HomeMy WebLinkAbout4.623I Original Contract
..
.
.
.
Ctty of Port Angeles
PublIc Works & UtIlItIes Dept
OperatIOns Office
1703 South B Street
Port Angeles W A 98362
Tel 360-417-4541
Fax 360-452-4972
LIMITED PUBLIC WORKS PROCESS
D Request for Quotation
IZI Contract
Contract Title Install Fenclno. Coms Yard Project Number: PW-07-026
THIS CONTRACT IS entered Into the date last below wntten between the CITY OF PORT ANGELES, WASHINGTON
("CITY") AND _ ("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):
D All work under thiS Contract IS to be completed by thiS date. _
IZI All work under thiS Contract IS to be completed 30 days from the Notice to Proceed. No work IS
to be performed pnor to wntten Notice to Proceed by the City.
D The performance penod under thiS Contract commences _ calendar days after contract
award and ends _ calendar days after contract award.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under thiS contract (check one).
D Time and matenal, not to exceed: $_
D Time and actual expenses Incurred, not to exceed: $_
D Umt pnces set forth In the Contractor's bid or quote, not to exceed $_
IZI Firm Fixed Pnce set forth In Contractor bid or quote In the amount of: $16.252.41
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
DW-07-005
Page 1
Rev 2/1612007
.
.
E. If dUring the course of the Contract, the work rendered does not meet the requirements set forth m 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. RESPONSIBIUTY 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 mamtam, 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 correctmg 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 correcting all defects In workmanship and/or materials m 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, 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 mcludmg
consequential damages suffered by the City resultmg from defects m the Contractors work mcludmg, but
not limited to, cost of materials and labor expended by the City m makmg emergency repairs and cost of
engmeerlng, Inspection 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 m the
Contract Document, the City Will rely on the profeSSional Judgment of the Contractor to make appropriate
selections.
D. NondiSCrimination/Affirmative Action. Contractor agrees not to diSCriminate agamst any employee or
applicant for employment or any other persons In 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 ordinance, except for a bona fide occupational qualification Contractor agrees
to post m conspIcuous 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.
S. COMPUANCE 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 m meliglbllity for further work for the City.
6. TERMINATION OF CONTRACT
A. This Contract shall term mate upon satisfactory completion of the work deSCribed In Attachment "A"
and final payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon
DW-07-005
Page 2
Rev 2/16/2007
.
.
and finish the work by whatever methods It may deem expedient, by giVing 10 days wntten notice to the
Contractor, upon the occurrence of anyone or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of Its creditors
2. A receiver IS 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 matenal 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 satlsfactonly
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
mclude all legal costs mcurred by the City to protect the nghts 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 finished or
unfinished documents and matenal prepared by the Contractor with funds paid by the City under thiS
Contract shall become the property of the City and shall be forwarded to the City upon Its request.
B. Any records, reports, mformatlon, data or other documents or matenals given to or prepared or
assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to
any Individual or organizatIOn by the Contractor without pnor wntten approval of the City or by court order
8. CLAIMS
Any claim against the City for damages, expenses, costs or extras anslng out of the performance of thiS
Contract must be made In wntlng to the City within 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
making applicatIOn for final payment, shall be deemed to have waived Its nght to claim for any other
damages for which application has not been made, unless such claim for final payment Includes notice of
additional claim and fully descnbes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her deSignee shall have pnmary responsibility for
the City under thiS Contract and shall oversee and approve all work to be performed, coord mate communications,
and review and approve all InVOices, under thiS Contract.
10. HOLD HARMLESS
A. The Contractor shall protect, defend, mdemnlfy and save harmless the City, Its officers, employees and
agents from any and all costs, claims, judgments or awards of damages, ansmg out of or In any way resultmg
from the negligent acts or omissions of the Contractor. The Contractor agrees that Its obligations under thiS
subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its
employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the
City only, any Immunity that would otherwise be available against such claims under the mdustnallnsurance
prOVIsion of Title 51 RCW. In the event the City obtams any judgment or award, and/or Incurs any cost ansmg
therefrom mcludmg attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs
shall be recoverable form the Contractor.
DW-07-005
Page 3
Rev 2/16/2007
.
.
