Loading...
HomeMy WebLinkAbout4.623S Original Contract ... ,. . CIty of Port Angeles Public Works & Utlhtles Dept Operations Office 1703 South B Street Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 . LIMITED PUBLIC WORKS PROCESS o Request for Quotation IZI Contract Contract Title' Reoalr Pole Barn - Landfill. Project Number: SW-07-006 THIS CONTRACT IS entered mto the date last below wntten between the CITY O~'PORT ANGELES, WASHINGTON ("CITY") AND Anoeles Service Center ("CONTRACTOR") 1. WORK BY CONTRACTOR The Contractor shall perform the work as deScrIbed In Attachment "A" (Attachment "A" may mclude 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 mdlcated (check one)' o All work under thiS Contract IS to be completed by thiS date. ------'- IZI All work under thiS Contract IS to be completed 90 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 10 the Contractor's bid or quote, not to exceed $_ IZI Firm Fixed Pnce set forth 10 Contractor bid or quote 10 the amount of: $5.528 40 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 constructmg and completmg the work provided for In thiS contract and every part thereof, except as are mentIoned 10 the specifications to be furnIshed by the City of Port Angeles B. The Contractor shall mamtam 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 10 a format acceptable to the City. C The City shall pay all Invoices from the Contractor by mailing a City warrant wlthm 30 days of receipt of a properly completed mvolce D. All records and accounts pertammg 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. RFQ SW-07-006 Page 1 Rev 2/16/2007 '. . E. If ~unng the course of the cona, the work rendered does not meet the rl,rements set forth In the Contract, the Contractor shall correct or modify the required work to comply with the reqUirements of this Contract. The City shall have the right to withhold payment for such work until It meets the requirements of the Contract Documents 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provIsions of federal, state and local regulations, ordmances 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 warmng agamst known or unusual hazards B. Correction of Defects Contractor shall be responsible for correcting all defects m workmanship and/or materials discovered wlthm one year after acceptance of thiS work. When corrections of defects are made, Contractor shall be responsible for correctmg all defects m workmanship and/or materials In the corrected work for one year after acceptance of the corrections by the City The Contractor shall start work to remedy such defects wlthm seven (7) days of mailing notice of discovery thereof by City and shall complete such work wlthm 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, m 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 mcludmg consequential damages suffered by the City resultmg from defects m the Contractors work Includmg, but not limited to, cost of matenals and labor expended by the City m makmg emergency repairs and cost of engineering, mspectlon and superviSion by the City The Contractor shall hold the City harmless from any and all claims which may be made agamst the City as a result of any defective work and the Contractor shall defend any such claims at Its own expense Where materials or procedures are not specified In the Contract Document, the City Will rely on the professional Judgment of the Contractor to make appropriate selections. D. Nondlscrlmmatlon/Affirmatlve Action Contractor agrees not to dlscrlmmate agamst any employee or applicant for employment or any other persons m the performance of thiS Contract because of race, creed, color, national orlgm, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordmance, except for a bona fide occupational qualification Contractor agrees to post m consp'cuous places, available to employees and applicants for employment, notices to be provided by Contractor settmg forth the provIsions of the nondlscrlmmatlon clause E Employment. Any and all employees of the Contractor, while engaged In the performance of any work or services reqUired by the Contractor under thiS Contract, shall be considered employees of the Contractor only and not of the City Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omiSSion on the part of the Contractor's employees, while so engaged on any of the work or services proVided or rendered herem, shall not be the obligation of the City. 5. COMPLIANCE WITH LAWS The Contractor shall comply With all federal, state and local laws and regulations applicable to the work done under thiS Contract. Any Violation of the provIsions of thiS paragraph shall be conSidered a Violation of a material prOViSion of thiS Contract and shall be grounds for cancellation, termmatlon or suspension of the Contract by the City, m whole or In part, and may result In mellglblllty for further work for the City. 6. TERMINATION OF CONTRACT A. ThiS Contract shall term mate upon satisfactory completion of the work deSCribed m Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon RFQ SW-07-006 Page 2 Rev 2/16/2007 '. 