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 68 00% 4 3001-4000 HOURS 76 00% 5 4001-5000 HOURS 84 00% 6 5001-6000 HOURS 92 00% MILLWRIGHT AND MACHINE ERECTORS . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 1 1st Period 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th Penod 85 00% 77th Penod 90 00% 88th Penod 95 00% PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING 1 1st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th Penod 85 00% 77th Penod 90 00% 88th Penod 95 00% BRIDGE. DOCK AND WARF CARPENTERS 1 1 sf Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th Penod 85 00% 77th Penod 90 00% 88th Penod 95 00% 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 $4119 1M 5D $23 52 1M 5D $30 85 1M 5D $33 46 1M 5D $36 07 1M 5D $38 69 1M 5D $4130 1M 5D $27 28 1M 5D $33 03 1M 5D $34 70 1M 5D $36 38 1M 5D $38 05 1M 5D $39 73 1M 5D $4140 1M 5D $43 08 1M 5D $26 80 1M 5D $3251 1M 5D $3414 1M 5D $35 78 1M 5D $3741 1M 5D $39 05 1M 5D $40 68 1M 5D $42 32 1M 5D $26 68 1M 5D $32 38 1M 5D $34 00 1M 5D $35 63 1M 5D $37 25 1M 5D $38 88 1M 5D $40 50 1M 5D $4213 1M 5D $1402 $1682 $1963 $22 43 $25 24 $26 64 1H 1H 1H 1H 1H 1H 5D 5D 5D 5D 5D 5D . PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 PrevaIling OvertIme Holiday Note Stage of Progression & Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $28 29 1E 5P 2 1001-2000 HOURS 55 00% $29 82 1E 5P 3 2001-3000 HOURS 65 00% $32 88 1E 5P 4 3001-4000 HOURS 75 00% $35 94 1E 5P 5 4001-5000 HOURS 85 00% $39 00 1E 5P 6 5001-6000 HOURS 90 00% $40 53 1E 5P ELECTRICIANS - INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 40 00% $2249 1E 5A 2 1001-2000 HOURS 50 00% $26 30 1E 5A 3 2001-3500 HOURS 55 00% $3146 1E 5A 4 3501-5000 HOURS 65 00% $35 85 1E 5A 5 5001-6500 HOURS 75 00% $40 26 1E 5A 6 6501-8000 HOURS 85 00% $44 65 1E 5A ELECTRICIANS - POWERLlNE CONSTRUCTION JOURNEY LEVEL LlNEPERSON 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 76 4A 5A 7 6001-7000 HOURS 90 00% $45 34 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 ELEVA TOR 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 3/2/2008 Prevailing OvertIme Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 8 7001-8000 HOURS 95 00% $1147 TELECOMMUNICA TION TECHNICIANS TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL 1 0000-0800 HOURS 60 00% $21 18 1E SA 2 0801-1500 HOURS 65 00% $22 58 1E SA 3 1601-2400 HOURS 70 00% $23 97 1E SA 4 2401-3200 HOURS 75 00% $25 37 1E SA 5 3201-4000 HOURS 80 00% $26 76 1E SA 6 4001-4800 HOURS 85 00% $2816 1E SA GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $24 38 1H 5G 2 1001-2000 HOURS 55 00% $26 32 1H 5G 3 2001-3000 HOURS 60 00% $28 26 1H 5G 4 3001-4000 HOURS 65 00% $3019 lH 5G 5 4001-5000 HOURS 70 00% $3213 1H 5G 6 5001-6000 HOURS 75 00% $34 07 lH 5G 7 6001-7000 HOURS 80 00% $3601 lH 5G 8 7001-8000 HOURS 90 00% $39 88 lH 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 40 00% $2647 1S 5J 2 1001-2000 HOURS 45 00% $2814 1S 5J 3 2001-3000 HOURS 50 00% $29 82 1S 