HomeMy WebLinkAbout4.624I Original Contract
"
.
City of Port Angeles
Public Works & UtIlitIes Dept
OperatIOns Office
1703 Soulh B Street
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
.
"
LIMITED PUBLIC WORKS PROCESS
o Request for Quotation
[g] Contract
Contract Title Screen SweeolnQ, PrOject Number' ST-08-019
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND Bob's ScreenlnQ Service ("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
[g] All work under thiS Contract IS to be completed Z days from the Notice to Proceed. No work IS to
be performed pnor to wntten Notice to Proceed by the City
o The performance penod under thiS Contract commences _ calendar days after contract
award and ends _ calendar days after contract award.
3. PAYMENT
A The City shall pay the Contractor for the work performed under thiS contract (check one):
o Time and matenal, not to exceed: $_
o Time and actual expenses Incurred, not to exceed: $_
o Unit pnces set forth In the Contractor's bid or quote, not to exceed $_
[g] Firm Fixed Pnce set forth In Contractor bid or quote In the amount of: $ 3,525 17
The Contractor shall do all work and furnish all tools, matenals, and eqUipment, In accordance
With and as descnbed In the Attachment "A"
The Contractor shall prOVide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of matenals and for constructing and completing
the work prOVided for In thiS contract and every part thereof, except as are mentioned In the
speCifications to be furnished by the City of Port Angeles
B The Contractor shall maintain time and expense records, which may be requested by the City The contractor
shall submit InVOices to the City for payment for work performed. All inVOices must reference the City's contract
number. InVOices shall be In a format acceptable to the City.
C The City shall pay all inVOices from the Contractor by mailing a City warrant Within 30 days of receipt of a
properly completed inVOice
D All records and accounts pertaining to thiS Contract are to be kept available for inspections by representatives
of the City for a penod of three (3) years after final payment Copies shall be made available to the City upon
request.
Project ST-08-019
Page 1
Rev 08/26/2008
E.' if dunng the course of the Conti, the work rendered does not meet the nlrements set forth In the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the nght to withhold payment for such work until It meets the requirements of the
Contract Documents
4. 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
matenals discovered Within one year after acceptance of this work When corrections of defects are made,
Contractor shall be responsible for correcting all defects In workmanship and/or matenals In the corrected work
for one year after acceptance of the corrections by the City The Contractor shall start work to remedy such
defects Within seven (7) days of mailing notice of discovery thereof by City and shall complete such work Within a
reasonable time In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, In which case the cost shall be borne by the Contractor In the event the
Contractor does not accomplish corrections at the time speCified, the work Will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects In the Contractors work including, but not limited to, cost of
matenals and labor expended by the City In making emergency repairs and cost of englneenng, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at Its own
expense. Where matenals or procedures are not speCified In the Contract Document, the City Will rely on the
profeSSional Judgment of the Contractor to make appropnate selections
D. Nondlscnmlnatlon/Affirmatlve Action Contractor agrees not to dlscnmlnate against any employee or applicant
for employment or any other persons In the performance of thiS Contract because of race, creed, color, national
ongln, mantal status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post In conspIcuous
places, available to employees and applicants for employment, notices to be prOVided by Contractor setting forth
the proVISions of the nondlscnmlnatlon clause.
E. Employment. Any and all employees of the Contractor, while engaged In the performance of any work or
services reqUired by the Contractor under thiS Contract, shall be conSidered employees of the Contractor only and
not of the City. Any and all claims that may anse under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omiSSion on the part of the Contractor's employees, while so engaged on any of the work or services proVided or
rendered herein, shall not be the obligation of the City.
S. 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 matenal
prOVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the Contract by the
City, In whole or In part, and may result In Ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
A ThiS Contract shall terminate upon satisfactory completion of the work descnbed In Attachment "A" and final
payment by the City
B The City may terminate the Contract and take possession of the premises and all matenals thereon
and finish the work by whatever methods It may deem expedient, by giving 10 days wntten notice to the
Project ST-08-019
Page 2
Rev 08/26/2008
c:~tractor, upon the occurrence O~y one or more of the events hereafter sp.ed
1 The Contractor makes a general assignment for the benefit of Its creditors.
2. A receiver IS appointed as a result of the msolvency of the Contractor
3 The Contractor persistently or repeatedly refuses or falls to complete the work required herem.
4. Contractor falls to make prompt payment to subcontractors for material or labor
5 Contractor persistently disregards federal, state or local regulations and ordmances.
6. Contractor persistently disregards Instructions of the Contract Admmlstrator, or otherwise
substantially violates the terms of thiS Contract.
7 The City determines that suffiCient operating funds are not available to fund completion of the work
contracted for.
C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any further
amounts due under thiS Contract until the work specified m Attachment "A" IS satisfactorily completed, as
scheduled, up to the date of termination. At such time, If the unpaid balance of the amount to be paid under thiS
Contract exceeds the expense Incurred by the City In finlshmg the work, and all damages sustamed by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor If the City's expense and damages exceed the unpaid balance,
Contractor and hiS surety shall be 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 Incurred 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 IndiVidual or
organization by the Contractor Without prior written approval of the City or by court order.
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras arlsmg out of the performance of thiS Contract
must be made m wrltmg to the City wlthm thirty days after the discovery of such damage, expense or loss, and m
no event later than the time of approval by the City for final payment Contractor, upon makmg application for
final payment, shall be deemed to have waived Its right to claim for any other damages for which application has
not been made, unless such claim for final payment mcludes notice of additional claim and fully deScribes such
claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responsibility for
the City under thiS Contract and shall oversee and approve all work to be performed, coordinate commUnications,
and review and approve all mvolces, 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, arising out of or m 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 mdustrlal msurance provIsion of Title 51 RCW. In
the event the City obtains any judgment or award, and/or mcurs any cost arlsmg therefrom mcludmg attorneys'
fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the
Contractor.
