Loading...
HomeMy WebLinkAbout4.624D Original Contract !." . . City of Port Angeles Pubhc Works & Utilities Dept Operations Office 1703 South B Street Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 LIMITED PUBLIC WORKS PROCESS D Request for Quotation r:8J Contract Contract Title ReDlace Vlnvl Floor WWfP LabDratorv, PrOject Number: WW-08-007 THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Fairchild Floors ("CONTRACTOR") 1. WORK BY CONTRACTOR The Contractor shall perform the work as described In Attachment "Au (Attachment "Au may Include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which IS attached hereto and by this reference IS Incorporated herein. 2. TERM OF CONTRACT All work under this Contract IS to be completed as indicated (check one)' D All work under this Contract IS to be completed by this date r:8J 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. D The performance penod under this Contract commences _ calendar days after contract award and ends _ calendar days after contract award. 3. PAYMENT A. The City shall pay the Contractor for the work performed under thiS contract (check one) D Time and matenal, not to exceed. $_ D Time and actual expenses Incurred, not to exceed: $_ D Unit pnces set forth In the Contractor's bid or quote, not to exceed $_ r:8J Firm Fixed Pnce set forth In Contractor bid or quote In the amount of: $ 5.110 58 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 menl10ned In the speclflcal10ns 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 WW-08-007 Page I Rev 6111/2008 . . E. If dUring 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 right to withhold payment for such work until It meets the requirements of the Contract Documents. 4. RESPONSIBILITY 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 materials 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 materials 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 materials and labor expended by the City In making emergency repairs and cost of engineering, inspection and superviSion by the City The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at Its own expense Where materials or procedures are not speCified In the Contract Document, the City Will rely on the profeSSional Judgment of the Contractor to make appropriate selections D. NondiSCrimination/Affirmative Action. Contractor agrees not to diSCriminate against any employee or applicant for employment or any other persons In the performance of thiS Contract because of race, creed, color, national Origin, marital 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 nondiSCrimination 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 arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services prOVided or rendered herein, shall not be the obligation of the City 5. COMPLIANCE WITH LAWS The Contractor shall comply With all federal, state and local laws and regulations applicable to the work done under thiS Contract. Any Violation of the prOVISions of thiS paragraph shall be conSidered a Violation of a material prOVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, In whole or In part, and may result In ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work deSCribed In Attachment "A" and final payment by the City. Project WW-08-007 Page 2 Rev 6/11/2008 . . 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 glvmg 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 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. S Contractor persistently disregards federal, state or local regulations and ordinances. 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 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 finlshmg the work, and all damages sustained by the City or which may be sustamed by reason of such refusal, neglect, failure or dlscontmuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be Jomtly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall 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 finished or unfinished 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 organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim agamst the City for damages, expenses, costs or extras arlsmg out of the performance of thiS Contract must be made m wrltmg to the City wlthm 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 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, coordinate commUnications, and review and approve all mvolces, under thiS Contract Project WW-08-007 Page 3 Rev 6/1112008 '. . . 