Loading...
HomeMy WebLinkAbout4.624J 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 .~CblVblJ ;::'c.t' t 0 L008 , . '. LIMITED PUBLIC WORKS PROCESS o Request for Quotation ~ Contract Contract Title. Surface Palntlna and Llnlna Project Number: PK-08-018 THJS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND Atlas Tracks Inc ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as descnbed 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) o 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 perfonmance 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: $ 14.09092 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 fonmat acceptable to the City, C. The City shall pay all inVOiceS from the Contractor by mailing a City warrant Within 30 days of receipt of a properly completed Invoice. D. All records and accounts pertaining to thiS Contract are to be kept available for inspections by representatives of the City for a penod of three (3) years after final payment Copies shall be made available to the City upon request. Project PK -08-018 Page 1 Rev 08/12/2008 " E' If dUring the course of the Coni, the work rendered does not meet the rllrements 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 B The City may terminate the Contract and take possession of the premises and all materials thereon Project PK-08-018 Page 2 Rev 08112/2008 " a~d finish the work by whatever lodS It may deem expedient, by glvmg lO.S wntten notice to the Contractor, upon the occurrence of anyone or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of Its creditors 2. A receiver IS appomted as a result of the msolvency of the Contractor. 3 The Contractor persistently or repeatedly refuses or falls to complete the work required herein 4 Contractor falls to make prompt payment to subcontractors for matenal or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances 6. Contractor persistently disregards mstructlons of the Contract Administrator, or otherwise substantially violates the terms of thiS Contract 7. The City determines that sufficient operatmg funds are not available to fund completion of the work contracted for. C. In the event thiS Contract IS term mated by the City, Contractor shall not be entitled to receive any further amounts due under thiS Contract until the work specified m Attachment "A" IS satlsfactonly completed, as scheduled, up to the date of 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 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 JOintly and severally liable therefore to the City and shall pay such difference to the City Such expense and damages shall mclude all legal costs mcurred by the City to protect the nghts and mterests of the City under the Contract, provided such legal costs shall be reasonable 7. OWNERSHIP OF DOCUMENTS A On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or unfinished documents and matenal prepared by the Contractor with funds paid by the City under thiS Contract shall become the property of the City and shall be forwarded to the City upon Its request. B Any records, reports, mformatlon, data or other documents or matenals given to or prepared or assembled by the Contractor under thiS Contract will be kept confidential and shall not be made available to any mdlvldual or organization by the Contractor without pnor wntten approval of the City or by court order 8. CLAIMS Any claim against the City for damages, expenses, costs or extras anslng out of the performance of thiS Contract must be made m wntmg to the City wlthm thirty days after the discovery of such damage, expense or loss, and m no event later than the time of approval by the City for final payment Contractor, upon makmg application for final payment, shall be deemed to have waived Its nght to claim for any other damages for which application has not been made, unless such claim for final payment mcludes notice of additional claim and fully descnbes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have pnmary responsibility for the City under thiS Contract and shall oversee and approve all work to be performed, coordmate commUnications, and review and approve all Invoices, under thiS Contract 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 Industnal msurance prOVISion of Title 51 ROO. In the event the City obtains any judgment or award, and/or Incurs any cost ansmg therefrom Including attorneys' fees to enforce the provISions of thiS article, all such fees, expenses, and costs shall be recoverable form the Contractor. Project