Project ST-08-019
Page 3
Rev 08/26/2008
B'The City shall protect, defend, I!mnlfy and save harmless the Contractor, ~fficers, employees and agents
from any and all costs, claims, Judgments or awards of damages, arising out of or In any way resulting from the
negligent acts or omiSSions of the City The City agrees that Its obligations under thiS subparagraph extend to any
claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For thiS
purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any Immunity that
would otherwise be available against such claims under the industrial Insurance proVIsion of Title 51 RON In the
event the Contractor obtainS any Judgment or award, and/or Incurs any cost arising therefrom Including
attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable
from the City.
11. INSURANCE
The Contractor shall maintain Insurance as set forth In Attachment B.
12. PREVAILING WAGE
ThiS Contract IS subject to the requirements of Chapter 39.12 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 Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though
fully set forth herein
Prior to making any payment under thiS Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries.
It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage" The
Contractor shall be responsible for all filing fees Each inVOice shall Include a signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance
of services rendered, Contractor shall submit an "AffidaVit of Wages Paid"
For a contract award or an on-call contract work order under $2,500, and In accordance With RON 39 12 040(2),
the contractor or subcontractor IS authOrized to submit a combined Statement Of Intent To Pay Prevailing Wages
& Affidavit Of Wages directly to the City of Port Angeles at final inVOICing. Submission shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute arises as to what are the prevailing rates of wages for a speCific trade, craft or occupation
and such dispute cannot be adjusted by the parties In Interest, Including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decIsion shall be final, conclUSive, and binding on all parties Involved In the dispute.
13. INTERPRETATION AND VENUE
ThiS Contract shall be Interpreted and construed In accordance With the laws of the State of Washington The
venue of any litigation between the parties regarding thiS Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal" IS named It shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired Brands of equal quality, performance, and use shall be conSidered,
proVided Contractor speCifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which IS not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be suffiCient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City Any
Project ST-08-019
Page 4
Rev 08/26/2008
.
I . .
rejection of goods, services, work, or materials resulting because of nonconforrTl!Y to the terms and specifications
of thiS order, whether held by the City or returned, Will be at Contractor's risk and expense.
16. SUBLETTlNG 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 IMODIFICATION
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 reqwrements 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 RCW;
Have a current state umfied business Identifier number;
If applicable, have
. Industrial Insurance coverage for the subcontractor's employees working In Washington as required
In Title 51 RCW;
. An employment security department number as required In Tile 50 RCW' and
. A state excise tax registration number as required In Tile 82 RCW;
. An electrical contractor license, If reqUired by Chapter 19.28 RCW;
. An elevator contract license, If required by Chapter 70.87 RCW.
Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39 12 065(3)
PrOject ST-08-019
Page 5
Rev 08/26/2008
.
.
IN WITNESS WHEREOF, the parties have executed this Contract as of ~, 2008.
CONTRACTOR
CITY OF PORT
Print
By: /fob ~r f D. Fc0;YLj fort
Printed Name tPk [), ~~
TItle t) tJ It- ~
By:
Title:
Address 40 3~ 8. IS A.j/e.'1 L(X. -Rj.
City: ~rf 4~tdM I tJ~J1. 9FJ(Z-
TaxID#: 00?~ /Cjl( '-1)7
Phone Number' 'JCO- lfC.O- 'JS''12
Purchase Order #:
\6350
Project ST-08-019
Page 6
Rev 08/26/2008
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "A"
WORK BY CONTRACTOR
The contractor shall do all work and furnish all tools, materials, and equipment In order to
accomplish the project descnbed 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. Safely secure work zone and access road from public.
General Scope: Screening of street sweeping and educts of numerous City catch baSins
debns.
Location: Regional Transfer Station Decant Facility at 3501 W. 18th Street
Site Point of Contact: ASSistant Supenntendent Enc Wheatley at 360-417-4825.
Work Hours: The Contractor will be allowed to work from 7:00 AM to 5:00 PM, Monday
through Saturday. Work outside of these hours may be requested from and IS at the discretion
of the Parks/Streets ASSistant Superintendent.
Work Requirements:
1.) There are two stalls full of debns from both street sweeping and educts of catch baSins of
mUnicipal streets and nght-of-ways.
2.) Contractor will screen the eXisting piles to remove debns matenals larger than 5/8". Final
screened matenal shall be placed In the furthest most eastern stall (labeled "Screened
Matenal"). The debns from the screening process will be put In a City of Port Angeles 10
yard dump truck by the Contractor and will be emptied by City personnel when full.
3.) There will be a pre-bid site VISit and shall be on September 11, 2008, at 10:00 a.m.
Contractors can meet With the pOint of contact at the Corp yard located at 1703 South B
Street, Port Angeles, Washington and proceed to the site.
4.) Work has to be done Within 7 days from Contractor signing the Notice to Proceed form.
The following pictures depict the eXisting debns of street sweeping and educts of catch baSinS.
PrOject ST-08-019
Page 7
Rev 08/26/2008
.
.
.
First I'i1eof debris:
Second pile of debris:
Project ST-08-019
Page 8
Rev 08/26/2008
.
.
.