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. PREVAIUNG WAGE
ThiS Contract IS subject to the requirements of Chapter 39.12 RON, and as It may be amended, relating to
prevailing wages. On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws
and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the 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 inspection and to approval by the City Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
DW-07-005
Page 4
Rev 2/16/2007
.
.
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or Interest accruing from
this Contract without the express prior written consent of the other
17. INDEPENDENT CONTRACTOR
The Contractor IS and shall be at all times dUring the term of this Contract an Independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and Integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either
written or oral. This contract may be amended, modified or added to only by written Instrument properly
signed by both parties hereto.
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.
IN WITNESS WHEREOF, the parties have executed this Contract as of
c;/z <."
f
,2007.
CONTRACTOR CITY OF PO
II /6~~ /~ ~f0f1 tr ' .
By: ~~j2~~BY: fl / c---
Printed N:e $~__clL~<:T$;0~c::?1J'~e~meJ ~c \..()-
TItle oW A~/~ Title: \\~~-,' '\
Address: fJ2J(?; tJ lei c::!ffty:s-fi~'Y- "'-
City. >tlA r~!/l ~, Pf5JL
Tax ID # OJ / . I ~ J S (I f" '+
z 1~b P? -p,'" /"1
Phone Number:Z':-? 0 ,/, ./
{!('! II '3~,u "460..-/#<;6
1
Purchase Order #:
Co'1c:t-3
DW-07-005
Page 5
Rev 2/16/2007
.
.
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "A"
WORK BY CONTRACTOR
1 Contractor will be allowed to work from 8 00 AM to 4 30 PM Monday through Fnday The Contractor
may request to work outside of these hours, which may be approved at the discretion of the City's
representative for the respective task
2 All fencing and debns to be removed as a result of this contract become the property of the
Contractor
3 Site VISitS may be arranged through the City representative listed for each task or by calling Cindy
Kochanek at 360-417-4541
4 The Contractor shall Install locking mechanism on gates similar to the style In the photograph at the
end of this attachment Contractor to do all work and furnish all tools, matenals, and equipment In order
to accomplish the following project
5 Location Corps Yard, 1703 S B Street, Port Angeles
6 The Contractor's pOint of contact for the work IS Gary Stem pin, who can be reached at 360-417-
4825
7 Install new chain link fence and gates With outnggers and three strands of barbed wire above fabnc
to match eXisting chain link fence style and strength as the chain link fence on B Street at the Corps
Yard Chain link fence fabnc IS 6 ft In height Included photographs show tYPical sections of the eXisting
Corps Yard fence The corners will be marked by the City of Port Angeles Approximate
fence dimensions and work location IS shown In the following site plan
DW-07-005
Page 6
Rev 2/16/2007
.
.
Remove eXlstlno old fenclno (shown In red)
Tie end Into
embankment
Remove eXisting old
fencing (shown In red)
Approximately 70 feet of
new fence
Approximately 170 feet of
new fence (with vertical
extensions Instead of
outnggers)
Approximately 40 feet of
new fence Including 20 ft
opening with relocated
double gates
Approximately 170 feet of
new fence
Fenced hammer head
with 25 ft opening with
new double gates
Hammer head IS 60 ft
deep and 60 ft wide
Approximately 165 feet of
new fence
EXlsling 20 ft double
gates to be relocated
DW-07-005
Rev 2/16/2007
Page 7
.
.
TYPical Fence Style
DW-07-005
Page 8
Rev 2/16/2007
.
.
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENTB
INSURANCE
Insurance Requirements:
The Contractor shall procure and maintain for the duralion of the Contract, msurance agamst claims for InJunes to
persons or damage to property which may anse from or m connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors Failure by the
Contractor to mamtaln the Insurance as required shall constitute a matenal breach of contract upon which the
City may, after giving five workmg 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 m connection
thereWith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
1. MInimum Scope of Insurance
The Contractor shall obtam Insurance of the types descnbed below:
a. Automobile Llabllitv 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 provldmg
equivalent liability coverage. If necessary, the policy shall be endorsed to prOVide contractual liability
coverage
b. CommerCial General liabllitv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall
cover liability ansmg from premises, operations, stop gap liability, Independent contractors, products-
completed operations, personal Injury and advertlsmg InJUry, and liability assumed under an msured
contract The Commercial General Liability msurance shall be endorsed to proVide the Aggregate Per
Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modificatiOn of
the CommerCial General Liability Insurance for liability anslng from explosion, collapse or
underground property damage. The City shall be named as an msured under the Contractor's
CommerCial General Liability msurance policy with respect to the work performed for the City usmg
ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements provldmg 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 liabllitv msurance with a mmlmum combined smgle limit for bodily mJury and property
damage of $1,000,000 per aCCident.
b. Commercial General Llabllitv 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.