PK-08-018 Page 3 Rev 08/12/2008 , . B The City shall protect, defend, indemnify and save harmless the Contractor, Its officers, employees and agents from any and all costs, claims, Judgments or awards of damages, 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 from 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 CONTRAcr 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 13. INTERPRETATION AND VENUE This Contract shall be Interpreted and construed In accordance With the laws of the State of Washington The venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards of quality, performance, or use deSired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits deScriptive literature when available Any bid containing a brand which IS not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid. Project PK-08-018 Page 4 Rev 08/12/2008 ... , . 15. INSPEcnON AND REJEcnON All goods, services, work, or materials purchased herein are subject to Inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of thiS order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or Interest accruing from thiS Contract Without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor IS and shall be at all times dUring the term of thiS Contract an Independent contractor and not an employee of the City 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. ThiS contract may be amended, modified or added to only by written Instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY A The Contractor shall Include the language of thiS section In each of Its first tier subcontracts, and shall require each of ItS subcontractors to Include substantially the same language of thiS section In each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of thiS section apply to all subcontractors regardless of tier B At the time of subcontract execution, the Contractor shall verify that each of Its first tier subcontractors meets the follOWing bidder responsibility criteria: At the time of subcontract bid submittal, have a certificate of registration In compliance With chapter 18.27 RON; Have a current state Unified business Identifier number; If applicable, have: . Industrial Insurance coverage for the subcontractor's employees working In Washington as reqUired In Title 51 RON; . An employment secUrity department number as required In Tile 50 RON; and . A state exCise tax registration number as required In Tile 82 RON; . An electrical contractor license, If required by Chapter 19.28 RON; . An elevator contract license, If required by Chapter 70.87 RON Not be disqualified from bidding on any public works contract under RON 39.06.010 or 39 12 065(3) Project PK-08-018 Page 5 Rev 0811212008 , . IN WITNESS WHEREOF, the parties have executed this Contract as of ~ 2008. CONTRACTOR CITY OF PORT'AMoELES , \ (J- By. or- ~,~ Printed Name: ~ob G...l"\d~ t.n TItle: V p at '"14..l'lnl5 Pnnted Name: l1tle \'Je~J 0 D~y ~L Address: I '14 "15 51..0 -re. +0" M{ City: _-J loU.-lo...t-; I"'l ,DiC. 91')0 Ie> ~ , TaxID# q3-o!>5"'la~l{ Phone Number: ,.,03- rs.,/- :;>-1/8"/ Purchase Order #. la 5\3 '; / Project PK-08-018 Page 6 Rev 0811212008 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 , . ATTACHMENT "A" WORK BY CONTRACTOR The contractor shall do all work and furnish all tools, 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: Surface Painting and Lining at Elks Pickle Ball Courts th Location: Pickle Ball courts are located on the corner of 13 street and Cedar Site Point of Contact: Supenntendent Corey Dellkat at 360-417-4566 Work Hours: The contractor Will be allowed to work at the Elks Pickle Ball Court from 7'00 AM to 5:00 PM, Monday through Fnday Work outside of these hours may be requested from and IS at the discretion of the Parks/Streets Superintendent. Work Requirements: 1. Safely secure work zone from public 2 There are SIX pickle ball courts to be painted on the newly asphalted surface The entire surface area to be painted IS approximately 13,000 square feet 3 Painting of court surfaces shall consist of a pnmer coat, a minimum of two Plexlpave or equal Filler Coats and an Acrylic FInish Coat 4 Courts are to be painted Flonda Green for In-court surfaces and California Red for the border surfaces The Non-Volley Zone In each of the SIX pickle ball courts are to be painted California Red as well (See diagram below for example) 20 Foot 5 The lines of all SIX courts shall be accurately laid out, taped, pnmed, and painted WIth two coats of white textured line pamt The lines are to be In