ATTACHMENT B
INSURANCE
City of Port Angeles
Operations Office
Public Works and Ultllltes Department
360-417-4541
Insurance Requirements:
The Contractor shall procure and maintain for the duration of the Contract, Insurance against claims for Injuries 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 maintain the Insurance as reqUired shall constitute a material breach of contract upon which the
City may, after giVing five working days notice to the Contractor to correct the breach, Immediately terminate the
Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums In connection
thereWith, With any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City
1. MInimum Scope of Insurance
The Contractor shall obtain Insurance of the types described below:
a. Automobile Llabllltv Insurance 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 providing
eqUivalent liability coverage. If necessary, the policy shall be endorsed to prOVide contractual liability
coverage.
b CommerCial General Llabllltv Insurance shall be written on ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop gap liability, Independent contractors, products-
completed operations, personal Injury and advertiSing inJury, and liability assumed under an Insured
contract. The Commercial General Liability Insurance shall be endorsed to provide the Aggregate Per
Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of
the CommerCial General Liability Insurance for liability arising from explOSion, collapse or
underground property damage. The City shall be named as an Insured under the Contractor's
Commercial General Liability Insurance policy With respect to the work performed for the City uSing
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements prOViding eqUivalent coverage
c. Workers' Comoensatlon coverage as required by the Industrial Insurance laws of the State of
Washington.
2 Mmlmum Amounts of Insurance
The Contractor shall mamtaln the followmg msurance limits.
a Automobile Llabllltv msurance With a mmlmum combined Single limit for bodily Injury and property
damage of $1,000,000 per aCCIdent
b. Commercial General Llabllltv Insurance 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.
3. Other Insurance ProVISions
The Insurance poliCies are to contain, or be endorsed to contam, the follOWing provISions for Automobile
liability and Commercial General liability msurance.
a. The Contractor's Insurance coverage shall be primary Insurance as respect to the City. Any
Project ST-08-019
Page 9
Rev 08/26/2008
. .
Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be In excess of the
Contractor's Insurance and shall not contnbute with It
b. The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days pnor wntten notice by certified mall, return receipt requested, has been
given to the City
4. Acceptability of Insurers
Insurance IS to be placed with Insurers with a current A M Best rating of not less than A:VI.
5. Venficatlon of Coverage
The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements,
including but not necessanly limited to the additional Insured endorsement, eVidencing the Automobile
Liability and Commercial General liability Insurance of the Contractor before commencement of the work
Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk
Insurance policy that Includes all applicable conditions, exclusions, 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 nghts against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by
BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of
thiS Contract or other property Insurance applicable to the work. The poliCies shall provide such waivers by
endorsement or otherwise.
Project ST-08-019
Page 10
Rev 08/26/2008
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
.
.
ATTACHMENT "C"
PREVAILING WAGE RATES
See attached hstmg
Washmgton State Prevalhng Wage Rates For Pubhc Works Contracts, Clallam County, effective 8-31-2008
2 Washmgton State Prevailmg Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County,
effective 8-31-2008
Project ST-08-019
Page 11
Rev 08/26/2008
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevallmg 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% $20 23 1H 5D
2 1001-2000 HOURS 60 00% $23 20 1H 5D
3 2001-3000 HOURS 75 00% $29 90 1H 5D
4 3001-4000 HOURS 90 00% $34 79 1H 5D
1 0000-1000 HOURS 60 00% $26 20 1H 5D
2 1001-2000 HOURS 70 00% $2916 1H 5D
3 2001-3000 HOURS 80 00% $3213 1H 5D
4 3001-4000 HOURS 90 00% $35 09 1H 5D
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 lC 5N
6 5001-6000 HOURS 95 00% $48 75 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $2712 1M 5A
2 0750-2250 HOURS 55 00% $28 78 1M 5A
3 2550-3000 HOURS 60 00% $30 44 1M 5A
4 3000-3750 HOURS 70 00% $33 75 1M 5A
5 3750-4500 HOURS 80 00% $37 07 1M 5A
6 4500-5250 HOURS 90 00% $40 38 1M 5A
7 5250-6000 HOURS 95 00% $42 04 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $28 07 1M 5D
2 1001-2000 HOURS 65 00% $34 05 1M 5D
3 2001-3000 HOURS 70 00% $35 78 1M 5D
4 3001-4000 HOURS 75 00% $3751 1M 5D
5 4001-5000 HOURS 8000% $39 24 1M 5D
6 5001-6000 HOURS 85 00% $40 97 1M 5D
7 6001-7000 HOURS 90 00% $42 70 1M 5D
8 7001-8000 HOURS 95 00% $44 43 1M 5D
DRYWALL APPLlCA TOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
1 0000-0700 HOURS 50 00% $2475 1M 5D
2 0701-1400 HOURS 60 00% $32 48 1M 5D
3 1401-2100 HOURS 68 00% $35 27 1M 5D
4 2101-2800 HOURS 76 00% $38 06 1M 5D
5 2801-3500 HOURS 84 00% $40 84 1M 5D
Page 1
.