10. HOLD HARMLESS A. The Contractor shall protect, defend, Indemnify and save harmless the City, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, anslng out of or In any way resulting from the negligent acts or omissions of the Contractor. The Contractor agrees that Its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immunity that would otherwise be available against such claims under the Industnallnsurance prOVISion of Title 51 RON. In the event the City obtains any judgment or award, and/or Incurs any cost anslng therefrom Including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the Contractor. 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, anslng out of or In any way resulting from the negligent acts or omissions of the City. The City agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For thiS purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any Immunity that would otherwise be available against such claims under the Industnallnsurance provIsion of Title 51 RON. In the event the Contractor obtainS any judgment or award, and/or inCurs any cost anslng therefrom including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the City. 11. INSURANCE The Contractor shall maintain Insurance as set forth In Attachment B. 12. PREVAIUNG WAGE ThiS Contract IS subject to the requirements of Chapter 39.12 RON, and as It may be amended, relating to prevailing wages. On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industnal Statistician of the Department of Labor and Industnes for the State of Washington. The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though fully set forth herein Pnor to making any payment under thiS Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industnes It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees Each InvOice shall Include a Signed statement that prevailing wages have been paid by the Contractor and all subcontractors FollOWing the final acceptance of services rendered, Contractor shall submit an "AffidaVit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and In accordance With RON 39.12 040(2), the contractor or subcontractor IS authonzed to submit a combined Statement Of Intent To Pay Prevailing Wages & AffidaVit Of Wages directly to the City of Port Angeles at final inVOICing. SubmiSSion shall be made on the form developed by the Washington State Department of Labor and Industnes and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute anses as to what are the prevailing rates of wages for a speCific trade, craft or occupation and such dispute cannot be adjusted by the parties In Interest, Including labor and management representativeS, the matter shall be referred for arbitration to the Director of the Department of Labor and Industnes, and hiS deCISion shall be final, conclUSive, and binding on all parties Involved In the dispute. Project WW-08-007 Page 4 Rev 6/11/2008 . . 13. INTERPRETATION AND VENUE This Contract shall be Interpreted and construed In accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a speCial "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards of quality, performance, or use deSired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descnptlve literature when available. Any bid 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 an employee 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 RESPONSIBIUTY 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) Industnal Insurance coverage for the subcontractor's employees working In Washington as reqUired In Title 51 RCW, Project WW-08-007 Page 5 Rev 6/ II /2008 '. . . 2) An employment security department number as reqUired In Tile 50 RON; and 3) A state excise tax registration number as required m Tile 82 RON; 4) An electrical contractor license, If required by Chapter 19 28 RON, 5) An elevator contract license, If required by Chapter 70.87 RON. - Not be disqualified from blddmg on any public works contract under RON 39 06 010 or 39 12 065(3). IN WITNESS WHEREOF, the parties have executed this Contract as of \}j ~ I ~ CONTRACTOR CITY OF PORT ANGELES ,,} ( By' /;/~,/ Printed Name: JOfV'1/ /J {)~ Title: 1J~?C M~IZ Address: lr{O{ {. PA-orfT ~/ City. V~f .k# b'Ct--t5 TaxID #: bot - b3q - l1'1 Phone Number ~ r l( 5:f~ I (If ,2008 By' Nl Printed Name: C , ~ '\ -t v VI -D Title: l:h? d- ~ 1) reJo I' Purchase Order #: 1.;)031 Project WW-08-007 Page 6 Rev 6/11/2008 . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 AlTACHMENT "A" WORK BY CONTRACTOR The contractor shall do all work and furnish all tools, matenals, 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 Replace eXisting laboratory Vinyl floor. Location: Wastewater Treatment Plant, Laboratory, 1509 E.Columbla St, Port Angeles WA 98362 Site POint of Contact. Jeff Young, Supenntendent, 417-4845. Work Hours The contractor Will be allowed to work at the Wastewater Treatment Plant 7:00 A.M. to 3:30 P.M., for a consecutive 3 day penod, Thursday thru Saturday Work outside of these hours may be requested from and IS at the discretion of the Wastewater Treatment Supenntendent. Work Requirements: 1.) Wastewater Treatment Plant employees Will remove all moveable appliances and furniture In lab pnor to work commencing and reset them after work IS completed 2) Remove approximately 265 sq. ft. of eXisting Vinyl floonng and properly dispose of. 3) Prepare floor surface In accordance with Vinyl and adheSive manufacturer's installation instructions Check slab for acceptable mOisture levels to meet or exceed Vinyl manufacturer's requirements 4.) Install homogeneous slip and chemical resistant Vinyl of equal or better quality of eXisting floor 5) Flooring IS to be Installed to roll up the Side of the cabinets and walls the same as the eXisting, approximately 4" In height. Seal any seams uSing heat welded method on both the InSide and outside corners (4" cove). 6.) Install floonng under eXisting metal threshold at the front door PrOVide a new metal threshold and Install at utility room. 7.) Contractor IS required to clean up the work area and properly dispose of any debns. The old floonng system IS the property of the contractor. 8 ) The Contractor Will shall submit a color chart to the WWTP Supenntendent for selection Project WW-08-007 Page 7 Rev 6/11/2008 " . . Note: The Contractor must submit a "catalog cut" or "sample" of the vinyl floor to be installed with the quotation sheet. The followmg pictures depict the lab floor, Note that the dark gray mats are removable, and not part of the contract work Project WW-08-007 Page 8 Rev 61\ 1/2008 , . . Project WW-08-007 Page 9 Rev 6/1112008 '. " . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and mamtaln for the duration of the Contract, msurance against claims for mJurles to persons or damage to property which may arise from or In connection With the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to mamtam the Insurance as required shall constitute a material breach of contract upon which the City may, after glvmg five workmg days notice to the Contractor to correct the breach, Immediately term mate the Contract or at Its discretion, procure or renew such msurance and pay any and all premiums m 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 agamst funds due the Contractor from the City. 1 MInimum Scope of Insurance The Contractor shall obtam msurance of the types deSCribed below a Automobile lIabllltv msurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form provldmg equivalent liability coverage. If necessary, the policy shall be endorsed to prOVide contractual liability coverage. b Commercial General lIabllltv msurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arlsmg from premises, operations, stop gap liability, mdependent contractors, products- completed operations, personal mJury and advertlsmg InJUry, and liability assumed under an msured contract The Commercial General Liability msurance 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 msurance for liability arlsmg from explOSion, collapse or underground property damage. The City shall be named as an Insured under the Contractor's Commercial General Liability msurance 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 Industrial Insurance laws of the State of Washmgton. 2. MInimum Amounts of Insurance The Contractor shall mamtam the followmg msurance limits. a. Automobile lIabllltv Insurance With a minimum combmed smgle limit for bodily mJury and property damage of $1,000,000 per aCCident b Commercial Generalllabllltv msurance shall be written With limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit Project WW-08-007 Page 10 Rev 6111/2008 '. . . 