accordance to the U S Pickle Ball AssociatIOn Project PK -08-018 Page 7 Rev 08/12/2008 " Contractor IS required to In up the work area and properly dispose .11 debns 6 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENTB INSURANCE Insurance Requirements: The Contractor shall procure and malntam for the duration of the Contract, msurance agamst claims for mJunes to persons or damage to property which may anse from or m connection With the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to mamtam the msurance as required shall constitute a matenal breach of contract upon which the City may, after glvmg five working days notice to the Contractor to correct the breach, Immediately term mate the Contract or at Its discretion, procure or renew such Insurance 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 against funds due the Contractor from the City. 1. MInimum Scope of Insurance The Contractor shall obtam Insurance of the types described below: a Automobile Llabllltv msurance 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 ansmg from premises, operations, stop gap liability, mdependent 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 msurance for liability ansmg from explOSion, collapse or underground property damage The City shall be named as an msured 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 Industnal Insurance laws of the State of Washington. 2. MInimum Amounts of Insurance The Contractor shall mamtam the follOWing Insurance limits a. Automobile Llabllltv Insurance With a minimum combmed smgle limit for bodily Injury and property damage of $1,000,000 per aCCident. b CommerCial General Llabllltv Insurance shall be wntten With limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 3. Other Insurance ProVISions PrOject PK -08-018 Page 8 Rev 08/12/2008 , , ' I . 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 PK-08-018 Page 9 Rev 08/12/2008 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . ATTACHMtT "C" PREVAILING WAGE RATES See attached hstIng WashIngton State PrevailIng Wage Rates For Pubhc Works Contracts, Clallam County, effective 03/02/2008 2 WashIngton State PrevailIng Wage Rates For Pubhc Works Contracts - ApprentIces, Clallam County, Effectlve03/02/2008 Project PK-08-018 Page 10 Rev 08/ I 2/2008 . State of Washington . DEPAFW"MENT OF LABOR AND INDUSTRIES Prevailing Wage SecMn - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES I.sted 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 brief description 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 5D $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 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 50 1M 50 1M 5D 1M 5D 1M 5D 1M 50 1M 5D 1H 5D 1M 5D 8A 1M 50 1T 5D 8L 1T 50 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L lE 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 PREVAILING WAGE ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL L1NEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE fABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS fENCE ERECTORS FENCE ERECTOR FENCE LABORER fLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & fROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN CAPTAIN COOK DECKHAND ENGINEER/DECKHAND MATE, LAUNCH OPERATOR $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 IE 5A IE 5A IE 5A IE 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 6Q 6Q lH 5D lH 5G IS 5J lH 5D . CLALLAM COUNTY . Elfeclive 03-02-08 ********************************************************************************************************** Classl'ficatlon 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 construction debns cleanup) FINE GRADERS FIRE WATCH FORM SETTER GAB ION 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 $3B 24 $36 24 $3720 $36 75 $3720 $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 Benent 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 5D HAZARDOUS WASTE WORKER LEVEL A $37 20 lH 5D HAZARDOUS WASTE WORKER LEVEL B $3675 lH 5D HAZARDOUS WASTE WORKER LEVEL C $36 24 lH 5D HIGH SCALER $37 20 lH 5D HOD CARRIERlMORTARMAN $36 75 lH 5D JACKHAMMER $36 75 1H 5D LASER BEAM OPERATOR $36 75 1H 5D MANHOLE BUILDER-MUDMAN $36 75 lH 5D MATERIAL YARDMAN $36 24 lH 5D MINER $37 20 lH 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36 75 lH 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $36 75 lH 5D PILOT CAR $3101 lH 5D PIPE POT TENDER $3675 lH 5D PIPE RELINER (NOT INSERT TYPE) $36 75 lH 5D PIPE LAYER & CAULKER $36 75 lH 5D PIPELAYER & CAULKER (LEAD) $37 