DW-07-005
Page 9
Rev 2/16/2007
.
.
3. Other Insurance ProvIsions
The Insurance policies are to contain, or be endorsed to contain, the following provIsions for Automobile
Liability and Commercial General Liability Insurance
a The Contractor's Insurance coverage shall be primary Insurance as respect to the City. Any
Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be In excess of the
Contractor's Insurance and shall not contribute With It.
b The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except
after forty-five (45) days prior written notice by certified mall, return receipt requested, has been
given to the City.
4. Acceptability of Insurers
Insurance IS to be placed With Insurers With a current A M Best rating of not less than A.VI.
5. Verification of Coverage
The Contractor shall furnish the City With Original certificates and a copy of the amendatory endorsements,
Including but not necessarily limited to the additional Insured endorsement, eVidenCing the Automobile
Liability and CommerCial General Liability Insurance of the Contractor before commencement of the work.
Before any exposure to loss may occur, the Contractor shall file With the City a copy of the BUilders Risk
Insurance policy that Includes all applicable conditions, exclUSions, definitions, terms and endorsements
related to thiS proJect.
6. Contractor's Insurance For Other Losses
The Contractor shall assume full responSibility for all loss or damage from any cause whatsoever to any tools,
Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the
Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures,
scaffolding and protective fences.
7. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors,
agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by
BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of
thiS Contract or other property Insurance applicable to the work. The policies shall prOVide such waivers by
endorsement or otherwise.
DW-07-00S
Page 10
Rev 2/16/2007
.
.
City of Port Angeles
Operations Office
Public Works and Utilities Department
360-417-4541
ATTACHMENT "C"
PREVAIUNG WAGE RATES
See attached IIstmg
Washmgton State Prevalhng Wage Rates For PublIc Works Contracts, Clallam County, effective 08-31-06
2 Washmgton State PrevaIlIng Wage Rates For PublIc Works Contracts - ApprentIces, Clallam County,
effectIve 08-31-06
DW-07-005
Page 11
Rev 2/16/2007
.
.
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits
On public works proJects. workers' wage and benefit rates must add to not less than thiS total A brief
descnptlon of overtime calculation requirements IS provided on the Benefit Code Key
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
ClaSSification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
$34 36
$4747
$4247
$1467
$4143
$4133
$4127
$4137
$4131
$4140
$4140
$4140
$42 27
$4147
$4140
$4140
$4140
$4140
$34 36
$85 75
$44 22
$42 02
$4151
$42 02
$42 07
$43 64
$4151
$42 02
$4164
$4114
$937
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
1M
5D
lC
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
IT 5D 8L
IT 5D 8L
IT 5D 8L
IT 5D 8L
IT 5D 8L
IT 5D 8L
IT 5D 8L
IT 5D BL
IE 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
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
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
$49 64
$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 SA
4A 5A
4A 5A
4A 5A
4A
4A
6Q
6Q
1M
50
lH
5G
1S
5J
1M
50
lK
1K
1K
lK
lK
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-U P 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
EROSIDN CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I e, dustIng vacuuming, wmdow cleaning, NOT
construction debriS 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
$46 25
$34 84
$34 36
$29 68
$34 36
$34 36
$34 36
$34 36
$35 20
$34 84
$34 36
$34 36
$34 84
$34 36
$34 36
$34 36
$34 36
$34 84
$34 36
$34 84
$29 68
$34 36
$34 36
$34 36
$35 20
$34 84
$35 20
$34 36
$34 36
$34 36
$34 84
$27 36
$34 36
$29 68
$34 36
$34 36
$34 36
$34 84
$34 36
$34 36
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-MUDMAN
MATERIAL YARDMAN
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 RELlNER (NOT INSERT TYPE)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDER MAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRAYMAN
SPREADER (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 SCREED (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 5D
$35 20 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$35 20 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 36 1M 5D
$35 20 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$29 68 1M 5D
$34 84 1M 5D
$34 84 1M 5D
$34 84 1M 50
$35 20 1M 50
$34 84 1M 5D
$34 36 1M 5D
$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 5D
$34 36 1M 50
$34 36 1M 5D
$34 36 1M 50
$34 84 1M 50
$34 36 1M 50
$34 84 1M 50
$34 84 1M 50
$34 36 1M 50
$34 36 1M 50
$34 84 1M 50
$34 84 1M 5D
$34 36 1M 50
$34 36 1M 5D
$34 36 1M 5D
$34 84 1M 50
$34 36 1M 50
$34 84 1M 5D
$34 36 1M 5D
$34 84 1M 50
$34 36 1M 50
$34 36 1M 50
$34 84 1M 5D
. . .
