Loading...
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 /