20 lH 5D PIPEWRAPPER $36 75 lH 5D POT TENDER $36 24 1H 5D POWDERMAN $37 20 lH 5D POWDERMAN HELPER $3624 lH 5D POWERJACKS $36 75 lH 5D RAILROAD SPIKE PULLER (POWER) $36 75 lH 5D RE-TIMBERMAN $37 20 lH 5D RIPRAP MAN $36 24 lH 5D RODDER $36 75 lH 5D SCAFFOLD ERECTOR $36 24 lH 5D SCALE PERSON $36 24 lH 5D SIGNALMAN $36 24 lH 5D SLOPER (OVER 20") $36 75 lH 5D SLOPER SPRA YMAN $36 24 lH 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $36 75 lH 5D SPREADER (CONCRETE) $36 75 lH 5D STAKE HOPPER $36 24 lH 5D STOCKPILER $36 24 lH 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $36 75 lH 5D TAMPER (MULTIPLE & SELF PROPELLED) $36 75 lH 5D TOOLROOM MAN (AT JOB SITE) $36 24 lH 5D TOPPER-TAILER $36 24 lH 5D TRACK LABORER $36 24 lH 5D TRACK LINER (POWER) $36 75 lH 5D TRUCK SPOTTER $36 24 lH 5D TUGGER OPERATOR $36 75 lH 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36 24 1H 5D VIBRATOR $36 75 lH 5D VINYL SEAMER $36 24 lH 5D WELDER $36 24 lH 5D WELL-POINT LABORER $36 75 lH 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 1H 5D PIPE LAYER $36 75 1H 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 1 LABORER $1113 1 MACHINE OPERATOR $1066 1 PAINTER $1141 1 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 1G 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 5D BL BROOMS $4214 1T 5D BL BUMP CUTTER $44 92 1T 5D BL CABLEWA YS $4541 1T 5D BL CHIPPER $44 92 1T 5D BL COMPRESSORS $4214 1T 5D BL CONCRETE FINISH MACHINE - LASER SCREED $4214 1T 5D BL CONCRETE PUMPS $44 50 1T 5D BL CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 5D BL CONVEYORS $44 50 1T 5D BL CRANES, THRU 19 TONS, WITH ATTACHMENTS $44 50 1T 5D BL CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44 92 1T 5D BL CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4541 1T 5D BL WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45 96 1T 5D BL WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46 53 1T 5D BL WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $4214 1T 5D BL CRANES, A-FRAME, OVER 10 TON $44 50 1T 5D BL Page 5 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING TIme Holiday Note Classlficalion WAGE Code Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $4709 1T 50 8L 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 ENGINEERlDECK 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 GRADECHECKERANDSTAKEMAN $4214 1T 50 BL GUARDRAIL PUNCH $44 92 1T 50 BL HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $44 50 1T 50 BL HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 1T 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 8L LOADERS, OVERHEAD (6 YO UP TO B YO) $4541 1T 50 BL LOADERS, OVERHEAD (B YO & OVER) $45 96 1T 50 BL LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $44 92 1T 50 BL LOCOMOTIVES, ALL $44 92 1T 50 BL 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 BL OPERATOR PAVEMENT BREAKER $4214 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44 92 1T 50 BL PLANT OILER (ASPHALT, CRUSHER) $44 50 1T 50 BL POSTHOLE DIGGER, MECHANICAL $4214 1T 50 BL POWER PLANT $4214 1T 50 BL PUMPS, WATER $4214 1T 50 BL QUAD 9, 0-10, AND HD-41 $4541 1T 50 BL REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4541 1T 50 BL EQUIP RIGGER AND BELLMAN $4214 1T 50 8L ROLLAGON $4541 1T 50 BL ROLLER, OTHER THAN PLANT ROAD MIX $4214 1T 50 BL ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44 50 1T 50 BL ROTO-MILL, ROTO-GRINDER $44 92 1T 50 BL SAWS, CONCRETE $44 50 1T 50 BL Page 6 . CLALLAM COUNTY Effective 03-02-08 . ********************************************************************************************************** Classification 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 & PIPE FITTERS JOURNEY LEVEL Page 7 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $44 92 1T 5D 8L $4541 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $4214 1T 5D 8L $4541 lT 5D 8L $44 92 1T 50 8L $44 92 1T 50 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 5D 8L $44 92 1T 5D 8L $4541 1T 5D 8L $44 50 1T 5D 8L $44 50 1T 5D 8L $44 92 1T 50 8L $44 92 1T 5D 8L $4214 1T 5D 8L $44 92 1T 5D 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 $17 85 $25 63 $1800 $27 78 $2136 $986 $1808 $1597 $1460 . CLALLAM COUNTY . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday 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 CHAIN PERSON $935 INSTRUMENT PERSON $1140 PARTY CHIEF $1340 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $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 II $30 05 2B SA TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30 66 2B SA TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28 53 26 SA TELEVISION GROUND PERSON $1631 26 SA TELEVISION L1NEPERSON/INSTALLER $2168 26 SA TELEVISION SYSTEM TECHNICIAN $35 78 26 SA TELEVISION TECHNICIAN $2319 26 SA TREE TRIMMER $28 53 26 SA 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 6L 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 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 lH 50 3 2001-3000 HOURS 80 00% $30 63 lH 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 lC 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% $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 5001-13000 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 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 64 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 Penod 60 00% 2 2nd Penod 65 00% 3 3rd Period 70 00% 44th Period 75 00% 55th Penod 80 00% 66th Penod 85 aO% 77th Penod 90 00% 88th Penod 95 00% PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING 1 1 st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th Period 85 00% 77th Penod 90 00% 88th Penod 95 00% BRIDGE. DOCK AND WARF CARPENTERS 1 1st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Period 75 00% 55th Period 80 00% 66th Period 85 00% 77th Penod 90 00% 88th Period 95 00% CEMENT MASONS JOURNEY LEVEL 1 0000-'000 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 $41 19 1M 50 $23 52 1M 50 $30 85 1M 50 $33 46 1M 50 $36 07 1M 50 $38 69 1M 50 $4130 1M 50 $27 28 1M 50 $33 03 1M 50 $34 70 1M 50 $36 38 1M 50 $38 05 1M 50 $39 73 1M 50 $4140 1M 50 $43 08 1M 50 $26 80 1M 50 $3251 1M 50 $3414 1M 50 $35 78 1M 50 $3741 1M 50 $39 05 1M 50 $40 68 1M 50 $42 32 1M 50 $26 68 1M 50 $32 38 1M 50 $34 00 1M 50 $35 63 1M 50 $37 25 1M 50 $38 88 1M 50 $40 50 1M 50 $4213 1M 50 $1402 $1682 $1963 $22 43 $25 24 $26 64 1H 1H 1H lH 1H 1H 50 50 50 50 50 50 . . 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 lE 5P 4 3001-4000 HOURS 75 00% $35 94 1E 5P 5 4001-5000 HOURS 85 00% $39 00 lE 5P 6 5001-6000 HOURS 90 00% $40 53 lE 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 1E 5A 4 3501-5000 HOURS 65 00% $35 85 lE 5A 5 5001-6500 HOURS 75 00% $40 26 lE 5A 6 6501-8000 HOURS 85 00% $44 65 1E 5A ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEYLEVELLINEPERSON 1 0000-1000 HOURS 60 00% $33 08 4A 5A 2 1001-2000 HOURS 63 00% $34 30 4A 5A 3 2001-3000 HOURS 67 00% $35 87 4A 5A 4 3001-4000 HOURS 72 00% $37 97 4A 5A 5 4001-5000 HOURS 78 00% $40 42 4A 5A 6 5001-6000 HOURS 86 00% $43 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 TION TECHNICIANS TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL 1 0000-0800 HOURS 60 00% $21 18 lE 5A 2 0801-1500 HOURS 65 00% $22 58 1E 5A 3 1601-2400 HOURS 70 00% $23 97 1E 5A 4 2401-3200 HOURS 75 00% $25 37 lE 5A 5 3201-4000 HOURS 80 00% $26 76 lE 5A 6 4001-4800 HOURS 85 00% $2816 lE 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $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 1H 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 1S 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 1H 50 3 2001-3000 HOURS 80 00% $30 63 1H 50 4 3001--4000 HOURS 90 00% $33 44 lH 50 INSULA TlON APPLlCA 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 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 1H 5D 2 1001-2000 HOURS 70 00% $27 83 1H 5D 3 2001-3000 HOURS 80 00% $30 63 1H 5D 4 3001-4000 HOURS 90 00% $33 44 1H 5D LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER 1 0000-1000 HOURS 60 00% $25 02 1H 5D 2 1001-2000 HOURS 70 00% $27 83 1H 5D 3 2001-3000 HOURS 80 00% $30 63 1H 5D 4 3001-4000 HOURS 90 00% $33 44 1H 5D LA THERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% $23 46 1M 5D 2 0701-1400 HOURS 60 00% $30 78 1M 5D 3 1401-2100 HOURS 68 00% $33 38 1M 5D 4 2101-2800 HOURS 76 00% $35 98 1M 5D 5 2801-3500 HOURS 84 00% $38 59 1M 5D 6 3501-4200 HOURS 92 00% $4119 1M 5D 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 Wage Code Code $1937 $20 66 $2196 $23 25 $24 54 $24 54 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 & PIPEFITTERS 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 EQWPMENT OPERATORS 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 EQWPMENT OPERA TORS- UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORSI 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 TlON & 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% RESIDENTIAL CARPENTERS Page 6 $35 53 $46 65 $49 70 $51 72 $55 77 1G 1G 1G 1G 1G 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 $1384 $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 Period 65 00% $1160 3 3rd Penod 70 00% $1250 44th Penod 75 00% $1339 55th Penod 80 00% $1428 66th Penod 85 00% $1517 77th Penod 90 00% $1607 88th Penod 95 00% $1696 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50 00% $1389 2 0901-1800 HOURS 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 (FIELO OR SHOP) 1 0000-0900 HOURS 55 00% $17 03 lE 6L 2 0901-1800 HOURS 60 00% $17 94 lE 6L 3 1801-2700 HOURS 65 00% $1927 lE 6L 4 2701-3600 HOURS 70 00% $2019 lE 6L 5 3601-4500 HOURS 75 00% $2135 lE 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 lR 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 lE 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% $3740 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 lE 6L 7 7001-8000 HOURS 75 00% $4124 lE 6L 8 8001-9000 HOURS 80 00% $4316 lE 6L 9 9001-10000 HOURS 85 00% $45 09 lE 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 PROTECTION) JOURNEY LEVEL GRADE 1 (INDENTURED AFTER APRIL 1, 2000) 1 0000-1000 HOURS 45 00% $885 2 1001-2000 HOURS 50 00% $984 3 2001-3000 HOURS 55 00% $1082 4 3001-4000 HOURS 60 00% $1180 1 0000-1000 HOURS 40 00% $807 2 1001-2000 HOURS 45 00% $885 3 2001-3000 HOURS 50 00% $984 4 3001-4000 HOURS 55 00% $1082 1 0000-1000 HOURS 65 00% $1279 2 1001-2000 HOURS 70 00% $1377 3 2001-3000 HOURS 75 00% $1475 4 3001-4000 HOURS 80 00% $1574 5 4001-5000 HOURS 85 00% $1672 6 5001-6000 HOURS 90 00% $1770 1 0000-1000 HOURS 60 00% $11 80 2 1001-2000 HOURS 65 00% $1279 3 2001-3000 HOURS 70 00% $1377 4 3001-4000 HOURS 75 00% $1475 5 4001-5000 HOURS 80 00% $1574 6 5001-6000 HOURS 85 00% $1672 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 31212008 PrevaIling OvertIme Holiday Note Wage Code Code Code $25 00 1M 5A $26 53 1M 5A $28 06 1M 5A $3112 1M 5A $3419 1M 5A $37 25 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 '1,;), 'i,)NEP!17/2008/WED 111,05 AM Atl.rack "l~ 1/1 : ': :1[, 'j i I I ' I fill I i !II I , '" , I . , I i' !' I' 1 ' , I , I' The bld~er hereby bids the follOWing amounts for all work (Including labor, I: I equipment, time and materials) required to perform the work In the Statement of 'f I" Work aI)' d this package. il ~ I' 1'1 I : :I~ 1 Lump sumll $1~1 qqq. lJb ': :1: 2 Sales Tax (84%) $I,CR t. q.,R " " :':i 3. TotalBJd 1 $/J,. ()qO. q.Q. 'I:; :/; ^ - .. , 4. Contractor ~va"ablhty Dates. """t"-'" " )on~,.. i'l..1 I ....,'5 : II;! I! I 5. The bldder;hereby acknowledges that It has received Addenda No(s), ^-I ~ I,ll i (Enter "Nt,," If none were Issued) to this Request for Quotation package. 11,1 , :!!i I 6. The name ft the bidder submltbng this bid and its bUSiness phone number and address, to which [,! address aUlcommunicatJons concemed with this bid and with the contract shall be sent, are listed '! ' below. AnYiwntten nollces required by the terms of an awarded contract shall be selVed or mailed to the tOlloTlng address. Contractor Infon:nation' I 1, Company Na"1e: , , 11 " I' :1,1, ,I II' , I' " , , ii' i 'JI "'I ~ !i Ij\l, I j\:1 1 '., , 'Jll i , I' , , , I' I: I~ 4 . I, !,'I i , " 1,1, " I , I' : " :il ~lli I"'LII "I !I:I ' I~ ' I ~ ! FAX No . P 002 QUOTATION FORM Surface Parnbno and Lining PK -08-018 2. Address: 3. Oty, State, ZIp Code, ~"'~~1!. J;;;. 1,,1-145 ~ -re.+ol\.. AJJIL 'juoJ,.,+l.1\... DR. Q7('JI.....!1 . - I 4. Phone Number: I 5 Contractor RejJIstratlon Number: I 6. USI Number. I I 7. WA State IndJslJial Insurance Account Number: ......t.-!J 81n/)DD 7 , I B. WA State EmRloyment Security Dept Number' la 757 D.3 I 9, St<lte Exdse -rrx Registration Number: ~^IY">I bCJd lob The bidder rep~esents that It is q 'fled and possesses sufficient skills and the necessary capabilities to perform the ~ervlce t forth Its Contract. SD3' ",q I .ej./.4 R.I.! -'l".,r. dJ.">In AnA,,-r~ ~/S' n\~. ~oo, k>qclU^(~ Signed by Title , Printed Name: ] Date P. ,q't"lb..A.+- Il,(..l\d.~re.lI... q.IT~8 Project' PK-08-:<118 I , i I Page 2 Rev 0811212008 , . P.O. #: 012513 DATE: 10/10/08 INVOICE TO: City of Port Angeles ATTN: ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO. ATLAS TRACK & TENNIS 1945 SW TETON AVE TUALATIN, OR 97062-8824 SHIP TO: Clty of Port Angeles PARKS SHOP 1310 W 16TH ST PORT ANGELES, WA 98363 VENDOR # 27219 REQ. NO 12360 REQUISITIONED BY LUCY HANLEY SHIP VIA: F.O.B. FREIGHT TERMS NET QUANTI TYUOM 1.00EA ITEM NO AND DESCRIPTION SURFACE PAINTING & LINING AT ELK'S PICKLE BALL COURT. UNIT CO 12999.00 EXTENDED COST 12999.00 SUB-TOTAL TAX 8.4 TOTAL 12999.00 1091. 92 14090.92 AUTHORIZED BY "