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSIfication WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $34 36 1M 50
PIPE LAYER $34 84 1M 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1142 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $793 1
LANDSCAPING OR PLANTING LABORERS $793 1
LATHERS
JOURNEY LEVEL $4131 1M 5D
METAL FABRICATION (IN SHOP)
FITTERlWELOER $1516
LABORER $1113
MACHINE OPERATOR $1066
PAINTER $1141
PAINTERS
JOURNEY LEVEL $3316 2B SA
PLASTERERS
JOURNEY LEVEL $2583
PLAYGROUN~ & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $793
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $55 34 1G SA
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39 57 1M 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $42 35 1M 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42 84 1M 50 8L
BACKHOE EXCAVATOR SHOVEL (6 YD AND OVER WITH $43 39 1M 50 8L
BACKHOES, (75 HP & UNDER) $4193 1M 50 8L
BACKHOES, (OVER 75 HP) $42 35 1M 5D 8L
BARRIER MACHINE (ZIPPER) $42 35 1M 50 8L
BATCH PLANT OPERATOR, CONCRETE $42 35 1M 5D 8L
BELT LOADERS (ELEVATING TYPE) $4193 1M 50 8L
BOBCAT (SKID STEER) $39 57 1M 50 8L
BROOMS $39 57 1M 50 8L
BUMP CUTTER $42 35 1M 5D 8L
CABLEWAYS $42 84 1M 50 8L
CHIPPER $42 35 1M 5D 8L
COMPRESSORS $39 57 1M 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $39 57 1M 50 8L
CONCRETE PUMPS $4193 1M 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 5D 8L
CONVEYORS $4193 1M 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $4193 1M 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42 35 1M 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42 84 1M 50 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 50 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43 96 1M 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME. 10 TON AND UNDER $39 57 1M 50 8L
CRANES A-FRAME,OVER10TON $4193 1M 50 8L
Page 5
. . .
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSIfication WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44 52 1M 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42 35 1M 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42 84 1M 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1M 50 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43 39 1M 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1M 50 8L
CRUSHERS $42 35 1M 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $42 35 1M 50 8L
DERRICK BUILDING $42 84 1M 5D 8L
DOZERS, 0-9 & UNDER $4193 1M 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4193 1M 50 8L
DRILLING MACHINE $42 35 1M 50 8L
ELEVATOR AND MANlIFT, PERMANENT AND SHAFT-TYPE $39 57 1M 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $4193 1M 50 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 50 8L
FORK LIFTS (3000 LBS AND OVER) $4193 1M 50 8L
FORK LIFTS, (UNDER 3000 LBS) $39 57 1M 5D 8L
GRADE ENGINEER $4193 1M 5D 8L
GRADECHECKER AND STAKEMAN $39 57 1M 5D 8L
GUARDRAIL PUNCH $42 35 1M 5D 8L
HOISTS OUTSIDE (ELEVATORS AND MANlIFTS), AIR TUGGERS $4193 1M 50 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $4193 1M 50 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L
HYDRAlIFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 50 8L
HYDRAlIFTS/BOOM TRUCKS (OVER 10 TON) $4193 1M 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $4264 1M 5D 8L
LOADERS OVERHEAD (8 YD & OVER) $43 39 1M 5D 8L
LOADERS OVERHEAD (UNDER 6 YD), PLANT FEED $42 35 1M 5D 8L
LOCOMOTIVES, ALL $42 35 1M 5D 8L
MECHANICS, ALL $4264 1M 5D 8L
MIXERS, ASPHALT PLANT $42 35 1M 5D 8L