Stage of Progression & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 0701-1400 HOURS 60 00%
3 1401-2100 HOURS 68 00%
4 2101-2800 HOURS 76 00%
5 2801-3500 HOURS B4 00%
6 3501-4200 HOURS 92 00%
MILLWRIGHT ANO MACHINE ERECTORS
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
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 Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING
1 st 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%
a 8th Penod 95 00%
BRIDGE. DOCK AND WARF CARPENTERS
1 st Penod 60 00%
2 2nd Penod 65 00%
3 3rd Penod 70 00%
44th Penod 75 00%
55th Penod 80 00%
66th Penod 85 00%
77th Penod 90 00%
88th Penod 95 00%
CEMENT MASONS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 70 00%
4 3001-4000 HOURS 80 00%
5 4001-5000 HOURS 90 00%
6 5001-6000 HOURS 95 00%
DRYWALL TAPERS
Page 2
Prevailing
Wage
$43 63
Overtime
Code
1M
Holiday
Code
5D
$24 70 1M 5D
$3242 1M 5D
$35 20 1M 5D
$37 98 1M 5D
$40 76 1M 5D
$43 54 1M 5D
$28 67 1M 5D
$34 70 1M 5D
$36 48 1M 5D
$38 26 1M 5D
$40 04 1M 5D
$4182 1M 5D
$43 60 1M 5D
$45 38 1M 5D
$2819 1M 5D
$3418 1M 5D
$35 92 1M 5D
$37 66 1M 5D
$39 40 1M 5D
$4114 1M 5D
$42 88 1M 5D
$44 62 1M 5D
$28 07 1M 5D
$34 05 1M 5D
$35 78 1M 5D
$3751 1M 5D
$3924 1M 5D
$40 97 1M 5D
$42 70 1M 5D
$44 43 1M 5D
$1483
$1780
$20 76
$23 73
$26 69
$2818
lH
lH
1H
1H
lH
lH
5D
5D
5D
5D
5D
5D
Note
Code
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing Overtime Holiday Note
Stage of ProgressIOn & Hour Range Wage Code Code Code
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $2974 lE 5P
2 1001-2000 HOURS 55 00% $3137 lE 5P
3 2001-3000 HOURS 65 00% $34 63 lE 5P
4 3001-4000 HOURS 75 00% $37 89 lE 5P
5 4001-5000 HOURS 85 00% $41 15 lE 5P
6 5001-6000 HOURS 90 00% $42 78 lE 5P
ELECTRICIANS - INSIDE
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $25 75 lE 5A
2 1001-2000 HOURS 50 00% $27 80 lE 5A
3 2001-3500 HOURS 55 00% $3311 1E 5A
4 3501-5000 HOURS 65 00% $3781 lE 5A
5 5001-6500 HOURS 75 00% $4251 lE 5A
6 6501-8000 HOURS 85 00% $4720 lE 5A
ELECTRICIANS - POWERLfNE CONSTRUCTION
JOURNEY LEVEL LfNEPERSON
1 0000-1000 HOURS 60 00% $33 08 4A 5A
2 1001-2000 HOURS 83 00% $34 30 4A 5A
3 2001-3000 HOURS 67 00% $35 87 4A 5A
4 3001-4000 HOURS 72 00% $37 97 4A 5A
5 4001-5000 HOURS 78 00% $40 42 4A 5A
6 5001-6000 HOURS 86 00% $43 68 4A 5A
7 6001-7000 HOURS 90 00% $4531 4A 5A
POLE SPRA YER
1 0000-1000 HOURS 85 70% $43 55 4A 5A
2 1001-2000 HOURS 89 80% $45 23 4A 5A
3 2001-3000 HOURS 92 80% $46 45 4A 5A
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 8000% $5153 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 55 00% $807
2 1001-2000 HOURS 60 00% $807
3 2001-3000 HOURS 65 00% $807
4 3001-4000 HOURS 70 00% $845
5 4001-5000 HOURS 75 00% $905
6 5001-6000 HOURS 80 00% $966
7 6001~7000 HOURS 85 00% $1026
Page 3
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 7001-8000 HOURS 95 00% $1147
TELECOMMUNICA TION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00% $2118 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 50 00% $2510 lY 58
2 1001-2000 HOURS 55 00% $2711 1Y 58
3 2001-3000 HOURS 60 00% $2912 1Y 58
4 3001-4000 HOURS 65 00% $3113 1Y 58
5 4001-5000 HOURS 70 00% $3314 1Y 58
6 5001-6000 HOURS 75 00% $3515 1Y 58
7 6001-7000 HOURS 80 00% $3716 1Y 58
8 7001-8000 HOURS 90 00% $41 18 1Y 58
HEA T & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC
1 0000-2000 HOURS 45 00% $28 59 lS 5J
2 2001-4000 HOURS 55 00% $32 04 lS 5J
3 4001-6000 HOURS 65 00% $3549 lS 5J
4 6001-8000 HOURS 75 00% $38 95 lS 5J
5 8001-10000 HOURS 85 00% $42 40 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
1 0000-1000 HOURS 60 00% $26 20 lH 5D
2 1001-2000 HOURS 70 00% $2916 lH 5D
3 2001-3000 HOURS 80 00% $3213 lH 5D
4 3001-4000 HOURS 90 00% $35 09 lH 5D
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% $29 28 10 5A
2 0751-1500 HOURS 70 00% $3100 10 5A
3 1501-2250 HOURS 75 00% $42 17 10 5A
4 2251-3000 HOURS 80 00% $43 89 10 5A
Page 4
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing Overtime Holiday Note
Stage of Progression & Hour Range Wage Code Code Code
5 3001-3750 HOURS 90 00% $47 33 10 SA
6 3751-4500 HOURS 90 00% $4733 10 5A
7 4501-5250 HOURS 95 00% $49 05 10 5A
8 5251-6000 HOURS 95 00% $4905 10 SA
LABORERS
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 20 1H SD
2 1001-2000 HOURS 70 00% $2916 1H SD
3 2001-3000 HOURS 80 00% $3213 1H 5D
4 3001-4000 HOURS 90 00% $3509 1H SD
LABORERS - UNDERGROUND SEWER & WA TER
GENERAL LABORER
1 0000-1000 HOURS 60 00% $26 20 1H 5D
2 1001-2000 HOURS 70 00% $2916 1H 5D
3 2001-3000 HOURS 80 00% $3213 1H SD
4 3001-4000 HOURS 90 00% $3509 1H 5D
LA THERS
JOURNEY LEVEL
1 0000-0700 HOURS 50 00% $24 75 1M SD
2 0701-1400 HOURS 60 00% $3248 1M SD
3 1401-2100 HOURS 68 00% $35 27 1M SD
4 2101-2800 HOURS 76 00% $38 06 1M SD
5 2801-3500 HOURS 84 00% $40 84 1M 5D
6 3501-4200 HOURS 92 00% $43 63 1M SD
PAINTERS
JOURNEY LEVEL
1 0000-0750 HOURS 52 00% $1974 28 SA
2 0751-1500 HOURS 56 00% $2081 28 5A
3 1501-2250 HOURS 60 00% $2188 28 SA
4 2251-3000 HOURS 64 00% $2381 28 5A
5 3001-3750 HOURS 68 00% $24 93 28 5A
6 3751-4500 HOURS 72 00% $26 06 28 5A
PLASTERERS
JOURNEY LEVEL
1 0000-0500 HOURS 40 00% $1033
2 0501.1000 HOURS 45 00% $1162
3 1001-1500 HOURS 45 00% $1162
4 1501-2000 HOURS 50 00% $1292
5 2001-2500 HOURS 55 00% $1421
6 2501-3000 HOURS 60 00% $1550
7 3001-3500 HOURS 65 00% $1679
8 3501-4000 HOURS 70 00% $1808
9 4001-4500 HOURS 75 00% $1937
10 4501-5000 HOURS 80 00% $20 66
Page 5
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
.