'and ~msh the work by whatever "OdS It may deem expedient, by giving 10.YS written notice to the Contractor, upon the occurrence of anyone or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of Its creditors 2 A receiver IS appointed as a result of the Insolvency of the Contractor 3 The Contractor persistently or repeatedly refuses or falls to complete the work required herein 4. Contractor falls to make prompt payment to subcontractors for material or labor 5 Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, 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 In Attachment "A" IS satisfactorily completed, as scheduled, up to the date of termination At such time, If the unpaid balance of the amount to be paid under thiS Contract exceeds the expense Incurred by the City In finishing the work, and all damages sustained 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 JOintly and severally liable therefore to the City and shall pay such difference to the City Such expense and damages shall Include all legal costs Incurred by the City to protect the rights and Interests 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 fimshed 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, information, 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 arising out of the performance of thiS Contract must be made In writing to the City within thirty days after the discovery of such damage, expense or loss, and In no event later than the time of approval by the City for final payment Contractor, upon making 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 Includes 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 commumcatlons, and review and approve all InVOices, under thiS Contract. 10. HOLD HARMLESS A The Contractor shall protect, defend, indemnify and save harmless the City, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting from the negligent acts or omissions of the Contractor The Contractor agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immumty that would otherwise be available against such claims under the industrial Insurance prOVIsion of Title 51 RCW In the event the City 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 form the Contractor. RFQ SW-07-006 Page 3 Rev 2/1612007 " f . . B. The City shall protect, defend, indemnify and save harmless the Contractor, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, 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 form 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, Washmgton 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 herem are subject Inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and speCifications RFQ SW-07-006 Page 4 Rev 2116/2007 . 'of thl: order, whether held by thet or returned, will be at Contractor's nSk. expense 16. SUBLETTlNG OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, duties or mterest accrUing from this Contract without the express pnor wntten consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor IS and shall be at all times dunng the term of this Contract an mdependent contractor and not an employee of the City 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and mtegrated Contract between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either wntten or oral. This contract may be amended, modified or added to only by wntten Instrument properly signed by both parties hereto. This Contract, together with the attachments and/or addenda, represents the entire and mtegrated Contract between the parties hereto and supersedes all pnor negotiations, representations, or agreements, either wntten or oral This contract may be amended, modified or added to only by wntten Instrument properly signed by both parties hereto. IN WITNESS WHEREOF, the parties have executed this Contract as of Ie) /e.-r;, . .2007 CONTRACTOR CITY OF PORT Angeles servic~ent)p ~ By: ,~/- ~~ By: Pnnted Name: \Sn-L. I~UC-K6A.1J1-1I L/..-c--" Title: 0 VV /,k-.:!, Title Address: S- b ') S )- '-i lA/, Il 'L City Pull-,- AN I>-f?t-H Tax ID #. (51 /'1/ /10 Phone Number Cf'l-'r 30'1)- Purchase Order # . 0/0369 , RFQ SW-07-006 Page 5 Rev 2116/2007 . . ATTACHM!- "A" WORK BY CONTRACTOR City of Port Angeles Operations Office Public Works and Ulilltles Department 360-417-4541 Statement of Work The Contractor shall do all work and furnish all tools, matenals, and equipment in order to accomplish the project descnbed below Unless otherwise provided for In the Statement of Work, the Contractor will by responsible for obtaining and paYing for any and all permits required for thiS work 1 Repair storm related damage to roof and sides of the Landfill pole barn (24 ft x 90 ft pole barn) Replacement matenals shall be new and match the eXisting in type and color a Repair or replace all damaged or missing lumber, Insulallon, and metal roofing and tnm In the southeast end of the bUilding See following photograph Southeast End of Bmldmg Area to be repaired mdlCated between arrows Length IS approximately 24 feet RFQ SW-07-006 Page 6 Rev 2/16/2007 b Repair or replace all da!ged or missing lumber, insulation, ancletal roofing and trim In the northeast end of the bUilding See following photograph Northeast End General damage to be repmred ~.