3. Other Insurance ProvIsions The Insurance policies are to contain, or be endorsed to contain, the following provIsions for Automobile liability and Commercial General Liability Insurance a. The Contractor's Insurance coverage shall be primary Insurance as respect to the City. Any Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be In excess of the Contractor's Insurance and shall not contribute with It. b. The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mall, return receipt requested, has been given to the City. 4 Acceptability of Insurers Insurance IS to be placed with Insurers with a current A.M. Best rating of not less than A:VI 5. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, Including but not necessarily limited to the additional Insured endorsement, eVidencing the Automobile Liability and Commercial General Liability Insurance of the Contractor before commencement of the work Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk Insurance policy that Includes all applicable conditions, exclusions, definitions, terms and endorsements related to thiS project. 6. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, eqUipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of thiS Contract or other property Insurance applicable to the work. The poliCies shall prOVide such waivers by endorsement or otherwise. Project WW-08-007 Page 11 Rev 6/11/2008 . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT "C" PREVAILING WAGE RATES See attached IIstmg Washmgton State PrevaIlmg Wage Rates For PublIc Works Contracts, Clallam County, effecltve 03-02-08 2 Washmgton State PrevaIlIng Wage Rates For PublIc Works Contracts - Apprenltces, Clallam County, effecltve 03-02-08 Project WW-08-007 Page 12 Rev 6/11/2008 . State ot Washington . DEPAR'l'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 at fringe beneflts On public works proJects, workers' wage and benefit rates must add to not less than this total A bnet description at overtime calculation requirements IS prOVided on the Benefit Code Key CLALLAM COUNTY EffectIve 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36 24 1H 50 80lLERMAKERS JOURNEY LEVEL $50 33 1C 5N 8RICK ANO MAR8LE MASONS JOURNEY LEVEL $43 75 1M SA CA81NET MAKERS (IN SHOP) JOURNEY LEVEL $1467 CARPENTERS ACOUSTICAL WORKER $4391 1M 50 BRIOGE, OOCK ANO WARF CARPENTERS $43 75 1M 50 CARPENTER $43 75 1M 50 CREOSOTEO MATERIAL $43 85 1M 50 ORYWALL APPLICATOR $43 79 1M 50 FLOOR FINISHER $43 75 1M 50 FLOOR LAYER $43 75 1M 50 FLOOR SANOER $43 75 1M 50 MILLWRIGHT ANO MACHINE ERECTORS $44 75 1M 50 PILEORIVERS, ORIVING, PULLING, PLACING COLLARS ANO WELOING $43 95 1M 50 SAWFILER $43 75 1M 50 SHINGLER $43 75 1M 50 STATIONARY POWER SAW OPERATOR $43 75 1M 50 STATIONARY WOOOWORKING TOOLS $43 75 1M 50 CEMENT MASONS JOURNEY LEVEL $36 24 1H 50 OIVERS & TENOERS OlVER $85 75 1M 50 8A OlVER TENOER $44 22 1M 50 OREOGE WORKERS ASSISTANT ENGINEER $44 59 1T 50 8L ASSISTANT MATE (OECKHANO) $44 08 1T 50 8L BOATMEN $44 59 1T 50 8L ENGINEER WELOER $44 64 1T 50 8L LEVERMAN, HYORAULlC $4621 1T 50 8L MAINTENANCE $44 08 1T 50 8L MATES $44 59 1T 50 8L OILER $4421 1T 50 8L DRYWALL TAPERS JOURNEY LEVEL $43 59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $937 Page 1 . 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 EOUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINEPERSON LINE EOUIPMENT 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 Page 2 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 (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 6C 2A 6C 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 4A 4A 60 60 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 cleamng, NOT construction debns cleanup) FINE GRADERS FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE $973 $1148 $1278 $807 $1053 $20 50 $4792 $3675 $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 1 1 1 1 1 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 50 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 5D HAZARDOUS WASTE WORKER LEVEL A $37 20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36 75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36 24 1H 5D HIGH SCALER $37 20 1H 5D HOD CARRIERlMORTARMAN $36 75 1H 5D JACKHAMMER $36 75 1H 5D LASER BEAM OPERATOR $36 75 1H 5D MANHOLE BUILDER-MUDMAN $36 75 1H 5D MATERIAL YARDMAN $36 24 1H 5D MINER $37 20 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36 75 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $36 75 1H 5D PILOT CAR $3101 1H 5D PIPE POT TENDER $36 75 1H 5D PIPE RELlNER (NOT INSERT TYPE) $36 75 1H 5D PIPELA YER & CAULKER $36 75 1H 5D PIPELA YER & CAULKER (LEAD) $37 20 1H 5D PIPEWRAPPER $36 75 1H 5D POT TENDER $36 24 1H 5D POWDERMAN $37 20 1H 5D POWDERMAN HELPER $36 24 1H 5D POWERJACKS $36 75 1H 5D RAILROAD SPIKE PULLER (POWER) $36 75 1H 5D RE-TIMBERMAN $37 20 1H 5D RIPRAP MAN $36 24 1H 5D RODDER $36 75 1H 5D SCAFFOLD ERECTOR $36 24 1H 5D SCALE PERSON $36 24 1H 5D SIGNALMAN $36 24 1H 5D SLOPER (OVER 20") $36 75 1H 5D SLOPER SPRA YMAN $36 24 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $36 75 1H 5D SPREADER (CONCRETE) $36 75 1H 5D STAKE HOPPER $36 24 1H 5D STOCKPILER $36 24 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $36 75 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $3675 1H 5D TOOLROOM MAN (AT JOB SITE) $36 24 1H 5D TOPPER-TAILER $36 24 1H 5D TRACK LABORER $36 24 1H 5D TRACK LINER (POWER) $36 75 1H 5D TRUCK SPOTTER $36 24 1H 5D TUGGER OPERATOR $36 75 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36 24 1H 5D VIBRATOR $36 75 1H 5D VINYL SEAMER $36 24 1H 5D WELDER $36 24 1H 5D WELL-POINT LABORER $36 75 1H 5D 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 lH 5D PIPE LAYER $36 75 lH 5D 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 5D 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 & PIPEFITTERS JOURNEY LEVEL $57 34 lG 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $4214 1T 5D BL BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $44 92 1T 5D BL BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $4541 1T 5D BL BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 5D BL BACKHOES, (75 HP & UNDER) $44 50 1T 5D BL BACKHOES, (OVER 75 HP) $44 92 1T 5D BL BARRIER MACHINE (ZIPPER) $44 92 1T 5D BL BATCH PLANT OPERATOR, CONCRETE $44 92 1T 5D BL BELT LOADERS (ELEVATING TYPE) $44 50 1T 5D BL BOBCAT (SKID STEER) $4214 1T 50 BL BROOMS $4214 1T 5D BL BUMP CUTTER $44 92 1T 50 BL CABLEWAYS $4541 1T 50 BL CHIPPER $44 92 1T 50 BL COMPRESSORS $4214 1T 50 BL CONCRETE FINISH MACHINE - LASER SCREED $4214 1T 50 BL CONCRETE PUMPS $44 50 1T 50 BL CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 5D BL CONVEYORS $44 50 1T 50 BL CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 50 BL CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 50 BL CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 50 BL WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 50 BL WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 50 BL WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $44 50 1T 50 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 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44 92 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $4541 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45 96 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45 96 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46 53 1T 5D 8L CRUSHERS $44 92 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $44 92 1T 5D BL DERRICK, BUILDING $4541 1T 5D 8L DOZERS, D-9 & UNDER $44 50 lT 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44 50 1T 5D 8L DRILLING MACHINE $44 92 1T 5D 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $4214 1T 5D BL EQUIPMENT SERVICE ENGINEER (OILER) $44 50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44 50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $4214 1T 5D 8L GRADE ENGINEER $44 50 1T 5D 8L GRADECHECKER AND STAKEMAN $4214 1T 5D 8L GUARDRAIL PUNCH $44 92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44 50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1T 5D 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $4214 1T 5D 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44 50 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4541 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $45 96 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $44 92 1T 5D 8L LOCOMOTIVES, ALL $44 92 1T 5D 8L MECHANICS, ALL $4541 1T 5D 8L MIXERS, ASPHALT PLANT $44 92 1T 5D BL MOTOR PATROL GRADER (FINISHING) $44 92 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $44 50 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4541 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $4214 