Prevailing Overtime Holiday
Wage Code Code
$2196
$23 25
$24 54
$24 54
Stage of Progression & Hour Range
11 5001-5500 HOURS 65 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 EQUIPMENT OPERA TORS
BACKHOES. (75 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%
REFRIGERATION & 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
JOURNEY LEVEL
1 1 st Penod 60 00%
Page 6
$32 98
$44 34
$4753
$4964
$53 89
lG
lG
lG
lG
lG
Note
Code
5A
5A
5A
5A
5A
$35 43 1T 5D 8L
$37 09 1T 5D 8L
$3874 1T 5D 8L
$40 39 1T 5D 8L
$43 70 1T 5D 8L
$45 35 1T 5D 8L
$35 43
$37 09
$3874
$40 39
$43 70
$45 35
$26 65
$27 88
$2913
$30 37
$1384
$1522
$1661
$1938
$23 53
$1071
4A
4A
4A
4A
5A
5A
5A
5A
. . .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
2 2nd Penod 65 00% $1160
3 3rd Penod 70 00% $1250
44th Penod 75 00% $1339
55th Penod 80 00% $1428
66th Penod 85 00% $1517
77th Penod 90 00% $1607
88th Penod 95 00% $1696
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
1 0000-0900 HOURS 50 00% $1389
2 0901-1800 HOURS 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 DR SHOP)
1 0000-0900 HOURS 55 00% $1744 1E 6L
2 0901-1800 HOURS 60 00% $1836 1E 6L
3 1801-2700 HOURS 65 00% $1970 1E 6L
4 2701-3600 HOURS 70 00% $20 63 1E 6L
5 3601-4500 HOURS 75 00% $2180 1E 6L
6 4501-5400 HOURS 80 00% $22 72 1E 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $24 93 1R 5A
2 0821-1630 HOURS 67 00% $26 87 1R 5A
3 1631-2450 HOURS 74 00% $28 80 1R 5A
4 2451-3270 HOURS 81 00% $33 03 1R 5A
5 3271-4080 HOURS 88 00% $34 97 1R 5A
6 4081-4899 HOURS 95 00% $36 90 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD DR SHOP)
1 0000-2000 HOURS 45 00% $23 63 1E 6L
2 2001-3000 HOURS 50 00% $3310 1E 6L
3 3001-4000 HOURS 55 00% $35 04 1E 6L
4 4001-5000 HOURS 60 00% $37 02 1E 6L
5 5001-6000 HOURS 65 00% $39 00 1E 6L
6 6001-7000 HOURS 70 00% $40 96 1E 6L
7 7001-8000 HOURS 75 00% $42 94 1E 6L
Page 7
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing Overtime Holiday Note
Stage of ProgressIon & Hour Range Wage Code Code Code
8 8001-9000 HOURS 80 00% $4491 lE 6L
9 9001-10000 HOURS 85 00% $46 89 lE 6L
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1839 16 SA
2 1001-2000 HOURS 60 00% $2195 16 SA
3 2001-3000 HOURS 70 00% $27 64 16 SA
4 3001-4000 HOURS 75 00% $2921 16 SA
5 4001-5000 HOURS 80 00% $30 78 16 SA
6 5001-6000 HOURS 85 00% $32 36 16 SA
7 6001-7000 HOURS 90 00% $33 93 16 SA
8 7001-8000 HOURS 95 00% $3551 16 SA
SPRINKLER FITTERS (FIRE PROTECTIONl
JOURNEY LEVEL
GRADE 1 (INDENTURED AFTER APRIL 1, 2000)
1 0000-1000 HOURS 45 00% $885 1
2 1001-2000 HOURS 50 00% $984 1
3 2001-3000 HOURS 55 00% $1082 1
4 3001-4000 HOURS 60 00% $1180 1
1 0000-1000 HOURS 40 00% $807 1
2 1001-2000 HOURS 45 00% $885 1
3 2001-3000 HOURS 50 00% $984 1
4 3001-4000 HOURS 55 00% $1082 1
1 0000-1000 HOURS 65 00% $1279 1
2 1001-2000 HOURS 70 00% $1377 1
3 2001-3000 HOURS 75 00% $1475 1
4 3001-4000 HOURS 80 00% $1574 1
5 4001-5000 HOURS 85 00% $1672 1
6 5001-6000 HOURS 90 00% $1770 1
1 0000-1000 HOURS 60 00% $1180 1
2 1001-2000 HOURS 65 00% $1279 1
3 2001-3000 HOURS 70 00% $1377 1
4 3001-4000 HOURS 75 00% $1475 1
5 4001-5000 HOURS 80 00% $1574 1
6 5001-6000 HOURS 85 00% $1672 1
TILE. MARBLE & TERRAZZO FINISHERS
FINISHER
1 0000-1000 HOURS 50 00% $25 38 16 SA
2 1001-2500 HOURS 55 00% $2691 16 SA
3 2501-3500 HOURS 60 00% $28 42 16 SA
4 3501-4500 HOURS 70 00% $3150 16 SA
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $26 03 1M SA
2 1001-2500 HOURS 55 00% $27 62 1M SA
Page 8
Stage of ProgressIon & Hour Range
3 2501-3500 HOURS 60 00%
4 3501-4500 HOURS 70 00%
5 4501-5500 HOURS 80 00%
6 5501-6250 HOURS 90 00%
7 6251-7000 HOURS 95 00%
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
1 0000-0500 HOURS 60 00%
2 0501-1000 HOURS 60 00%
3 1001-2333 HOURS 60 00%
4 2334-4666 HOURS 73 00%
5 4667-7000 HOURS 88 00%
TRUCK DRIVERS
DUMP TRUCK
ALL TRUCKS
1 0000-0700 HOURS 70 00%
2 0701-1400 HOURS 80 00%
3 1401-2100 HOURS 90 00%
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
8/31/2008
Prevailing
Wage
$2921
$32 40
$35 59
$38 77
$40 37
$1590
$2122
$24 95
$2916
$34 01
$1416
$1618
$1821
Page 9
.