5J 4 3001-4000 HOURS 55 00% $3150 1S 5J 5 4001-6000 HOURS 65 00% $34 85 1S 5J 6 6001-8000 HOURS 75 00% $3821 lS 5J 7 8001-10000 HOURS 85 00% $41 56 lS 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% $25 02 lH 50 2 1001-2000 HOURS 70 00% $27 83 lH 50 3 2001-3000 HOURS 80 00% $30 63 lH 50 4 3001-4000 HOURS 90 00% $33 44 1H 50 INSULA nON APPLICA TORS 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% $28 08 10 SA 2 0751-1500 HOURS 70 00% $29 70 10 SA Page 4 . PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 PrevaIling OvertIme Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 3 1501-2250 HOURS 75 00% $39 82 10 5A 4 2251-3000 HOURS 80 00% $4144 10 5A 5 3001-3750 HOURS 90 00% $44 68 10 5A 6 3751-4500 HOURS 90 00% $44 68 10 5A 7 4501-5250 HOURS 95 00% $46 30 10 5A 8 5251-6000 HOURS 95 00% $46 30 10 5A LABORERS GENERAL LABORER 1 0000-1000 HOURS 60 00% $25 02 lH 50 2 1001-2000 HOURS 7000% $27 83 lH 50 3 2001-3000 HOURS 8000% $30 63 lH 50 4 3001-4000 HOURS 90 00% $33 44 lH 50 LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER 1 0000-1000 HOURS 60 00% $25 02 1H 50 2 1001-2000 HOURS 70 00% $27 83 1H 50 3 2001-3000 HOURS 80 00% $30 63 1H 50 4 3001-4000 HOURS 90 00% $33 44 1H 50 LA THERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% $23 46 1M 50 2 0701-1400 HOURS 60 00% $30 78 1M 50 3 1401-2100 HOURS 68 00% $33 38 1M 50 4 2101-2800 HOURS 76 00% $35 98 1M 50 5 2801-3500 HOURS 84 00% $38 59 1M 50 6 3501-4200 HOURS 92 00% $4119 1M 50 PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52 00% $1974 28 5A 2 0751-1500 HOURS 56 00% $2081 28 5A 3 1501-2250 HOURS 60 00% $21 88 28 5A 4 2251-3000 HOURS 64 00% $2381 28 5A 5 3001-3750 HOURS 68 00% $24 93 28 5A 6 4001-4800 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 Page 5 . PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing OvertIme Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 9 4001-4500 HOURS 75 00% $1937 10 4501-5000 HOURS 80 00% $20 66 11 5001-5500 HOURS 85 00% $2196 12 5501-6000 HOURS 90 00% $23 25 13 6001-6500 HOURS 95 00% $24 54 14 6501-7000 HOURS 95 00% $24 54 PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-2000 HOURS 50 00% $35 53 18 SA 2 2001-4000 HOURS 62 50% $46 65 18 SA 3 4001-6000 HOURS 70 00% $49 70 18 SA 4 6001-8000 HOURS 75 00% $5172 18 SA 5 8001-10000 HOURS 85 00% $55 77 18 SA POWER EQUIPMENT OPERA TORS BACKHOES. 175 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65 00% $33 39 1T 5D 8L 2 1001-2000 HOURS 70 00% $34 98 1T 5D 8L 3 2001-3000 HOURS 75 00% $36 56 1T 5D 8L 4 3001-4000 HOURS 80 00% $3815 lT 5D 8L 5 4001-5000 HOURS 90 00% $4133 1T 5D 8L 6 5001-6000 HOURS 95 00% $4291 1T 5D 8L POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER ISEE POWER EQUIPMENT OPERA TORSI 1 0000-1000 HOURS 65 00% $33 39 2 1001-2000 HOURS 70 00% $34 98 3 2001-3000 HOURS 75 00% $36 56 4 3001-4000 HOURS 80 00% $3815 5 4001-5000 HOURS 90 00% $4133 6 5001-6000 HOURS 95 00% $4291 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75 00% $26 65 4A SA 2 1001-2000 HOURS 80 00% $27 88 4A SA 3 2001-3000 HOURS 85 00% $2913 4A SA 4 3001-4000 HOURS 90 00% $30 37 4A SA REFRIGERA T10N & 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 Page 6 . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 PrevaIling Overtime Holiday Note Stage of ProgressIOn & Hour Range Wage Code Code Code JOURNEY LEVEL 1 1 st Penod 60 00% $1071 1 2 2nd Penod 65 00% $1160 1 3 3rd Period 70 00% $1250 1 44th Penod 75 00% $1339 1 55th Penod 80 00% $1428 1 66th Penod 85 00% $1517 1 77th Penod 90 00% $1607 1 88th Penod 95 00% $1696 1 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 (FIELD OR SHOP) 1 0000-0900 HOURS 55 00% $1703 1E 6L 2 0901-1800 HOURS 60 00% $1794 1E 6L 3 1801-2700 HOURS 65 00% $1927 1E 6L 4 2701-3600 HOURS 7000% $2019 1E 6L 5 3601-4500 HOURS 75 00% $21 35 1E 6L 6 4501-5400 HOURS 80 00% $22 26 1E 6L ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60 00% $23 83 lR 5A 2 0821-1630 HOURS 67 00% $25 70 lR 5A 3 1631-2450 HOURS 74 00% $27 56 lR 5A 4 2451-3270 HOURS 81 00% $3172 lR 5A 5 3271-4080 HOURS 88 00% $33 59 lR 5A 6 4081-4899 HOURS 95 00% $35 45 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOPI 1 0000-2000 HOURS 45 00% $22 90 1E 6L 2 2001-3000 HOURS 50 00% $3163 lE 6L 3 3001-4000 HOURS 55 00% $33 53 1E 6L 4 4001-5000 HOURS 60 00% $35 46 1E 6L 5 5001-6000 HOURS 65 00% $37 40 lE 6L Page 7 . PREVAILING WAGE RATES . FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 6 6001-7000 HOURS 70 00% $3931 1E 6L 7 7001-8000 HOURS 75 00% $4124 1E 6L 8 8001-9000 HOURS 80 00% $4316 1E 6L 9 9001-10000 HOURS 85 00% $45 09 1E 6L SOFT FLOOR LA YERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1797 18 5A 2 1001-2000 HOURS 60 00% $20 08 18 5A 3 2001-3000 HOURS 70 00% $26 94 18 5A 4 3001-4000 HOURS 75 00% $28 46 18 5A 5 4001-5000 HOURS 80 00% $29 98 18 5A 6 5001-6000 HOURS 85 00% $31 51 18 5A 7 6001-7000 HOURS 90 00% $33 03 18 5A 8 7001-8000 HOURS 95 00% $34 56 18 5A SPRINKLER FITTERS (FIRE PROTECTIONl 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 55 00% $1082 1 1 0000-1000 HOURS 65 00% $1279 1 2 1001-2000 HOURS 70 00% $1377 1 3 2001-3000 HOURS 75 00% $1475 1 4 3001-4000 HOURS 80 00% $1574 1 5 4001-5000 HOURS 85 00% $1672 1 6 5001-6000 HOURS 90 00% $1770 1 1 0000-1000 HOURS 60 00% $1180 1 2 1001-2000 HOURS 65 00% $1279 1 3 2001-3000 HOURS 70 00% $1377 1 4 3001-4000 HOURS 75 00% $1475 1 5 4001-5000 HOURS 80 00% $1574 1 6 5001-6000 HOURS 85 00% $1672 1 TILE. MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50 00% $24 35 18 5A 2 1001-2500 HOURS 55 00% $25 82 18 5A 3 2501-3500 HOURS 60 00% $27 27 18 5A 4 3501-4500 HOURS 70 00% $30 22 18 5A TERRAZZO WORKERS & TILE SETTERS Page 8 Stage of ProgressIon & Hour Range JOURNEY LEVEL 1 0000-1000 HOURS 50 00% 2 1001-2500 HOURS 55 00% 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% 5 4501-5500 HOURS 80 00% 6 5501-6250 HOURS 90 00% 7 6251-7000 HOURS 95 00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 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 