Loading...
HomeMy WebLinkAbout4.623J Original Contract -. . City of Port Angeles PublIc Works & UhlIlleS Depl OperatIOns Office 1703 South B Streel Port Angeles W A 98362 Tel 360-417-4541 Fax 360-452-4972 . LIMITED PUBLIC WORKS PROCESS D Request for Quotation [8J Contract Contract Title: Construct Fenclna. Decant FacIlity and Laurel Substation Project Number: PW-07-027 THIS CONTRACT IS entered Into the date last below written between the CIlY OF PORT ANGELES, WASHINGTON ("CIlY") AND _ ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described 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.---, [8J All work under thiS Contract IS to be completed dlLdays from the Notice to Proceed. No work IS to be performed prior to written Notice to Proceed by the City. D The performance period 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 material, not to exceed: $_ D Time and actual expenses Incurred, not to exceed: $ D Unit prices set forth In the Contractor's bid or quote, not to exceed $_ [8J Firm Fixed Price set forth In Contractor bid or quote In the amount of: $14.730.48 The Contractor shall do all work and furnish all tools, materials, and eqUipment, In accordance With and as deSCribed 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 materials and for constructmg and completmg 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 period of three (3) years after final payment. COpies shall be made available to the City upon request Project xx-xx-xxx Page 1 PW 0413_02 [New 02/07] . .. . E. If dUring the course of the Contract, the work rendered does not meet the r~rements set forth In the Contract, the Contractor shall correct or modify the required work to comply with the reqUirements of thiS Contract. The City shall have the right to withhold payment for such work until It meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provIsions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as reqUired by the COnditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B Correction of Defects. Contractor shall be responsible for correcting all defects In workmanship and/or materials discovered within one year after acceptance of thiS work When corrections of defects are made, Contractor shall be responsible for correcting all defects In workmanship and/or materials In the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, In which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work Will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty Contractor shall be liable for any costs, losses, expenses or damages Including consequential damages suffered by the City resulting from defects In the Contractors work including, but not limited to, cost of materials and labor expended by the City In making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at Its own expense. Where materials or procedures are not specified In the Contract Document, the City Will rely on the profeSSional Judgment of the Contractor to make appropriate selections. D. NondiSCrimination/Affirmative Action Contractor agrees not to diSCriminate against any employee or applicant for employment or any other persons In the performance of thiS Contract because of race, creed, color, national origin, 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 In conspIcuous places, available to employees and applicants for employment, notices to be prOVided by Contractor setting forth the prOVISions of the nOndiSCrimination 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 herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply With all federal, state and local laws and regulations applicable to the work done under thiS Contract. Any Violation of the proVISions of thiS paragraph shall be conSidered a Violation of a material proVISion of thiS Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, In whole or In part, and may result In ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work deScribed In Attachment "A" and final payment by the City Project xx-xx-xxx Page 2 PW 0413_02 [New 02/07] , '. A B The City may terminate the Contract and take possession of the premises an~1 matenals thereon 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 Include all legal costs Incurred 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, information, 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 In no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived Its 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, coordinate commUnications, and review and approve all inVOiCeS, under thiS Contract. 