MOTOR PATROL GRADER (FINISHING) $42 35 1M 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $4193 1M 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42 84 1M 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L
OPERATOR
PAVEMENT BREAKER $39 57 1M 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $4193 1M 5D 8L
POSTHOLE OIGGER, MECHANICAL $39 57 1M 5D 8L
POWER PLANT $39 57 1M 5D 8L
PUMPS, WATER $39 57 1M 5D 8L
QUAD 9, D-10, AND HD-41 $42 64 1M 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 50 8L
EQUIP
RIGGER AND BELLMAN $39 57 1M 50 8L
ROLLAGON $42 84 1M 5D 8L
ROLLER OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L
ROLLERS, PLANTMIX OR MUL TllIFT MATERIALS $4193 1M 5D 8L
ROTO-MILL, ROTO-GRINDER $42 35 1M 50 8L
SAWS, CONCRETE $4193 1M 5D 8L
Page 6
.
.
CLALLAM COUNTY
EffectIve OJ-03-07
*****************************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER (UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EOUIPMENT 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 Benefil Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$42 35 1M 5D 8L
$42 84 1M 5D 8L
$4193 1M 50 8L
$42 35 1M 5D 8L
$39 57 1M 5D 8L
$42 84 1M 5D 8L
$42 35 1M 5D 8L
$42 35 1M 5D 8L
$4193 1M 5D 8L
$4193 1M 5D 8L
$42 35 1M 5D 8L
$42 35 1M 5D 8L
$42 84 1M 5D 8L
$4193 1M 5D 8L
$4193 1M 5D 8L
$42 35 1M 5D 8L
$42 35 1M 5D 8L
$39 57 1M 5D 8L
$42 35 1M 5D 8L
$35 62 4A 5A
$33 82 4A 5A
$34 27 4A 5A
$3188 4A 5A
$24 03 4A 5A
$27 68
$42 47 1M 5A
$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
$3115
$29 89
$1681
$28 68
$27 82
$29 89
$29 30
$29 89
$27 82
$1596
$2117
$2515
$22 64
$27 82
$40 33
$3416
$34 90
Page 8
(See Benefit Code Key)
Over
Time
Code
Hohday
Code
Note
Code
1G
SA
1E
6L
1R
1R
SA
SA
1E
6L
1B
SA
1B
50
1
1
1
10 SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
2B SA
1B SA
1B SA
1K SA
.
CLALLAM COUNTY
Effective 03-03-07
.
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $39 04 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $39 62 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $39 62 1T 50 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $1160 1
OILER $945 1
WELL DRILLER $1160 1
Page g
. .
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Prevallmg Overt.me 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% $1843 1M 50
2 1001-2000 HOURS 60 00% $2106 1M 50
3 2001.3000 HOURS 75 00% $2710 1M 50
4 3001-4000 HOURS 9000% $3145 1M 50
1 0000-1000 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
BOILERMAKERS
JOURNEY LEVEL
1 0000-1000 HOURS 70 00% $38 86 lC 5N
2 1001-2000 HOURS 75 00% $40 30 lC 5N
3 2001-3000 HOURS 8000% $4173 1C 5N
4 3001-4000 HOURS 85 00% $43 17 lC 5N
5 4001-5000 HOURS 90 00% $44 60 lC 5N
6 5001-6000 HOURS 95 00% $46 04 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
1 0000-0750 HOURS 50 00% $25 49 1M 5A
2 0751-2250 HOURS 55 00% $27 05 1M 5A
3 2251-3000 HOURS 60 00% $28 62 1M 5A
4 3001-3750 HOURS 70 00% $3174 1M 5A
5 3751-4500 HOURS 80 00% $34 87 1M 5A
6 4501-5250 HOURS 90 00% $37 99 1M 5A
7 5251-6000 HOURS 95 00% $39 56 1M 5A
CARPENTERS
CARPENTER
1 0000-1000 HOURS 60 00% $25 26 1M 50
2 1001.2000 HOURS 65 00% $3065 1M 50
3 2001-3000 HOURS 70 00% $3217 1M 50
4 3001-4000 HOURS 75 00% $33 69 1M 50
5 4001-5000 HOURS 80 00% $3520 1M 50
6 5001-6000 HOURS 85 00% $36 72 1M 50
7 6001-7000 HOURS 90 00% $38 24 1M 50
8 7001-8000 HOURS 95 00% $39 75 1M 50
DRYWALLAPPL~ATOR
DRYWALL, METAL STUD, AND CEILING APPLICATORS
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
Page 1
.