Overtime
Code
1M
1M
1M
1M
1M
1K
1K
1K
1K
1K
Holiday
Code
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
Note
Code
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevalhng Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits
On public works projects, workers' wage and benefit rates must add to not less than thiS total A brief description
of overtime calculation reqUirements IS provided on the Benefit Code Key
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $38 06 1H 5D
BOILERMAKERS
JDURNEY LEVEL $50 33 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45 05 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $46 32 1M 5D
BRIDGE, DOCK AND WARF CARPENTERS $4616 1M 5D
CARPENTER $4616 1M 5D
CREOSOTED MATERIAL $46 25 1M 5D
DRYWALL APPLICATOR $46 42 1M 5D
FLOOR FINISHER $4616 1M 5D
FLOOR LAYER $4616 1M 5D
FLOOR SANDER $4616 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $4716 1M 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 5D
SAWFILER $4616 1M 5D
SHINGLER $4616 1M 5D
STATIONARY POWER SAW OPERATOR $4616 1M 5D
STATIONARY WOODWORKING TOOLS $4616 1M 5D
CEMENT MASONS
JOURNEY LEVEL $38 06 1H 5D
DIVERS & TENDERS
DIVER $9231 1M 5D 8A
DIVER TENDER $49 84 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $4709 1T 5D 8L
ASSISTANT MATE (DECKHAND) $46 58 1T 50 8L
BOATMEN $47 Og 1T 5D 8L
ENGINEER WELDER $4714 1T 5D 8L
LEVERMAN, HYDRAULIC $4871 1T 50 8L
MAINTENANCE $46 58 1T 5D 8L
MATES $4709 1T 5D 8L
OILER $4671 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 04 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $g 37
Page 1
.
.
.
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
ClaSSification
PREVAILING
WAGE
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUND PERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
$58 34
$62 86
$56 29
$60 60
$28 83
$54 25
$58 34
$1537
$1469
$56 53
$5164
$3715
$3919
$5164
$3919
$5164
$43 83
$5164
$3919
$1207
$60 85
$66 25
$1350
$1380
$1160
$3241
$45 20
$4758
$1600
$39 25
$1565
$924
$59 22
$3481
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
Time HaMay 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
6Q
6Q
1H
5D
1Y
5G
1S
5J
1H
5D
. . .
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $973 1
GROUT TRUCK OPERATOR $1148 1
HEAD OPERATOR $1278 1
TECHNICIAN $807 1
TV TRUCK OPERATOR $1053 1
INSULATION APPLICATORS
JOURNEY lEVEL $20 50
IRONWORKERS
JOURNEY LEVEL $50 77 10 SA
LABORERS
ASP HAL T RAKER $38 77 1H 5D
BALLAST REGULATOR MACHINE $38 06 1H 5D
BATCH WEIGHMAN $3241 1H 5D
BRUSH CUTTER $38 06 lH 5D
BRUSH HOG FEEDER $38 06 lH 5D
BURNERS $38 06 lH 5D
CARPENTER TENDER $38 06 lH 5D
CASSION WORKER $39 25 lH 5D
CEMENT DUMPER/PAVING $38 77 1H 5D
CEMENT FINISHER TENDER $38 06 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $38 06 1H 5D
CHIPPING GUN (OVER 30 lBS) $38 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $38 06 1H 5D
CHOKER SETTER $38 06 lH 5D
CHUCK TENDER $38 06 lH 5D
CLEAN-UP LABORER $38 06 lH 5D
CONCRETE DUMPER/CHUTE OPERATOR $38 77 1H 5D
CONCRETE FORM STRIPPER $38 06 lH 5D
CONCRETE SAW OPERATOR $38 77 lH 5D
CRUSHER FEEDER $3241 lH 5D
CURING LABORER $38 06 lH 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38 06 lH 5D
DITCH DIGGER $38 06 lH 5D
DIVER $39 25 lH 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 77 lH 5D
DRILL OPERATOR, AIRTRAC $39 25 lH 5D
DUMPMAN $38 06 lH 5D
EPOXY TECHNICIAN $38 06 lH 5D
EROSION CONTROL WORKER $38 06 lH 5D
FALLER/BUCKER, CHAIN SAW $38 77 lH 5D
FINAL DETAIL CLEANUP (I e, dustmg, vacuummg, window cleanmg, NOT $29 59 lH 5D
construction debris cleanup)
FINE GRADERS $38 06 lH 5D
FIRE WATCH $3241 lH 5D
FORM SETTER $38 06 lH 5D
GAB tON BASKET BUILDER $38 06 1H 5D
GENERAL LABORER $38 06 lH 5D
GRADE CHECKER & TRANSIT PERSON $38 77 lH 5D
GRINDERS $38 06 lH 5D
GROUT MACHINE TENDER $38 06 lH 5D
Page 3
. . .