10. HOLD HARMLESS A The Contractor shall protect, defend, Indemnify and save harmless the City, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, anslng out of or In any way resulting from the negligent acts or omissions of the Contractor The Contractor agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any Immunity that would otherwise be available against such claims under the Industrial Insurance prOVISion of Title 51 RCW. In the event the City obtainS any judgment or award, and/or Incurs any cost anslng Project xx-xx-xxx Page 3 PW 0413_02 [New 02/07] , .. I therefrom including attorneys' fees to enforce the provIsions of this article, all suc fees, expenses, and costs shall be recoverable form the Contractor. B. The City shall protect, defend, Indemnify and save harmless the Contractor, Its officers, employees and agents from any and all costs, claims, judgments or awards of damages, arising out of or In any way resulting from the negligent acts or omissions of the City. The City agrees that Its obligations under this subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents. For this purpose, the City, by mutual negotiation, hereby waives, as respects the Contractor only, any Immunity that would otherwise be available against such claims under the industrial Insurance proVIsion of Title 51 RON In the event the Contractor obtains any judgment or award, and/or Incurs any cost arising therefrom Including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the City. 11. INSURANCE The Contractor shall maintain Insurance as set forth In Attachment B. 12. PREVAILING WAGE ThiS Contract IS subject to the reqUirements of Chapter 39.12 RON, and as It may be amended, relating to prevailing wages. On Public Works projects, funded In part or In whole With Federal funds, Federal wages laws and regulations shall also be applicable NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for thiS Contract IS made a part of thiS contract as though fully set forth herein. Prior to making any payment under thiS Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It IS the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage" The Contractor shall be responsible for all filing fees Each inVOice shall Include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. FollOWing the final acceptance of services rendered, Contractor shall submit an "AffidaVit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and In accordance With RON 39.12.040(2), the contractor or subcontractor IS authOrized to submit a combined Statement Of Intent To Pay Prevailing Wages & AffidaVit Of Wages directly to the City of Port Angeles at final InvoIcing. SubmiSSion shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a speCific trade, craft or occupation and such dispute cannot be adjUsted by the parties In Interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and hiS deCISion shall be final, conclUSive, and binding on all parties Involved In the dispute. 13. INTERPRETATION AND VENUE This Contract shall be Interpreted and construed In accordance With the laws of the State of Washington. The venue of any litigation between the parties regarding thiS Contract shall be Clallam County, 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. Project xx-xx-xxx Page 4 PW 0413_02 [New 02/07] .' . 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 resultmg because of nonconformity to the terms and speCifications 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 accrumg 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 mdependent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION ThiS Contract, together With the attachments and/or addenda, represents the entire and mtegrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral ThiS contract may be amended, modified or added to only by written mstrument properly Signed by both parties hereto. ThiS Contract, together With the attachments and/or addenda, represents the entire and mtegrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral ThiS contract may be amended, modified or added to only by written mstrument properly Signed by both parties hereto. IN WITNESS WHEREOF, the parties have executed thiS Contract as of GIz (, ( .2007. CONTRACTOR fJlohQ..rerlC}) /J4l ~ / I, By:YI ~ Y,Um-z~a~ By /li ~/ V.-- J Pnnted Name./1f',ht:l ,,) (~t1dZa,5-1r--'Prlnted Name: 'l' ."'-<G C!7 V ,t/-er- Q TItle: TItle: (- ;) ~ - Address. (:.-2- ~-3 t:'~(J;Y/1[~ /c #t' y. '/' .. -' City: ~ffC' r )'1'[ ;;.4. 9J'3/2-- --- Tax 10 #. 9/- /.U5C'c, tj Phone Number ')0c) rh/~3 ,is // (l.f If '36Cdr'00 ,.1/tfflc) Purchase Order # c:c C'( b":f c; Project xx-xx-xxx Page 5 PW 0413_02 [New 02/07] City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . ATTACHMEt "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 for Task 1 and Task 2 Contractor to do all work and furnish all tools, matenals, and eqUipment In order to accomplish the following 5 Decant FaCIlity Located at the Landfill, 3501 W 18th Street, Port Angeles The Contractor's POint of contact for this work IS Tom McCabe, who can be reached at 360-417-4872 6 Laurel Street Substation Located at 110 E 14th Street, Port Angeles The Contractor's pOint of contact for the work In Task 2 IS Todd Eisele, who can be reached at 360-460-8417 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 Project xx-xx-xxx Page 6 PW 0413_02 [New 02/07] . . Port Anqeles Decant