3/2/2008 Prevailing OvertIme Holiday Note Wage Code Code Code $25 00 1M 5A $26 53 1M 5A $28 06 1M 5A $31 12 1M 5A $3419 1M 5A $37 25 1M 5A $38 78 1M 5A $1523 $20 55 $24 05 $28 06 $32 69 1K 1K lK lK lK 5A 5A 5A 5A 5A $1416 $1618 $1821 Page 9 ! !: G7/29/2GG8 II " , .' >, . . . i,1 . :il I: II :f'!lll ill ! Ii I : I, . , ii' j II <.1 : ;'1 1111 1,1 ! I! . I i 1 .' I , I II, " il Ii 1 ,II';; . , I, 'i . : ' : I :,'1 , I 111 " I : I ,.1 Ii , , : II i':I'/: ,11':1,; , III , ~I , , " , , " I " :/ ...,. I . I : 'I ',I i:1 .11 .1, , I " I i;' i ': i : ';1' ,i 'J 1 f,1 "':1' :1\ , 'I I 11: f9 253299.; FEDEXKINKOSl 788 . II QUOTATION FORM . Cia-Val Vales Repair and Maintenance, DW-08-009 [ The ~idder h-;;;;'by bids the follOWIng amounts for all wol1< (Including labor, equipment, bme and materials) J requlre~~nn the work In the Statement of Work and thiS package. I --, . . 1. Bid Ttcm~: I Bid II-"m 1 - Annual Servicing Lump Sum , I Bid Ir' m 2 - C~pleta Rebuild. Lump Sum Subtotal' i I I I Totel Bid $ , I 2. The bidder ),erebY acknOWledges that 11 has received Addenda NO(s) .J / /0r (Enter 'NIA' If none were Issued) to this Request for Quotation package , PAGE G3/14 $ RLfu.oo $ 4~8 0 o'D $ SIOZo.QU , Lf 3 cJ, &~ 55:/)'0, 08" , Sales Tax (8 4%) $ 3, The name ~f the bidder submlltlng this bid and ds bUSiness phone number and address. to Which address ell communlca1lOflS concemed WIth this bid and with the contract shall be sent, are listed below. Any wntlen notices reqUIred by lhr lenns of an awarded contract shall be served or mailed to the follOWing address. contractor In1'prma~on: 1. Company lllame' I 2. Address' I 3. CIty, State, FP Code: 4 Phone Numj:ler: I 5. COnttactor ~slraUon Number: 6,UBINUmbeh 0~ 7'7/ 008' 7. WAstate IJ.dUSll'lal Insurance Account Number: 035 (j C! oy B-5, 035 Dq 0 '1 ~S I ' 8. WA state EfPloyment Securtty Dept Number: tJ 1.At '* 6~o Lt -IO;;l q C? ~ 9. Slate ExcIse Tax Registration Number: J.. (.. - (; 7 L-f ~ f q J , I I The bidder ::iPresenls that " IS qualified and possesses sufficient skills and the necessary capabilities to perfonm thr servlces set forth In thiS Contract. . ~ Signed by! M CI f-I- At tJ c JI) fl, 1/- ~ L~ -... Tille I Dti~V' ~~.e>r~+Dr Pnnted Nam, Meet+- M ) ~; / / Date ! 7/ a...q / .2 o()8 I I /lA~NI.III-GI1-+ro' Po Box 1)'7 f5 8+or,v:lle ,W~ '1832-8 . ,;{53-c"77-8Cj I( MA-c-A!EeVCf.i3 P,2 Vo..lve.. ~ (v.. f! 0/1 S' LL( r/,z..}orr Project: DW-p8-009 Page 2 Rev. 6/181200& ". . '. . . P.O. #: 012167 DATE. 08/06/08 INVOICE TO: Clty of Port Anqeles ATTN: ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO. MACNEILL CVS, LLC PO BOX 1578 EATONVILLE, WA 98328 SHIP TO: City of Port Angeles BUILDING I 1703 S 'B' ST PORT ANGELES, WA 98363 VENDOR # 27444 REQ. NO. 12012 REQUISITIONED BY LUCY HANLEY SHIP VIA: FOB. FREIGHT TERMS NET QUANTITYUOM ITEM NO. AND DESCRIPTION 1.00EA DW-08-009 - CLA-VALVES REPAIR AND MAINTENANCE UNIT CO 5120.00 EXTENDED COST 5120.00 SUB-TOTAL TAX 8.4 TOTAL 5120.00 430.08 5550.08 AUTHORIZED BY