- I -- c Repair or replace all damaged or missing lumber, Insulallon, and metal roofing and trim In the southwest end of the bUilding See follOWing photograph Southwest End General damage to be repaired Page 7 Rev 2116/2007 RFQ SW-07-006 d' Replace cut-off timber I New pole IS to be same side Width. type as the eXisting Length shall be sufficient for new pole to be set 4 ft below ground Pole IS to be concreted In place and secured at the roof In the same manner as other support poles In the barn " Replace cutoff limber pole with new pole set III concrete 4 ft deep -in or,mnrl 2 All work shall be executed In stnct accordance With the latest edition of the following standards and codes and all local ordinances and regulations, and shall meet Industry standards The Contractor IS required to obtain all permits required by City of Port Angeles mUnicipal codes and the current adopted codes 1 International BUilding Code (IBC) 2 International Residential Code (IRC) 3 Uniform Plumbing Code (UPC) 4 International Fuel And Gas Code (IFGC) 5 International Mechanical Code (IMC) 6 Washington State Energy Code (WSEC) 7 Washington State Ventilation And Indoor Air Quality Code (VIAQ) 8 ANSI 117 (Ada Accessibility Code) 9 International Fire Code (IFC) 10 National Electncal Code (NEC) 11 Underwnters Laboratones (UL) 12 Washington State Department of Transportation's Standard SpeCifications for Road, Bndge, and Municipal Construction (English Units) 3 Work will be performed at the Port Angeles Landfill located at 1509 E Columbia St, Port Angeles W A 98362 To arrange a site VISit, please contact Tom McCabe at 360-417-4872 or tmccabe@cltvofpa us RFQ SW-07-006 Page 8 Rev 2/16/2007 . . 4 Work must be performed dunng normal working hours, 8 00 a m to 4 30 P m Monday through Fnday excluding holidays Work outside of these hours IS at the sole discretion of the Port Angeles Solid Waste Supenntendent 5 Pnor to commencement of work, the Contractor IS required to attended a pre-construction conference scheduled by the Project Manager, and will be reqUired to have submitted proof of Insurance and the Intent to Pay Prevailing Wage certificate 6 The work site must be cleaned of all debns associated with the repairs All debns becomes the property of the contractor Subcontractor Responsibility: 1 ) The Contractor shall Include the language of this section In each of Its first tier subcontracts, and shall require each of Its subcontractors to Include substantially the same language of thiS section In each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of thiS section apply to all subcontractors regardless of tier. 2.) At the time of subcontract execution, the Contractor shall venfy that each of Its first tier subcontractors meets the follOWing bidder responsibility crltena: - At the time of subcontract bid submittal, have a certificate of registration In compliance with chapter 1827 RCW, Have a current state Unified business Identifier number, If applicable, have . Industnallnsurance coverage for the subcontractor's employees working In Washington as required In Title 51 RCW, . An employment secunty department number as reqUired In Tile 50 RCW, and . A state excise tax registration number as required In Tile 82 RCW, . An electncal contractor license, If required by Chapter 1928 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 3912065(3) RFQ SW-07-006 Page 9 Rev 21l6/2007 . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and maintain for the duration of the Contract, Insurance against claims for InJunes to persons or damage to property which may anse from or In connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the Insurance as required shall constitute a matenal breach of contract upon which the City may, after giVing five working days notice to the Contractor to correct the breach, Immediately terminate the Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums In connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City 1. MInimum Scope of Insurance The Contractor shall obtain Insurance of the types descnbed below a. Automobile Llabllltv Insurance covenng all owned, non-owned, hired and leased vehicles Coverage shall be wntten on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing eqUivalent liability coverage If necessary, the policy shall be endorsed to prOVide contractual liability coverage b Commercial General Llabllltv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall cover liability anslng from premises, operations, stop gap liability, Independent contractors, products- completed operations, personal injury and advertising InJUry, and liability assumed under an Insured contract. The CommerCial General liability Insurance shall be endorsed to prOVide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability anslng from explOSion, collapse or underground property damage. The City shall be named as an Insured under the Contractor's CommerCial General Liability Insurance policy With respect to the work performed for the City uSing ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements prOViding eqUivalent coverage c. Workers' Comoensatlon coverage as required by the Industnal Insurance laws of the State of Washington. 