Stage of ProgressIon & Hour Range
6 3501-4200 HOURS 92 00%
ACOUSTICAL WORKER
1 0000-1000 HOURS 50 00%
2 1001-2000 HOURS 60 00%
3 2001-3000 HOURS 68 00%
4 3001-4000 HOURS 76 00%
5 4001-5000 HOURS B4 00%
6 5001-6000 HOURS 92 00%
MILLWRIGHT AND MACHINE ERECTORS
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
1 1 sl 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 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%
BRIDGE. DOCK AND WARP CARPENTERS
1 1 st Penod 60 aO%
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
$38 88
Overttme
Code
1M
Holiday
Code
50
$2231 1M 50
$29 23 1M 50
$3167 1M 50
$3411 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
$30 78 1M 50
$3231 1M 50
$33 B4 1M 50
$3536 1M 50
$36 69 1M 50
$38 42 1M 50
$3994 1M 50
$25 30 1M 50
$30 69 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
50
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 lE 5P
2 1001-2000 HOURS 55 00% $28 27 1E 5P
3 2001-3000 HOURS 65 00% $3113 lE 5P
4 3001-4000 HOURS 75 00% $33 99 1E 5P
5 4001-5000 HOURS 85 00% $36 85 lE 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 50 00% $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 5A
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 5A
4 3001-4000 HOURS 72 00% $36 71 4A 5A
5 4001-5000 HOURS 78 00% $39 05 4A SA
6 5001-6000 HOURS 86 00% $42 17 4A SA
7 6001-7000 HOURS 90 00% $43 73 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 SA
ELEVA TOR 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 70 00% $44 55 4A 60
5 5101-6800 HOURS 80 00% $48 97 4A 60
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
1 0000-1000 HOURS 5500% $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 nON TECHNICIANS JOURNEY LEVEL
1 0000-0800 HOURS 60 00% $20 37 10 SA
2 0801-1500 HOURS 65 00% $2171 10 SA
3 1601-2400 HOURS 70 00% $23 06 10 SA
4 2401-3200 HOURS 75 00% $2441 10 SA
5 3201-4000 HOURS 80 00% $25 76 10 SA
6 4001-4800 HOURS 85 00% $2711 10 SA
GLAZIERS
JOURNEY LEVEL
1 0000-1000 HOURS 45 00% $2183 lH 5G
2 1001-2000 HOURS 50 00% $2371 lH 5G
3 2001-3000 HOURS 55 00% $25 58 lH 5G
4 3001-4000 HOURS 60 00% $27 45 lH 5G
5 4001-5000 HOURS 65 00% $29 32 lH 5G
6 5001-6000 HOURS 70 00% $3119 lH 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 lS 5J
2 1001-2000 HOURS 45 00% $2661 lS 5J
3 2001-3000 HOURS 5000% $28 29 lS 5J
4 3001-4000 HOURS 55 00% $29 97 lS 5J
5 4001-6000 HOURS 65 00% $33 34 lS 5J
6 6001-8000 HOURS 75 00% $3671 lS 5J
7 8001-10000 HOURS 85 00% $40 08 lS 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
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 90 00% $3173 1M 50
INSULA nON APPLfCA TORS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $1025 1
2 1001-2000 HOURS 60 00% $1230 1
3 2001-3000 HOURS 75 00% $1538 1
4 3001-4000 HOURS 90 00% $1845 1
IRONWORKERS
JOURNEY LEVEL
1 0000-0750 HOURS 65 00% $27 48 10 SA
2 0751-1500 HOURS 70 00% $2905 10 SA
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 90 00% $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 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 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 7000% $26 48 1M 50
3 2001-3000 HOURS 80 00% $2911 1M 50
4 3001-4000 HOURS 90 00% $3173 1M 50
LA THERS
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 7000% $1808 1
Page 5
.
