Loading...
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