1T 5D 8L OPERATOR PAVEMENT BREAKER $4214 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $4214 1T 5D 8L POWER PLANT $4214 1T 5D 8L PUMPS, WATER $4214 1T 5D 8L QUAD 9, D-l0, AND HD-41 $4541 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4541 1T 5D 8L EQUIP RIGGER AND BELLMAN $4214 1T 5D BL ROLLAGON $4541 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 5D 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 5D 8L ROTO-MILL, ROTO-GRINDER $44 92 1T 5D 8L SAWS, CONCRETE $44 50 1T 5D 8L Page 6 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** Cfasslficahon SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD 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 Code $44 92 1T 5D 8L $4541 1T 50 8L $44 50 1T 50 8L $44 92 1T 50 8L $4214 1T 50 8L $4541 1T 50 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $44 50 1T 50 8L $44 50 1T 5D 8L $44 92 1T 50 8L $44 92 1T 50 8L $4541 1T 50 8L $44 50 1T 5D 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 . Elfeclive 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classlficallbn WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $5541 lG SA 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 SA USING IRRITABLE BITUMINOUS MATERIALS $39 78 1R SA SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $5197 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $3146 1H 6W HEAT & FROST INSULATOR $46 59 1S SJ 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 SA 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 lE SA TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $30 66 2B SA HOLE DIGGER/GROUND PERSON $1719 2B SA INSTALLER (REPAIRER) $2941 2B SA JOURNEY LEVEL TELEPHONE L1NEPERSON $28 53 2B SA SPECIAL APPARATUS INSTALLER I $30 66 2B SA SPECIAL APPARATUS INSTALLER II $30 05 2B SA TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30 66 2B SA TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28 53 2B SA TELEVISION GROUND PERSON $1631 2B SA TELEVISION L1NEPERSONIINSTALLER $2168 2B SA 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 lB 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36 40 lK 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $4119 IT 50 8L ASPHALT MIX (OVER 16 YARDS) $4190 IT 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $4190 IT 5D 8L TRANSIT MIXER $23 73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $1160 1 OILER $945 t WELL DRILLER $1160 1 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 ABATEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50 00% $1932 1H 50 2 1001-2000 HOURS 60 00% $2212 1H 50 3 2001-3000 HOURS 75 00% $2851 1H 50 4 3001-4000 HOURS 90 00% $3315 1H 50 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 BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70 00% $40 86 1C 5N 2 1001-2000 HOURS 75 00% $42 44 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% $25 49 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 APPLlCA TOR ORYWALL, METAL STUO, ANO 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 ANO MACHINE ERECTORS . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 1 18t 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% PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING 1 15t 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 15t 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 80 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 $41 19 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 lH 1H lH 1H 1H 1H 5D 5D 5D 5D 5D 5D . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Prevallmg 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% $22 49 1E 5A 2 1001-2000 HOURS 50 00% $26 30 1E 5A 3 2001-3500 HOURS 55 00% $3146 lE 5A 4 3501-5000 HOURS 65 00% $35 85 lE 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% $51 53 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 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 lE 5A 4 2401-3200 HOURS 75 00% $25 37 lE 5A 5 3201-4000 HOURS 80 00% $26 76 lE 5A 6 4001-4800 HOURS 85 00% $2816 lE 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 5000% $24 38 lH 5G 2 1001-2000 HOURS 55 00% $26 32 lH 5G 3 2001-3000 HOURS 60 00% $28 26 lH 5G 4 3001-4000 HOURS 65 00% $3019 lH 5G 5 4001-5000 HOURS 70 00% $3213 lH 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 lS 5J 2 1001-2000 HOURS 45 00% $2814 lS 5J 3 2001-3000 HOURS 50 