.
PREVAILING WAGE RATES
FOR
CLALLAM COUNTY
APPRENTICES
EFFECTIVE DATE
3/3/2007
Stage of ProgressIon & Hour Range
9 4001-4500 HOURS 75 00%
10 4501-5000 HOURS 80 00%
11 5001-5500 HOURS 85 00%
12 5501-6000 HOURS 90 00%
13 6001-6500 HOURS 95 00%
14 6501-7000 HOURS 95 00%
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
1 0000-2000 HOURS 50 00%
2 2001-4000 HOURS 62 50%
3 4001-6000 HOURS 70 00%
4 6001-8000 HOURS 75 00%
5 8001-10000 HOURS 85 00%
POWER 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
Page 6
Prevailing
Wage
$1937
$20 66
$2196
$23 25
$24 54
$24 54
$29 93
$40 82
$43 73
$45 87
$49 57
.
Overtime
Code
1
1
1
1
1
1
18
18
18
18
18
Holiday
Code
Note
Code
5A
5A
5A
5A
5A
$3128 1M 50 8L
$32 80 1M 50 8L
$34 32 1M 50 8L
$35 84 1M 50 8L
$38 89 1M 50 8L
$4041 1M 50 8L
$3128
$32 80
$34 32
$35 84
$38 89
$4041
$2517
$26 34
$27 52
$28 70
$1384
$1522
$1661
$1938
$23 53
4A
4A
4A
4A
1
1
1
1
1
5A
5A
5A
5A
. . . .
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
JOURNEY LEVEL
1 1st 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% $2361 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 85 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 lE 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 lE 6L
ROOFERS
JOURNEY LEVEL
1 0000-0820 HOURS 60 00% $23 23 lR 5A
2 0821-1630 HOURS 67 00% $25 03 lR 5A
3 1631-2450 HOURS 74 00% $26 82 1R 5A
4 2451-3270 HOURS 81 00% $3091 lR 5A
5 3271-4080 HOURS 88 00% $3271 1R 5A
6 4081-4899 HOURS 95 00% $34 50 lR 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1 0000-2000 HOURS 45 00% $2191 lE 6L
2 2001-3000 HOURS 50 00% $3019 1E 6L
3 3001-4000 HOURS 55 00% $32 04 lE 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 lE 6L
9 9001-10000 HOURS 85 00% $43 26 lE 6L
SOFT FLOOR LA YERS
JOURNEY LEVEL
1 0000-1000 HOURS 50 00% $17 15 18 5A
2 1001-2000 HOURS 60 00% $20 46 18 5A
3 2001-3000 HOURS 70 00% $2531 18 5A
4 3001-4000 HOURS 75 00% $26 72 18 5A
5 4001-5000 HOURS 8000% $2812 18 5A
6 5001-6000 HOURS 85 00% $29 53 18 5A
7 6001-7000 HOURS 90 00% $30 94 18 5A
8 7001-8000 HOURS 95 00% $32 35 18 5A
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 5500% $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 5000% $984 1
4 3001-4000 HOURS 55 00% $10 82 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 6500% $1279 1
3 2001.3000 HOURS 7000% $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% $23 34 18 5A
2 1001-2500 HOURS 55 00% $24 75 18 5A
3 2501.3500 HOURS 6000% $2614 18 5A
4 3501-4500 HOURS 7000% $28 96 18 5A
TERRAZZO WORKERS & TILE SETTERS
Page 8
. .
Stage of ProgressIon & Hour Range
JOURNEY LEVEL
1 0000-1000 HOURS 5000%
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 7000%
2 0701-1400 HOURS 6000%
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 67 16 5A
$3261 16 5A
$35 74 16 5A
$3721 16 5A
$1469
$2001
$2311
$26 94
$3136
1K
lK
lK
1K
1K
5A
5A
5A
5A
5A
$1416
$1616
$1821
1
1
1
Page 9
. . .