Facllitv Install 910 feet of new chain link fence with 2 sets of 25 ft wide double gates and 1 set of 20 ft double gates, and one 3 foot personnel access gate Match eXisting chain link fence style and strength as the chain link fence on B Street at the Corps Yard except no outnggers or top barbed wire Chain link fence fabnc IS 6 ft In height Photographs at the end of this attachment show tYPical sections of the eXisting Corps Yard fence, which are to be matched The corners will be marked by the City of Port Angeles Approximate fence dimensions and work location IS shown In the follOWing site plan New locatiOn of 20 ft double gates Add a three foot personnel access gate New 25 ft double gates Construct new fence as shown mblue Add approximately 200 additIOnal feet of fence Tie-m to eXisting fence shown m red, Change to regular fence Request a cost proposal for Change Order 1 a Add the 200 feet of additional fencing and personnel gate shown In green b Change location of 20 ft double gate Project xx-xx-xxx Page 1 [) [~ C~ - f//~/o~ PW 0413_02 [New 02/07] . . Port Anaeles Decant FaCIlity Install 710 feet of new chain link fence with 2 sets of 25 ft wide double gates and 1 set of 20 ft double gates Match eXisting chain link fence style and strength as the chain link fence on B Street at the Corps Yard except no outriggers or top barbed wire Chain link fence fabric IS 6 ft In height Photographs at the end of this attachment show tYPical seclions of the eXisting Corps Yard fence, which are to be matched The corners will be marked by the City of Port Angeles ApprOXimate fence dimensions and work location IS shown In the following site plan New 25 ft double gates Construct new fence as shown mblue Tte- in to eXlstmg fence shown m red New 20 ft double gates Project xx-xx-xxx Page 7 PW 0413_02 [New 02/07] Laurel Street Substation, . . Laurel Substation - North Gate Alterations Add extensions to the main gates vertical stanchions to match the adjoining fence line or to achieve a minimum overall gate height of seven feet If extensions are bolted on they need to be spot-welded or use a thru bolt (not utilizing Just a compression band clamp) Replace old fence fabric with new to match new gate height Install three rows of vertical mounted barbed wire above top of fence fabric .so Project xx-xx-xxx Page 8 PW 0413_02 [New 02/07] . . Laurel Street Substation - Extend HelQht of East Fence Line Extend height of east fence so that height of the fence at all pOints IS a minimum of seven feet from ground level to the top of the fence fabric Fence fabric must be new and continuous (not spliced) In height Adjust eXisting outriggers and barbed wire height to the top of the new height of the fabric The distance of the east fence line IS approximately 40 feet Project xx-xx-xxx Page 9 PW 0413_02 [New 02/07] TYPical Fence Style . . ,/ .' ".~ij1'J~- J, 1"'" ". ..:~._s'5(/'? C _==..n,~ " "" ~ ' 11.. " . '"Y ;:p. j,(n r&V~ CI'.fl .r~,~.,!...\! f~F~,b" ( ~X' ,L l :~;i>l tr#"'< ~~.~ '1 .,,(1 .:) ~-d^" . !.J ,... I . .;7;:Pi ii' "-- A~,' '; LH/ fl /,,[ ,I~~/ Project xx-xx-xxx PW0413_02 [New 02/07] Page 10 . . City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and maintain for the duration of the Contract, Insurance against claims for InJunes to persons or damage to property which may anse from or In connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the Insurance as required shall constitute a matenal breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, Immediately terminate the Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums In connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 1 MInimum Scope of Insurance The Contractor shall obtain Insurance of the types descnbed below: a. Automobile 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 providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage b. Commercial General Llabllitv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall cover liability anslng from premises, operations, stop gap liability, Independent contractors, products- completed operations, personal Injury and advertising InJUry, and liability assumed under an Insured contract. The Commercial General Liability Insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability Insurance for liability anslng from explosion, collapse or underground property damage. The City shall be named as an Insured under the Contractor's Commercial General Liability Insurance policy with respect to the work performed for the City uSing ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. c. Workers' Comoensatlon coverage as required by the Industnal Insurance laws of the State of Washington. 2. Minimum Amounts of Insurance The Contractor shall maintain the following Insurance limits. a. Automobile Liabllitv Insurance with a minimum combined single limit for bodily Injury 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. 