00% $29 82 lS 5J 4 3001-4000 HOURS 55 00% $3150 lS 5J 5 4001-6000 HOURS 65 00% $34 85 lS 5J 6 6001-8000 HOURS 75 00% $3821 lS 5J 7 8001-10000 HOURS 85 00% $4156 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 lH 50 INSULA T/ON APPL/CA 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 5A 2 0751-1500 HOURS 70 00% $29 70 10 5A 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 9000% $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 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 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% $2188 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 1 2 0501-1000 HOURS 45 00% $1162 1 3 1001-1500 HOURS 45 00% $1162 1 4 1501-2000 HOURS 50 00% $1292 1 5 2001-2500 HOURS 55 00% $1421 1 6 2501-3000 HOURS 60 00% $1550 1 7 3001-3500 HOURS 65 00% $1679 1 8 3501-4000 HOURS 70 00% $1808 1 Page 5 . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Stage of ProgressIon & Hour Range 9 4001-4500 HOURS 75 00% 10 4501-5000 HOURS 80 00% 11 5001-5500 HOURS 85 00% 12 5501-6000 HOURS 90 00% 13 6001-6500 HOURS 95 00% 14 6501-7000 HOURS 95 00% PLUMBERS & P/PEF/TTERS JOURNEY LEVEL 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 62 50% 3 4001-6000 HOURS 70 00% 4 6001-8000 HOURS 75 00% 5 8001-10000 HOURS 85 00% POWER EQUIPMENT OPERA TORS BACKHOES. 175 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORS) 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 95 00% POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75 00% 2 1001-2000 HOURS 80 00% 3 2001-3000 HOURS 85 00% 4 3001-4000 HOURS 90 00% REFRIGERA T10N & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 55 00% 3 4001-6000 HOURS 60 00% 4 6001-8000 HOURS 70 00% 5 8001-10000 HOURS 85 00% RESIDENT/AL CARPENTERS Page 6 PrevaIling Wage $1937 $20 66 $2196 $23 25 $24 54 $24 54 $35 53 $46 65 $49 70 $5172 $55 77 . Overtime Code lG lG 1G 1G 1G Holiday Code Note Code 5A 5A 5A 5A 5A $33 39 1T 50 8L $34 98 1T 50 8L $36 56 1T 50 8L $3815 1T 50 8L $4133 1T 50 8L $4291 1T 50 8L $33 39 $34 98 $36 56 $3815 $4133 $4291 $26 65 $27 88 $2913 $30 37 $13 84 $1522 $1661 $1938 $23 53 4A 4A 4A 4A 5A 5A 5A 5A . . 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 15t Penod 60 00% $1071 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 Period 90 00% $1607 88th Penod 95 00% $1696 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50 00% $1389 2 0901-1800 HOURS 55 00% $1528 3 1801-2700 HOURS 75 00% $20 84 4 2701-4000 HOURS 85 00% $2361 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $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% $17 03 1E 6L 2 0901-1800 HOURS 60 00% $17 94 1E 6L 3 1801-2700 HOURS 65 00% $1927 1E 6L 4 2701-3600 HOURS 70 00% $2019 1E 6L 5 3601-4500 HOURS 75 00% $2135 1E 6L 6 4501-5400 HOURS 80 00% $22 26 1E 6L ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60 00% $23 83 1R 5A 2 0821-1630 HOURS 67 00% $25 70 lR 5A 3 1631-2450 HOURS 74 00% $27 56 1R 5A 4 2451-3270 HOURS 8100% $3172 1R 5A 5 3271-4080 HOURS 88 00% $33 59 1R 5A 6 4081-4899 HOURS 95 00% $35 45 lR 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-2000 HOURS 45 00% $22 90 1E 6L 2 2001-3000 HOURS 50 00% $3163 1E 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 1E 6L Page 7 . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/2/2008 Stage of ProgressIon & Hour Range 6 6001-7000 HOURS 70 00% 7 7001-8000 HOURS 75 00% 8 8001-9000 HOURS 80 00% 9 9001-10000 HOURS 85 00% SOFT FLOOR LA YERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 85 00% 7 6001-7000 HOURS 90 00% 8 7001-8000 HOURS 95 00% SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL GRADE 1 (INDENTURED AFTER APRIL 1. 2000) 1 0000-1000 HOURS 45 00% 2 1001-2000 HOURS 50 00% 3 2001-3000 HOURS 55 00% 4 3001-4000 HOURS 60 00% 1 0000-1000 HOURS 40 00% 2 1001-2000 HOURS 45 00% 3 2001-3000 HOURS 50 00% 4 3001-4000 HOURS 55 00% 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 80 00% 5 4001-5000 HOURS 85 00% 6 5001-6000 HOURS 90 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 65 00% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 80 00% 6 5001-6000 HOURS 85 00% TILE. MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50 00% 2 1001-2500 HOURS 55 00% 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% TERRAZZO WORKERS & TILE SETTERS Prevallmg Wage $3931 $4124 $4316 $45 09 Overtime Holiday Code Code lE 6L lE 6L lE 6L 1E 6L $1797 $20 08 $26 94 $28 46 $29 98 $3151 $33 03 $34 56 $885 $984 $1082 $1180 $807 $885 $984 $1082 $1279 $1377 $1475 $1574 $1672 $17 70 $1180 $1279 $1377 $1475 $1574 $1672 $24 35 $25 82 $27 27 $30 22 Page 8 . 