.
.
QUOTATION FORM
Install Fencmg, Corps Yard
Pw-07-026
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
/~ 993 ~2-0
~'::< -S<l ~
$ I b , ,;L S' ;Z ':!.i-
,
$
2 Sales Tax (8 4%) $
3 Total Sid
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
8 Registration Number
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 ~ LO// /f- h nee C ()
7 Complete address t:,~ V3 cJ~ cJ/Y'/v.-p/'c. ~;;0
(Street addressY , / /
~t'-t'/Jn /tho 9f3J2
(City) (State) (lip)
/!Lo#A-FC /7(/11 L
61J[) 311 9~.),
;S,{,6-LB'?'f'? // c~11 "* {J--48~tJ
9 UBI Number
10 Telephone No
The bidder represents that It IS qualified and possesses suffiCient skills and the necessary capabilities
to perform the services set forth In this Contract
c?~Ra 4a:z-~~-&
~/ ,
12 Title Oz:(.J/?~~_
13 Pnnted Name fi1-/.,(.~/ ...:I /),'~/"/7 ~ << ~__
tb-J.-O-07
11 Signed by
14 Date
:i 7')"-"'-~ \lU;('~jttllf.i\l ,IUN 2 1 ;fOO,
PrOject xxx-xx-xxx
Page 2
Rev 2/15/2007
. .. .
.
.
P.O. #: 009673
DATE. 06/26/07
INVOICE TO:
Clty of Port Anqeles
ATTN ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO: ALOHA FENCE CO
6243 OLD OLYMPIC HWY
SEQUIM, WA 98382
SHIP TO:
Clty of Port Angeles
BUILDING A
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
1062
REQ. NO
REQUISITIONED BY
F.O B.
SHIP VIA:
TERMS
NET
QUANTITYUOM ITEM NO AND DESCRIPTION
1.00EA INSTALL FENCING, CORPS
YARD PW-07-026 CONT
STREET
1.00EA INSTALL FENCING, CORPS
YARD PW-07-026 CONT.
LIGHT
1.00EA INSTALL FENCING, CORPS
YARD PW-07-026 CONT.
WATER
1 OOEA INSTALL FENCING, CORPS
YARD PW-07-026 CONT. WWTP
1 OOEA INSTALL FENCING, CORPS
YARD PW-07-026 CONT SW
EXTENDED
UNIT CO COST
2998.60 2998.60
2998.60 2998.60
2998.61 2998.61
2998.60 2998.60
2998.60 2998.60
SUB-TOTAL
TAX 8.4
TOTAL
14993 01
1259.40
16252.41
REMARKS:
PW-07-026 Install Fenclng, Corps Yard Contract
----------------------------------------------------------------
REQ/ACCT DATE REQ. BY PROJECT
~gg~g~~~H:~~g/2i/07 - - - - - CINDY - KOCHANEK - - -(I(l~--(f'~~-n-ii
AUTHORIZED BY 6\J _ '-- ~
1" KLHAC;.LNli R,
*~'-:'" --
-'.
." .. ..
.
.
P.O. #: 009673
DATE: 06/26/07
INVOICE TO:
Clty of Port Angeles
ATTN. ACCOUNTS PAYABLE
PO BOX 1150
PORT ANGELES, WA 98362
TO' ALOHA FENCE CO
6243 OLD OLYMPIC HWY
SEQUIM, WA 98382
SHIP TO:
Clty of Port Angeles
BUILDING A
1703 S 'B' ST
PORT ANGELES, WA 98363
VENDOR #
1062
QUANTITYUOM ITEM NO. AND DESCRIPTION
EXTENDED
UNIT CO COST
----------------------------------------------------------------
REQ/ACCT DATE REQ. BY PROJECT
----------------------------------------------------------------
0000009314 06/21/07 CINDY KOCHANEK 32
40171805334810
0000009314 06/21/07 CINDY KOCHANEK 32
40273805344810
0000009314 06/21/07 CINDY KOCHANEK 32
40374805354810
0000009314 06/21/07 CINDY KOCHANEK 32
40475805374810
----------------------------------------------------------------
AUTHORIZED BY
PUKCtlAolNli AliJo:Nl