2. MInimum Amounts of Insurance The Contractor shall maintain the following Insurance limits: a. Automobile lIabllltv Insurance With a minimum combined Single limit for bodily Injury and property damage of $1,000,000 per aCCident b. CommerCial General Llabllltv Insurance shall be wntten With limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 3 Other Insurance PrOVIsions The Insurance poliCies are to contain, or be endorsed to contain, the following provIsions for Automobile Liability and Commercial General Liability Insurance. RFQ SW-07-006 Page 10 Rev 2/16/2007 a The Contractor's mstnce coverage shall be pnmary msuran9 as respect to the City. Any msurance, self-msurance, or msurance pool coverage maintained by the City shall be m excess of the Contractor's Insurance and shall not contnbute with It b. The Contractor's msurance 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 msurers with a current A.M Best ratmg 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, eVldencmg the Automobile liability and Commercial General liability msurance of the Contractor before commencement of the work Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk Insurance policy that Includes all applicable conditions, exclUSions, defimtlons, terms and endorsements related to thiS proJect. 6. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machmery, 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, scaffoldmg 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 msurance 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. RFQ SW-07-006 Page 11 Rev 2/16/2007 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . ATTACHMIT "C" PREVAIUNG WAGE RATES See attached lIsting Washington State PrevailIng Wage Rates For PublIc Works Contracts, Clallam County, effective 03-03-07 2 Washington State PrevailIng Wage Rates For PublIc Works Contracts - Apprenhces, Clallam County, effective 03-03-07 Page 12 Rev 2116/2007 RFQ SW-07-006 . . State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevallmg 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 03-03-07 ********************************************************************************.*.****************************** Classlficatton ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSDTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS. DRIVING PULLING. PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENOERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL Page 1 PREVAILING WAGE $34 36 $4747 $42 47 $1467 $4143 $4133 $4127 $4137 $4131 $4140 $4140 $4140 $42 27 $4147 $4140 $4140 $4140 $4140 $34 36 $8575 $44 22 $42 02 $4151 $42 02 $42 07 $43 64 $4151 $42 02 $4164 $41 14 $937 (See Benefit Code Key) Over Time Code HolIday Code Note Code 1M 5D 1C 5N 1M 5A 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 8A 1M 5D 1T 5D BL 1T 5D 8L 1T 5D BL 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1E 5P . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** Classification ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUND PERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL L1NEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN CAPT AI N COOK DECKHAND ENGINEERIDECKHAND MATE LAUNCH OPERATOR PREVAILING WAGE $52 30 $5621 $50 53 $54 26 $27 32 $48 75 $52 30 $1537 $1469 $55 40 $49 64 $35 92 $37 88 $49 64 $37 88 $4964 $42 26 $49 64 $37 88 $1207 $57 88 $63 45 $1350 $1380 $1160 $29 68 $4241 $4513 $1600 $34 84 $1565 $910 $38 04 $3190 $3159 $34 37 $36 02 Page 2 (See Benefit Code Key) Over Time HOliday Note Code Code Code 10 5A 10 5A 10 5A 10 5A 10 5A 10 5A 10 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 1M 50 1H 5G 1S 5J 1M 50 1K 1K 1K 1K 1K 5B 5B 5B 5B 5B . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** ClaSSification INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR. FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER CHAIN SAW FINAL DETAIL CLEANUP (I e, dusting, vacuuming, WIndow cleaning, NOT construction debns cleanup) FINE GRADERS FIRE WATCH FORM SETTER GAB ION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER PREVAILING WAGE $973 $1148 $1278 $793 $1053 $20 50 $45 25 $34 84 $34 35 $29 58 $34 35 $34 35 $34 35 $34 35 $35 20 $34 84 $34 35 $34 35 $34 84 $34 35 $34 35 $34 35 $34 35 $34 84 $34 35 $34 84 $29 58 $34 35 $34 35 $34 35 $35 20 $34 84 $35 20 $34 35 $34 35 $34 35 $34 84 $27 35 $34 35 $29 58 $34 35 $34 35 $34 35 $34 84 $34 35 $34 35 Page 3 (See Benefit Code Key) Over TIme Code Holiday Code Note Code 1 1 1 1 1 10 SA 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D . CLALLAM COUNTY Effective 03-03-07 . ***************************************************************************************************************** ClaSSification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUOMAN MATERIAL YAROMAN MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELINER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENOER POWDER MAN POWOERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN RODDER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20") SLOPER SPRA YMAN SPREAOER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAILER TRACK LABORER TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREEO (AIR, GAS, OR ELECTRIC) VI BRA TOR VINYL SEAMER WELDER WELL-POINT LABORER Page 4 (See Benefit Code Key) Over PREVAILING TIme Holiday Note WAGE Code Code Code $34 36 1M 50 $35 20 1M 50 $34 84 1M 50 $34 36 1M 50 $35 20 1M 50 $34 84 1M 50 $34 84 1M 50 $34 84 1M 50 $34 84 1M 50 $34 36 1M 50 $35 20 1M 5D $34 84 1M 5D $34 84 1M 50 $29 68 1M 50 $34 84 1M 50 $34 84 1M 5D $34 84 1M 5D $35 20 1M 50 $34 84 1M 50 $34 36 1M 50 $35 20 1M 50 $34 36 1M 5D $34 84 1M 50 $34 84 1M 5D $35 20 1M 50 $34 36 1M 50 $34 84 1M 50 $34 36 1M 50 $34 36 1M 50 $34 36 1M 5D $34 84 1M 50 $34 36 1M 50 $34 84 1M 50 $34 84 1M 5D $34 36 1M 50 $34 36 1M 5D $34 84 1M 50 $34 84 1M 50 $34 36 1M 5D $34 36 1M 50 $34 36 1M 5D $34 84 1M 50 $34 36 1M 50 $34 84 1M 50 $34 36 1M 50 $34 84 1M 5D $34 36 1M 5D $34 36 1M 5D $34 84 1M 50 . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** ClaSSIficatIon LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER PIPE LAYER LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS LATHERS JOURNEY LEVEL METAL FABRICATION (IN SHOP) FITTERlWELDER LABORER MACHINE OPERATOR PAINTER PAINTERS JOURNEY LEVEL PLASTERERS JOURNEY LEVEL PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL PLUMBERS & PIPEFITTERS JOURNEY LEVEL POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) BACKHOE EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YO) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND DVER WITH BACKHDES (75 HP & UNDER) BACKHOES, (OVER 75 HP) BARRIER MACHINE (ZIPPER) BATCH PLANT OPERATOR, CONCRETE BELT LOADERS (ELEVATING TYPE) BOBCAT (SKID STEER) BROOMS BUMP CUTTER CABLEWA YS CHIPPER COMPRESSORS CONCRETE FINISH MACHINE - LASER SCREED CONCRETE PUMPS CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT CONVEYORS CRANES, THRU 19 TONS, WITH ATTACHMENTS CRANES 20 - 44 TONS, WITH ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS. 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES A-FRAME 10 TON AND UNDER CRANES, A-FRAME, OVER 10 TON Page 5 PREVAILING WAGE $34 36 $34 84 $1142 $793 $793 $4131 $1516 $1113 $1066 $1141 $3316 $25 83 $793 $55 34 $39 57 $42 35 $42 84 $43 39 $4193 $42 35 $42 35 $42 35 $4193 $39 57 $39 57 $42 35 $42 84 $42 35 $39 57 $39 57 $4193 $42 35 $4193 $4193 $42 35 $42 84 $43 39 $43 96 $39 57 $4193 (See Benefit Code Key) Over TIme Code Holiday Code Note Code 1M 1M 50 5D 1 1 1 1M 5D 1 1 1 1 2B 5A 1G 5A 1M 50 8L 1M 50 8L 1M 5D 8L 1M 50 8L 1M 5D 8L 1M 50 8L 1M 50 8L 1M 50 8L 1M 5D 8L 1M 50 8L 1M 50 8L 1M 5D 8L 1M 50 8L 1M 50 8L 1M 5D 8L 1M 5D 8L 1M 50 8L 1M 50 8L 1M 50 8L 1M 50 8L 1M 50 8L 1M 50 8L 1M 5D 8L 1M 50 8L 1M 5D 8L 1M 50 8L . CLALLAM COUNTY Elfecllve 03-03-07 . ***************************************************************************************************************** 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, 0-9 & UNDER DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANlIFT, PERMANENT AND SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/BIDWELL GAMACO ANO 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 HYDRAlIFTS/BOOM TRUCKS (10 TON & UNDER) HYDRAlIFTS/BOOM TRUCKS (OVER 10 TON) LOADERS, OVERHEAD (6 YO UP TO 8 YO) LOADERS, OVERHEAD (8 YO & OVER) LOADERS, OVERHEAD (UNDER 6 YO), 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 9,0-10, 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 MULTI LIFT MATERIALS ROTO-MILL, ROTO-GRINDER SAWS, CONCRETE Page 6 (See Benefi! Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $44 52 1M 50 8L $42 35 1M 5D 8L $42 84 1M 50 8L $43 39 1M 50 8L $43 39 1M 50 8L $43 96 1M 50 8L $42 35 1M 50 8L $42 35 1M 50 8L $42 84 1M 50 8L $4193 1M 50 8L $4193 1M 50 8L $42 35 1M 50 8L $39 57 1M 50 8L $4193 1M 50 8L $42 35 1M 5D 8L $4193 1M 50 8L $39 57 1M 5D 8L $4193 1M 50 8L $39 57 1M 50 8L $42 35 1M 5D 8L $4193 1M 50 8L $4193 1M 50 8L $42 35 1M 50 8L $39 57 1M 50 8L $4193 1M 50 8L $42 84 1M 5D 8L $43 39 1M 50 8L $42 35 1M 5D 8L $42 35 1M 50 8L $42 84 1M 50 8L $42 35 1M 5D 8L $42 35 1M 50 8L $4193 1M 5D 8L $4284 1M 5D 8L $39 57 1M 50 8L $39 57 1M 50 8L $42 35 1M 5D 8L $4193 1M 50 8L $39 57 1M 50 8L $39 57 1M 5D 8L $39 57 1M 5D BL $42 84 1M 5D 8L $42 84 1M 50 8L $39 57 1M 5D 8L $42 84 1M 50 8L $39 57 1M 50 8L $4193 1M 50 8L $42 35 1M 50 8L $4193 1M 50 8L . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** 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 SLlPFORM PAVERS SPREADER TOPSIDE OPERATOR - BLAW KNOX SUB GRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER (UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS, FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (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 $42 35 1M 50 BL $42 84 1M 50 BL $4193 1M 50 BL $42 35 1M 50 BL $39 57 1M 50 BL $42 84 1M 50 BL $42 35 1M 50 BL $42 35 1M 50 BL $4193 1M 50 BL $4193 1M 50 BL $42 35 1M 50 BL $42 35 1M 50 BL $4284 1M 50 8L $4193 1M 50 8L $4193 1M 50 8L $42 35 1M 50 8L $42 35 1M 50 8L $39 57 1M 50 8L $42 35 1M 50 8L $35 62 4A SA $33 82 4A SA $34 27 4A SA $3188 4A SA $24 03 4A SA $27 68 $4247 1M SA $1785 $25 63 $1800 $27 78 $1684 $986 $1808 $1597 $1460 . . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** ClaSSIfication RESIDENTIAL REFRIGERATION & AIR CONDITIONING 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) 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 II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION L1NEPERSONIINSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL PREVAILING WAGE $5301 $32 09 $1088 $1967 $35 78 $38 78 $49 97 $1929 $1215 $33 76 $1031 $1967 $1323 $935 $1140 $1340 $31 15 $29 89 $1681 $28 68 $27 82 $29 89 $29 30 $29 89 $27 82 $1596 $21 17 $2515 $22 64 $27 82 $40 33 $3416 $34 90 Page 8 (See Benefit Code Key) Over TIme Code Holiday Code Note Code 1G 5A 1E 6L 1R 1R 5A 5A 1E 6L 1B 5A 1B 50 1 1 1 10 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 1B 5A 1B 5A 1K 5A . . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** ClaSSificatIon TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) ASPHALT MIX (OVER 16 YARDS) DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER PREVAILING WAGE $39 04 $39 62 $20 23 $20 23 $39 62 $23 73 $1160 $945 $1160 Page 9 (See Benefit Code Key) Over TIme Code 1T 1T 1 1 1T 1 Hohday Code 50 50 50 Note Code 8L 8L 8L . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 . Prevailing Overtime Holiday Wage Code Code Stage of Progression & Hour Range ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 5000% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 75 00% 4 3001-4000 HOURS 90 00% 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 7000% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 9000% BOILERMAKERS JOURNEY LEVEL $1843 $2106 $2710 $3145 $23 86 $26 48 $2911 $3173 1 0000-1000 HOURS 7000% 2 1001-2000 HOURS 75 00% 3 2001-3000 HOURS 80 00% 4 3001-4000 HOURS 85 00% 5 4001-5000 HOURS 90 00% 6 5001-6000 HOURS 9500% BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50 00% 2 0751-2250 HOURS 5500% 3 2251-3000 HOURS 60 00% 4 3001-3750 HOURS 7000% 5 3751-4500 HOURS 8000% 6 4501-5250 HOURS 90 00% 7 5251-6000 HOURS 9500% CARPENTERS CARPENTER 1 0000-1000 HOURS 60 00% 2 1001-2000 HOURS 65 00% 3 2001-3000 HOURS 70 00% 4 3001-4000 HOURS 75 00% 5 4001-5000 HOURS 8000% 6 5001-6000 HOURS 85 00% 7 6001-7000 HOURS 90 00% 8 7001-8000 HOURS 95 00% DRYWALL APPLlCA TOR DRYWALL, METAL STUD, AND CEILING APPLICATORS 1 0000-0700 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 84 00% $38 86 $40 30 $4173 $43 17 $44 60 $46 04 $25 49 $27 05 $28 62 $3174 $34 87 $37 99 $39 56 $25 26 $3065 $3217 $33 69 $35 20 $36 72 $38 24 $39 75 $22 25 $2916 $3159 $34 02 $36 45 Page 1 1M 1M 1M 1M 1M 1M 1M 1M 1C lC 1C lC 1C lC 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 50 50 50 50 50 50 50 50 5N 5N 5N 5N 5N 5N SA SA SA SA SA SA 5A 50 50 50 50 50 50 50 50 50 50 50 50 50 Note Code . . Stage of Progression & Hour Range 6 3501-4200 HOURS 92 00% ACOUSTICAL WORKER 1 0000-1000 HOURS 5000% 2 1001.2000 HOURS 60 00% 3 2001-3000 HOURS 68 00% 4 3001-4000 HOURS 76 00% 5 4001-5000 HOURS 84 00% 6 5001-6000 HOURS 92 00% MILLWRIGHT AND MACHINE ERECTORS . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 1 1st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Pened 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 1 st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Period 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th PenOd 85 00% 77th Penod 90 00% 88th Penod 95 00% BRIDGE. DOCK AND WARF CARPENTERS 1 1st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Penod 70 00% 44th Penod 75 00% 55th Penod 80 00% 66th Penod 85 00% 77th Penod 90 00% 88th Penod 95 00% CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 7000% 4 3001-4000 HOURS 80 00% 5 4001.5000 HOURS 90 00% 6 5001-6000 HOURS 9500% DRYWALL TAPERS Page 2 Prevailing Wage $38 88 Overtime Code 1M Holiday Code 50 $2231 1M 50 $29 23 1M 50 $3167 1M 50 $34 11 1M 50 $36 55 1M 50 $38 99 1M 50 $25 86 1M 50 $3130 1M 50 $32 87 1M 50 $34 44 1M 50 $36 00 1M 50 $37 57 1M 50 $3914 1M 50 $40 70 1M 50 $25 38 1M 50 $3078 1M 50 $3231 1M 50 $33 84 1M 50 $35 36 1M 50 $36 89 1M 50 $3842 1M 50 $39 94 1M 50 $25 30 1M 50 $3069 1M 50 $3221 1M 50 $33 73 1M 50 $35 25 1M 50 $36 77 1M 50 $38 29 1M 50 $3981 1M 50 $1313 $1576 $1838 $2101 $23 63 $24 95 1M 1M 1M 1M 1M 1M 5D 50 50 50 50 50 Note Code . . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $26 84 1E 5P 2 1001-2000 HOURS 55 00% $28 27 1E 5P 3 2001-3000 HOURS 65 00% $3113 1E 5P 4 3001-4000 HOURS 75 00% $33 99 1E 5P 5 4001-5000 HOURS 85 00% $36 85 1E 5P 6 5001-6000 HOURS 90 00% $38 28 1E 5P ELECTRICIANS. INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 40 00% $2149 10 SA 2 1001-2000 HOURS 5000% $25 05 10 SA 3 2001-3500 HOURS 55 00% $30 09 10 SA 4 3501-5000 HOURS 65 00% $34 23 10 SA 5 5001-6500 HOURS 75 00% $38 39 10 SA 6 6501-8000 HOURS 85 00% $42 53 10 SA ELECTRICIANS - POWERLlNE CONSTRUCTION JOURNEYLEVELLINEPERSON 1 0000-1000 HOURS 60 00% $32 03 4A SA 2 1001-2000 HOURS 63 00% $33 20 4A SA 3 2001-3000 HOURS 67 00% $34 76 4A SA 4 3001-4000 HOURS 72 00% $3671 4A SA 5 4001-5000 HOURS 78 00% $39 05 4A 5A 6 5001-6000 HOURS 86 00% $42 17 4A SA 7 6001-7000 HOURS 90 00% $4373 4A SA POLE SPRA YER 1 0000-1000 HOURS 85 70% $42 06 4A SA 2 1001-2000 HOURS 89 80% $43 66 4A SA 3 2001-3000 HOURS 92 80% $44 83 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 1 0000-1000 HOURS 50 00% $20 69 4A 60 2 1001-1700 HOURS 55 00% $37 36 4A 60 3 1701-3400 HOURS 65 00% $4176 4A 60 4 3401-5100 HOURS 7000% $44 55 4A 60 5 5101-6800 HOURS 8000% $48 97 4A 60 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $793 1 2 1001-2000 HOURS 60 00% $793 1 3 2001-3000 HOURS 65 00% $793 1 4 3001-4000 HOURS 7000% $845 1 5 4001-5000 HOURS 75 00% $905 1 6 5001-6000 HOURS 80 00% $966 1 7 6001-7000 HOURS 85 00% $1026 1 Page 3 . . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 PrevaIling OvertIme Holiday Note Stage of Progression & Hour Range Wage Code Code Code 8 7001-8000 HOURS 95 00% $1147 1 TELECOMMUNICA TION TECHNICIANS TELECOMMUNICA TION TECHNICIANS JOURNEY LEVEL 1 0000-0800 HOURS 60 00% $20 37 lD SA 2 0801-1500 HOURS 65 00% $2171 lD SA 3 1601-2400 HOURS 70 00% $23 06 10 SA 4 2401-3200 HOURS 75 00% $2441 lD SA 5 3201-4000 HOURS 8000% $25 76 lD SA 6 4001-4800 HOURS 85 00% $2711 1D SA GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 45 00% $2183 lH 5G 2 1001-2000 HOURS 50 00% $2371 1H 5G 3 2001-3000 HOURS 55 00% $25 58 lH 5G 4 3001-4000 HOURS 60 00% $27 45 1H 5G 5 4001-5000 HOURS 65 00% $29 32 lH 5G 6 5001-6000 HOURS 70 00% $3119 1H 5G 7 6001-7000 HOURS 80 00% $34 93 lH 5G 8 7001-8000 HOURS 90 00% $38 67 lH 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC 1 0000-1000 HOURS 40 00% $24 92 1S 5J 2 1001-2000 HOURS 45 00% $2661 lS 5J 3 2001-3000 HOURS 50 00% $28 29 lS 5J 4 3001-4000 HOURS 55 00% $29 97 1S 5J 5 4001-6000 HOURS 65 00% $33 34 lS 5J 6 6001-8000 HOURS 75 00% $3671 1S 5J 7 8001-10000 HOURS 85 00% $40 08 1S 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% $23 86 1M 5D 2 1001-2000 HOURS 70 00% $26 48 1M 5D 3 2001-3000 HOURS 80 00% $2911 1M 5D 4 3001-4000 HOURS 90 00% $3173 1M 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% $27 48 10 5A 2 0751-1500 HOURS 7000% $29 05 10 5A Page 4 . . . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevallmg Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 3 1501-2250 HOURS 75 00% $38 38 10 5A 4 2251-3000 HOURS 80 00% $39 95 10 5A 5 3001-3750 HOURS 9000% $4310 10 5A 6 3751-4500 HOURS 90 00% $4310 10 5A 7 4501-5250 HOURS 95 00% $44 68 10 5A 8 5251-6000 HOURS 9500% $44 68 10 5A LABORERS GENERAL LABORER 1 OOOD-l000 HOURS 60 00% $23 86 1M 50 2 1001-2000 HOURS 70 00% $26 48 1M 50 3 2001-3000 HOURS 8000% $2911 1M 50 4 3001-4000 HOURS 90 00% $3173 1M 50 LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER 1 0000-1000 HOURS 60 00% $23 86 1M 50 2 1001-2000 HOURS 70 00% $26 48 1M 50 3 2001-3000 HOURS 80 00% $2911 1M 50 4 3001-4000 HOURS 9000% $3173 1M 50 LATHERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% $22 25 1M 50 2 0701-1400 HOURS 60 00% $2916 1M 50 3 1401.2100 HOURS 68 00% $3159 1M 50 4 2101-2800 HOURS 76 00% $34 02 1M 50 5 2801-3500 HOURS 84 00% $36 45 1M 50 6 3501-4200 HOURS 92 00% $38 88 1M 50 PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52 00% $1927 28 5A 2 0751-1500 HOURS 56 00% $20 32 28 5A 3 1501-2250 HOURS 60 00% $2137 28 5A 4 2251-3000 HOURS 64 00% $23 26 28 5A 5 3001-3750 HOURS 68 00% $24 36 28 5A 6 4001-4800 HOURS 72 00% $25 45 28 5A PLASTERERS JOURNEY LEVEL 1 0000-0500 HOURS 40 00% $1033 1 2 0501-1000 HOURS 45 00% $1162 1 3 1001-1500 HOURS 45 00% $1162 1 4 1501-2000 HOURS 50 00% $1292 1 5 2001-2500 HOURS 55 00% $1421 1 6 2501-3000 HOURS 60 00% $1550 1 7 3001-3500 HOURS 65 00% $1679 1 8 3501-4000 HOURS 70 00% $1808 1 Page 5 .. " . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 9 4001-4500 HOURS 75 00% $1937 1 10 4501.5000 HOURS 80 00% $20 66 1 11 5001-5500 HOURS 85 00% $2196 1 12 5501-6000 HOURS 90 00% $23 25 1 13 6001-6500 HOURS 95 00% $24 54 1 14 6501-7000 HOURS 95 00% $24 54 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-2000 HOURS 50 00% $29 93 1G 5A 2 2001-4000 HOURS 62 50% $40 82 lG 5A 3 4001-6000 HOURS 70 00% $43 73 lG 5A 4 6001-8000 HOURS 75 00% $45 67 lG 5A 5 8001-10000 HOURS 85 00% $49 57 1G 5A POWER EQUIPMENT OPERA TORS BACKHOES. (75 HP & UNDER) ALL EQUIPMENT 1 0000-1000 HOURS 65 00% $3128 1M 50 8L 2 1001-2000 HOURS 7000% $32 80 1M 50 8L 3 2001-3000 HOURS 75 00% $34 32 1M 50 8L 4 3001-4000 HOURS 80 00% $35 84 1M 50 8L 5 4001-5000 HOURS 90 00% $38 89 1M 50 8L 6 5001-6000 HOURS 9500% $4041 1M 50 8L POWER EQUIPMENT OPERA TORS. UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORS) 1 0000-1000 HOURS 65 00% $3128 2 1001-2000 HOURS 70 00% $32 80 3 2001-3000 HOURS 7500% $34 32 4 3001-4000 HOURS 8000% $35 84 5 4001.5000 HOURS 90 00% $38 89 6 5001-6000 HOURS 9500% $4041 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000-1000 HOURS 75 00% $2517 4A 5A 2 1001.2000 HOURS 80 00% $26 34 4A 5A 3 2001-3000 HOURS 85 00% $27 52 4A 5A 4 3001-4000 HOURS 90 00% $28 70 4A 5A REFRIGERA TION & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50 00% $1384 1 2 2001-4000 HOURS 55 00% $1522 1 3 4001-6000 HOURS 60 00% $1661 1 4 6001-8000 HOURS 70 00% $1938 1 5 8001-10000 HOURS 85 00% $23 53 1 RESIDENTIAL CARPENTERS Page 6 . e . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code JOURNEY LEVEL 1 1 sl Penod 60 00% $1071 1 2 2nd Penod 65 00% $1160 1 3 3rd Penod 70 00% $1250 1 44th Penod 75 00% $1339 1 55th Penod 80 00% $1428 1 66th Penod 85 00% $1517 1 77th Penod 90 00% $1607 1 88th Penod 95 00% $1696 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL 1 0000-0900 HOURS 50 00% $1389 1 2 0901-1800 HOURS 55 00% $1528 1 3 1801-2700 HOURS 75 00% $20 84 1 4 2701-4000 HOURS 85 00% $23 61 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $803 1 2 1001-2000 HOURS 65 00% $949 1 3 2001-4000 HOURS 75 00% $1095 1 4 4001-6000 HOURS 65 00% $1241 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-0900 HOURS 55 00% $1625 1E 6L 2 0901-1800 HOURS 60 00% $1715 1E 6L 3 1801-2700 HOURS 65 00% $1847 1E 6L 4 2701-3600 HOURS 70 00% $1937 1E 6L 5 3601-4500 HOURS 75 00% $20 52 1E 6L 6 4501-5400 HOURS 80 00% $2142 1E 6L ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60 00% $23 23 1R 5A 2 0821-1630 HOURS 67 00% $25 03 1R SA 3 1631-2450 HOURS 74 00% $26 82 1R SA 4 2451-3270 HOURS 81 00% $3091 1R SA 5 3271-4080 HOURS 88 00% $3271 1R 5A 6 4081-4899 HOURS 95 00% $34 50 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-2000 HOURS 45 00% $2191 1E 6L 2 2001-3000 HOURS 50 00% $3019 1E 6L 3 3001-4000 HOURS 55 00% $32 04 1E 6L 4 4001-5000 HOURS 60 00% $33 92 1E 6L 5 5001-6000 HOURS 65 00% $35 79 1E 6L Page 7 -. . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing OvertIme Holiday Note Stage of Progression & Hour Range Wage Code Code Code 6 6001-7000 HOURS 70 00% $37 65 lE 6L 7 7001-8000 HOURS 75 00% $39 52 lE 6L 8 8001-9000 HOURS 80 00% $4138 1E 6L 9 9001-10000 HOURS 85 00% $43 26 lE 6L SOFT FLOOR LA YERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1715 18 SA 2 1001-2000 HOURS 60 00% $20 46 18 SA 3 2001-3000 HOURS 70 00% $2531 18 SA 4 3001-4000 HOURS 75 00% $26 72 18 SA 5 4001-5000 HOURS 80 00% $2812 18 SA 6 5001-6000 HOURS 85 00% $29 53 18 SA 7 6001-7000 HOURS 90 00% $30 94 18 SA 8 7001-8000 HOURS 95 00% $32 35 18 SA SPRINKLER FITTERS (FIRE PROTECTION) 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% $793 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 8000% $1574 1 6 5001-6000 HOURS 85 00% $1672 1 TILE. MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50 00% $23 34 18 SA 2 1001-2500 HOURS 55 00% $24 75 18 5A 3 2501-3500 HOURS 60 00% $2614 18 SA 4 3501-4500 HOURS 70 00% $28 96 18 5A TERRAZZO WORKERS & TILE SETTERS Page 8 .. '. . Stage of ProgressIon & Hour Range JOURNEY LEVEL 1 0000-1000 HOURS 50 00% 2 1001-2500 HOURS 55 00% 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% 5 4501-5500 HOURS 80 00% 6 5501-6250 HOURS 90 00% 7 6251-7000 HOURS 95 00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000-0500 HOURS 60 00% 2 0501-1000 HOURS 60 00% 3 1001-2333 HOURS 60 00% 4 2334-4666 HOURS 73 00% 5 4667-7000 HOURS 88 00% TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70 00% 2 0701-1400 HOURS 80 00% 3 1401-2100 HOURS 90 00% . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing OvertIme Holiday Note Wage Code Code Code $24 00 16 5A $2547 16 5A $26 93 16 5A $29 87 16 5A $3281 16 5A $3574 16 5A $3721 16 5A $1469 $2001 $2311 $26 94 $3136 1K 1K 1K 1K 1K SA 5A 5A 5A 5A $1416 $1618 $1821 Page 9 . ~ . QUOTATION FORM Repair Pole Barn - Landfill SW-07 -006 1! llilE'(JErvr~ ~,UG Ie' (::) 1,...'f1t o 2007 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 $ 5/00 2 Sales Tax (8 4%) $ qt't yO 3 Total Bid $ 5)Z.~ fd 4 The bidder hereby acknowledges that It has received Addenda No(s) (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 6 Bidder's firm name A~(Y&les SG:CV, <.-6 CI;;.;V)/;VL 7 Complete address 5h )';i-') f--iiA' i IlL (Street address) f ul'Lr AVe-nee> (City) GvvA (State) 'f"r '), .> (Zip) 8 Registration Number 91 ~I 7 b U.3 9 UBI Number 'd z.. 19/ f7U 10 Telephone No (f 2-7t 30 ~ ~ The bidder represents that It IS qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth In this Contract 11 Signed by ~~J!... 12 Title OL-'-'fl.I>-'"'\ 13 Pnnted Name co, tt--L Tel/ &k'ev "" ) LbL."'" 14 Date r- 'i-tJ7 PrOject xxx-xx-xxx Page 2 Rev 211512007 .. . . . . P.O. #: 010369 DATE: 10/26/07 INVOICE TO: Clty of Port Angeles ATTN: ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO: ANGELES SERVICE CENTER 56585 HWY 112 PORT ANGELES, WA 98363 SHIP TO: Clty of Port Angeles LANDFILL 3501 W 18TH ST PORT ANGELES, WA 98363 VENDOR # 27369 REQ. NO. 10088 REQUISITIONED BY CRAIG FRIED SHIP VIA: F.O.B. TERMS NET QUANTITYUOM ITEM NO AND DESCRIPTION 1 OOEA REPAIR POLE BARN AT LANDFILL EXTENDED UNIT CO COST 5100.00 5100.00 SUB-TOTAL TAX 8.4 TOTAL 5100.00 428.40 5528.40 AUTHORIZED BY rc ------