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
GUARDRAIL ERECTOR $38 06 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $39 25 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $38 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $38 06 1H 5D
HIGH SCALER $39 25 1H 5D
HOD CARRIERlMORTARMAN $38 77 1H 5D
JACKHAMMER $38 77 1H 5D
LASER BEAM OPERATOR $38 77 1H 5D
MANHOLE BUILDER-MUDMAN $38 77 1H 5D
MATERIAL YARDMAN $38 06 1H 5D
MINER $3925 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 77 1H 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38 77 1H 5D
PILOT CAR $3241 1H 5D
PIPE POT TENDER $38 77 1H 5D
PIPE RELlNER (NOT INSERT TYPE) $38 77 1H 5D
PIPELAYER & CAULKER $38 77 1H 5D
PIPELAYER & CAULKER (LEAD) $39 25 1H 5D
PIPEWRAPPER $38 77 1H 5D
POT TENDER $38 06 1H 5D
POWDERMAN $39 25 1H 5D
POWDERMAN HELPER $38 06 1H 5D
POWERJACKS $38 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $38 77 1H 5D
RE- TIMBERMAN $39 25 1H 5D
RIPRAP MAN $38 06 1H 5D
RODDER $38 77 1H 5D
SCAFFOLD ERECTOR $38 06 1H 5D
SCALE PERSON $38 06 1H 5D
SIGNALMAN $38 06 1H 5D
SLOPER (OVER 20") $38 77 1H 5D
SLOPER SPRAYMAN $38 06 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $38 77 1H 5D
SPREADER (CONCRETE) $38 77 1H 5D
STAKE HOPPER $38 06 1H 5D
STOCKPILER $38 06 1H 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 77 1H 5D
TAMPER (MULTIPLE & SELF PROPELLED) $38 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $38 06 1H 5D
TOPPER-TAILER $38 06 1H 5D
TRACK LABORER $38 06 1H 5D
TRACK LINER (POWER) $38 77 1H 5D
TRUCK SPOTTER $38 06 1H 5D
TUGGER OPERATOR $38 77 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38 06 1H 5D
VIBRATOR $38 77 1H 5D
VINYL SEAMER $38 06 1H 5D
WELDER $38 06 1H 5D
WELL-POINT LABORER $38 77 1H 5D
Page 4
. . . .
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClasSification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $38 06 lH 50
PIPE LAYER $38 77 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $46 42 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $33 94 2B 5A
PLASTERERS
JOURNEY LEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $807
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $60 24 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44 64 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $4742 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4791 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $48 46 1T 50 8L
BACKHOES, (75 HP & UNDER) $4700 1T 5D BL
BACKHOES, (OVER 75 HP) $4742 1T 5D 8L
BARRIER MACHINE (ZIPPER) $47 42 1T 5D 8L
BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $4700 1T 50 8L
BOBCAT (SKID STEER) $44 64 1T 5D BL
BROOMS $44 64 1T 5D BL
BUMP CUTTER $4742 1T 5D 8L
CABLEWAYS $4791 1T 50 8L
CHIPPER $47 42 1T 50 8L
COMPRESSORS $44 64 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8L
CONCRETE PUMPS $4700 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47 42 1T 5D 8L
CONVEYORS $4700 1T 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 5D 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $4791 1T 5D 8L
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $4703 1T 5D 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 5D 8L
CRANES, A-FRAME, OVER 10 TON $4700 1T 5D 8L
Page 5
.
.
.
CLALLAM COUNTY
EFFECTIVE 08-31-2008
.
**********************************************************************************************************
ClaSSification
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS)
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS)
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM
CRUSHERS
DECK ENGINEER/DECK WINCHES (POWER)
DERRICK, BUILDING
DOZERS, D-9 & UNDER
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT
DRILLING MACHINE
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE
EQUIPMENT SERVICE ENGINEER (OILER)
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP
FORK LIFTS, (3000 LBS AND OVER)
FORK LIFTS, (UNDER 3000 LBS)
GRADE ENGINEER
GRADECHECKER AND STAKEMAN
GUARDRAIL PUNCH
HOISTS, OUTSIDE (ELEVATORS AND MAN LIFTS), AIR TUGGERS
HORIZONTAUDIRECTIONAL DRILL LOCATOR
HORIZONTAUDIRECTIONAL DRILL OPERATOR
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER)
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON)
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
LOADERS, OVERHEAD (8 YD & OVER)
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
LOCOMOTIVES, ALL
MECHANICS, ALL
MIXERS, ASPHALT PLANT
MOTOR PATROL GRADER (FINISHING)
MOTOR PATROL GRADER (NON-FINISHING)
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
OPERATOR
PAVEMENT BREAKER
PILEDRIVER (OTHER THAN CRANE MOUNT)
PLANT OILER (ASPHALT, CRUSHER)
POSTHOLE DIGGER, MECHANICAL
POWER PLANT
PUMPS, WATER
QUAD 9, D-l0, AND HD-41
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING
EQUIP
RIGGER AND BELLMAN
ROLLAGON
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS
ROTO-MILL, ROTO-GRINDER
SAWS, CONCRETE
Page 6
PREVAILING
WAGE
$48 29
$4742
$4791
$4846
$48 46
$4703
$4742
$4742
$4791
$4700
$4700
$4742
$44 64
$47 00
$4742
$4700
$44 64
$4700
$44 64
$47 42
$4700
$4700
$4742
$44 64
$4700
$4791
$4846
$4742
$4742
$4791
$4742
$47 42
$4700
$4791
$44 64
$44 64
$47 42
$4700
$44 64
$44 64
$44 64
$4791
$4791
$44 64
$4791
$44 64
$4700
$4742
$4700
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
1T
5D
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
1T
5D
5D
5D
5D
5D
50
5D
5D
5D
5D
50
5D
5D
5D
50
50
5D
50
5D
5D
50
5D
5D
5D
5D
5D
5D
5D
5D
5D
5D
5D
5D
5D
1T
1T
1T
1T
1T
1T
1T
1T
5D
5D
5D
5D
5D
5D
5D
5D
1T
1T
1T
1T
1T
1T
5D
5D
5D
5D
5D
5D
Note
Code
8L
BL
BL
BL
BL
BL
BL
BL
BL
8L
8L
8L
BL
8L
8L
8L
8L
8L
8L
8L
8L
8L
8L
8L
BL
BL
8L
8L
8L
8L
8L
8L
BL
BL
BL
8L
8L
BL
BL
8L
8L
8L
8L
BL
8L
8L
8L
8L
8L
.