18 18 18 18 18 18 18 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 18 18 18 18 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A Note Code 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 9000% 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 OUMP 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 $3725 1M 5A $38 78 1M 5A $1523 $20 55 $24 05 $28 06 $32 69 1K 1K 1K 1K 1K 5A 5A 5A 5A 5A $1416 $1618 $1821 Page 9 . ADDENDUM NO.1. TO CONTRACT DOCUMENTS I INVITATION FOR BIDS FOR Lab Vinyl Floor Replacement Contract No. WW-08-007 NOTICE TO PROSPECTIVE BIDDERS June 20, 2008 NOTICE IS HEREBY GIVEN that the Instructions and requirements of the subject bid are amended as follows' 1. The following clause is added following clause 18 on page S. 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 verify that each of ItS first tier subcontractors meets the follOWing bidder responsibility cnteria; - 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 security department number as required in Tile 50 RCW; and 3) A state excise tax registration number as reqUired In Tile 82 RCWi 4) An electrical 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) 2 The Bid Openmg Date remams unchanged 200 pm. June 30, 2008 ThiS addendum must be acknowledQed m the space prOVided on the Bid Form in the Quotalion Form that is submitted to the City Failure to do so may result In the proposal bemg rejected as non-responsive IIC~ - Iltc PUN~EY, '~ Deputy Director of PubliC ~s .... PW-407 _'3 [rev 09118102) Page 1 of 1 ':i:!;Jun 30 2008 li:41PM F.rChlld Floors ( ,I .~.." JUN-30-200B tpN 01 :20 PM )W CORP YARD " I ) : I : : ' " , 'i iI, 'I' I ' : ,I, " ' , ( II' :!: :r ,I ; I ~ I, " , I' d' , I , , ! ' 'II II' " . J i : 'i! , " , :f , :f' , 1 i : I '/ , , , t i! : : : ; 1,,1 ,Itll , I ;! I ( I 'l, 1 ,; I ,r, If " ': I 36.0-4,52-8775 360 452 2 p.l p, 03 QUOTATION FORM g"""'-:e Vlnvl Floor wwrP laboralcrv WW-QB-D07 The bi~er hereby bjds the following amounts for all work (Including labor, equlprrent, time and materials) required to perform the work In the Statement of , Work and this package I - 1, Lump su~ $ '/,:r J J,{ '5:;- 2 Sales Tax:{8.4%) $ ''M~. 0:3 I 3. TotalBld I, $ ~ I 10. SB , 4 The bidder hereby acknowledges 1hat It has received Addenda No(s) (Enler ON/A" If none were Issued) to this Request for Quotation package i 5. The namelo' the bidder $Ubmltllng this bid and its business phone number and address. to which address an communications concerned With this bid and with the contract shall be sent, are listed below. Ant written notices required by the terms of an awarded contract shall be served or mailed to the follolN1ng address' I Contractor Information' I 1 Company Name: I I 2. Address: , I 3, City, State, Zip Code: I 4 Phone Numb!w. -j.... f- P. L ~/ /-(t v 0 P t--0dJ--5 I 'W e 'r:: p".)/l.ff '7/ _POlk( AtJ6 c:..~$ ,W.4-- 1't3b"2- -'&0' Lt 5 t- /" it F'A \ l~ Cr * D~/JiR~ hD 1- b3t:t- l-=?--.:r- 5'2.. 3"gA- V U- \.:~,,51 15boO{7-l- OO-s hD t- it13ct - I-=l--.:t 5. Contractor RjlglstratiOn Number: 6, UBI Number:: 7 WA State I~strlallnsurance Account Number: I 8. WA State Enll10yment Secunty Dept Number: 9 State ExcIse tax Registration Number: I The bidder reqresents thai It is qualified and possesses suffiCient skills and lhe necessary capabllllles 10 perform the: services set forth In lhls Contract. Slgnedby I ,1~ {) PPI'-''t:: H h'" .::fOHN Nr:r-rA.1-- b- 3D -08 Tille Pnnled Namej I Dale I ProJect: ww-rg-007 I , Page 2 Re. 2/1512007 \\~"\\ \0.'\ "7 r _010'0 \'-\\:\(, ',0>'> L\lJ ') c11, 1'\0 "\ v,\ ",1,;0 \: '".v~p . ~ . . P.O. #. 012037 DATE: 07/11/08 INVOICE TO: Clty of Port Anqeles ATTN. ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO: FAIRCHILD FLOORS 1404 E FRONT ST STE D PORT ANGELES, WA 98362 SHIP TO, Clty of Port Angeles BUILDING J 1703 S 'B' ST PORT ANGELES, WA 98363 VENDOR # 6019 REQ. NO. 11877 REQUISITIONED BY LUCY HANLEY SHIP VIA: F.O.B. FREIGHT TERMS NET QUANTI TYUOM 1.00EA ITEM NO AND DESCRIPTION WW-08-007 - REPLACEMENT OF VINYL FLOOR AT WASTEWATER TREATMENT PLANT LABORATORY. UNIT CO 4714.55 EXTENDED COST 4714.55 SUB-TOTAL TAX 8.4 TOTAL 4714.55 396.02 5110.57 AUTHORIZED BY ( I~\C