.
.
CLALLAM COUNTY
EFFECTIVE 08-31-2008
.
**********************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLIP FORM 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 1 DO 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
$47 42 1T 5D 8L
$4791 1T 50 8L
$4700 1T 50 8L
$4742 1T 50 8L
$44 64 1T 50 8L
$4791 1T 50 8L
$47 42 1T 50 8L
$47 42 1T 50 8L
$4700 1T 50 8L
$4700 1T 50 8L
$47 42 1T 50 8L
$4742 1T 50 8L
$4791 1T 50 8L
$4700 1T 50 8L
$4700 1T 50 8L
$4742 1T 50 8L
$47 42 1T 50 8L
$44 64 1T 50 8L
$47 42 1T 50 8L
$3761
$35 73
$3619
$33 69
$25 43
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27 68
$45 05
1M
5A
$17 85
$25 63
$1800
$27 78
$2136
$986
$1808
$1597
$1460
.
.
.
.
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
Classification
PREVAILING
WAGE
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SHIPBUILDING & SHIP REPAIR
BOILERMAKER
HEAT & FROST INSULATOR
LABORER
MACHINIST
SHIPFITTER
WELDER/BURNER
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER"
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSON/lNSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
$5621
$33 59
$1088
$1967
$38 28
$4128
$54 07
$32 56
$4758
$1216
$1716
$1466
$1466
$1929
$1215
$37 08
$1031
$1967
$1323
$935
$1140
$1340
$32 34
$3146
$17 58
$30 17
$29 26
$3146
$30 82
$3146
$29 26
$1667
$2219
$26 42
$23 76
$29 26
Page 8
(See Benefit Code Key)
Over
Time
Code
1G
1E
1R
1R
1E
1H
1S
1
1
1
1
1B
1B
1E
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
2B
Holiday
Code
Note
Code
5A
6L
5A
5A
6L
6W
5J
5A
50
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
5A
.
;0
.
.
CLALLAM COUNTY
EFFECTIVE 08-31-2008
.
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSIfication WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4361 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $37 44 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $37 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $43 45 1T 5D 8L
ASP HAL T MIX (OVER 16 YARDS) $44 25 1T 5D 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 1T 5D 8L
TRANSIT MIXER $23 73 1
WELL ORILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160
OILER $945
WELL DRILLER $1160
Page 9
.. ~ .
.
.
QUOTATION FORM
Screen SweeDlnq
ST -08-019
The bidder hereby bids the following amounts for all work (Including labor,
equipment, time and matenals) reqUired to perform the work In the Statement of
Work and this package
1 Lump Sum $ 32S"2.00
2 Sales Tax (84%) $ /'73,/'7
3 Total Bid $ ~ )1~, (7
4 The bidder hereby acknowledges that It has received Addenda No(s) /'J JA
(Enter "N/A" If none were Issued) to this Request for Quotation package
5 The name of the bidder submitting this bid and ItS business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below Any wntten notices required by the terms of an awarded contract shall be served or mailed
to the follOWing address
Contractor Information:
1 Company Name:
lSob~ Screevlln.~ Se(VIU...
:<0]5' S. 8"'5 }e'1 CdC Rd
Porf flYVje I eJ ,tJa:J 9tft.l
(3(,0) '1S2. '7:>11 hWl. (3W) q(3()-1~-";2 cell
BDT3SSS~ 9L(5 bLJ
602. J9v ,-/<:>'-7
2 Address
3. City, State, Zip Code:
4. Phone Number:
5 Contractor Registration Number:
6. UBI Number:
7 WA State Industnal Insurance Account Number: _N / fl
,
8 WA State Employment Secunty Dept Number:
f'J / f/
602 /9<1 4,,-7
9. State ExCise Tax Registration Number.
The bidder represents that It IS qualified and possesses suffiCient skills and the necessary capabilities
to perform the services se 0 h In this Contract
Signed by
1.--"
Pnnted Name
Gl,,,,)V\-p r
I? obp-d- I). L{~ j n 9tuV\
c; / It, 10<6
Title
Date
ProJect'ST-08-019
Page 2
Rev 7/31/2008
. .. .
.
.
P.O. #. 012380
DATE: 09/19/08
INVOICE TO:
Clty of Port Anqeles
ATTN: ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO. BOB'S SCREENING SERVICE I RJ
706 g CED:.R 3T .;1035 S. 13~ e~ Crl!.. .
PORT ANGELES, WA 98362
SHIP TO:
Clty of Port Angeles
BUILDING A
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
27372
REQ. NO.
12266
REQUISITIONED BY
LUCY HANLEY
SHIP VIA:
F.O.B.
FREIGHT
TERMS
NET
QUANTI TYUOM
1 OOEA
ITEM NO. AND DESCRIPTION
SCREENING OF STREET
SWEEPING & EDUCTS
UNIT CO
3252.00
EXTENDED
COST
3252.00
SUB-TOTAL
TAX 8.4
TOTAL
3252 00
273 17
3525 17
REMARKS:
A comblned form of Intent to Pay Prevalllng Wage
and Affldavlt of Wages Pald is needed after work
lS completed. To ~ecelpt lnVOlce, the form has
to accompany lnVOlce. Ith
. .
~
(Y,,- -~.
AUTHORIZED BY
/
I /