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 Project xx-xx-xxx Page 11 PW 0413_02 [New 02/07] . . a The Contractor's msurance coverage shall be pnmary msurance as respect to the City. Any msurance, self-msurance, or msurance pool coverage mamtamed by the City shall be m excess of the Contractor's msurance and shall not contnbute with It b The Contractor's msurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days pnor wntten notice by certified mall, return receipt requested, has been given to the City 4 Acceptability of Insurers Insurance IS to be placed with msurers with a current A.M Best ratmg of not less than A:VI. 5. Venficatlon of Coverage The Contractor shall furnish the City with ongmal certificates and a copy of the amendatory endorsements, mcludmg but not necessanly limited to the additional msured 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 msurance 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, machmery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffoldmg and protective fences 7. Waiver of Subrogation The Contractor and the City waive all nghts agamst each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by BUilders Risk msurance or other property msurance obtam pursuant to the Insurance ReqUirements Section of thiS Contract or other property Insurance applicable to the work. The poliCies shall provide such waivers by endorsement or otherwise. Project xx-xx-xxx Page 12 PW 0413_02 [New 02/07] City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . . ATTACHMENT "C" PREVAIUNG WAGE RATES See attached IIstmg 1 Washmgton State Prevallmg Wage Rates For PublIc Works Contracts, Clallam County, effectIve 03-03-07 2 Washmgton State Prevallmg Wage Rates For PublIc Works Contracts - Apprenttces, Clallam County, effectIve 03-03-07 Project xx-xx-xxx Page 13 PW 0413_02 [New 02/07] . . State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902.5335 PO Box 44540, Olympia, WA 98504-4540 Washmgton State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge benefits On public works proJects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements IS provided on the Benefit Code Key CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** 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 $42 47 $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 D7 $43 64 $4151 $42 02 $4164 $4114 $937 (See Benefit Code Key) Over Time Code HolIday Code Note Code 1M 5D 1C 5N 1M 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 8A 1M 5D 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1E 5P . CLALLAM COUNTY Effective 03-03-07 . ******************************************************************************************************.********** ClassIficatIon ELECTRICIANS - INSIDE CABLE SPliCER CABLE SPliCER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLiNE CONSTRUCTION CABLE SPliCER CERTIFIED liNE WELDER GROUND PERSON HEAD GROUNDPERSON HEAVY liNE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LiNEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDER PERSON 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 Cocle Key) Over TIme Holiday Note Code Code Code 1D SA 1D SA 1D SA 1D SA 10 SA 10 SA 1D SA 2A 5C 2A 5C 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A 4A 5Q 5Q 1M 5D 1H 5G 1S 5J 1M 5D 1K 1K 1K 1K 1K 5B 5B 5B 5B 5B . CLALLAM COUNTY Effective 03-03-07 . ***************************************************************************************************************** Classlficatron INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAO OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEOER BURNERS CARPENTER TENOER CASSION WORKER CEMENT OUMPER/PAVING CEMENT FINISHER TENOER CHANGE-HOUSE MAN OR ORY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNOER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE OUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEOER CURING LABORER OEMOLlTION, WRECKING & MOVING (INCLUOING CHARREO DITCH OIGGER OlVER ORILL OPERATOR (HYORAULlC, OIAMONO) ORILL OPERATOR, AIRTRAC OUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I e , dusting. vacuuming, Window cleaning, NOT construction debns cleanup) FINE GRAOERS FIRE WATCH FORM SETTER GABION BASKET BUILOER GEN ERAL LABORER GRAOE CHECKER & TRANSIT PERSON GRINOERS GROUT MACHINE TENOER 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 Beneftl Code Key) Over TIme Code Holiday Code Note Code 1 1 1 1 1 10 5A 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 1M 50 . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** Classification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZAROOUS WASTE WORKER LEVEL B HAZAROOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUOMAN MATERIAL YAROMAN MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANOBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDER MAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE- TIMBERMAN RIPRAP MAN RODOER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20") SLOPER SPRA YMAN 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 SCREEO (AIR, GAS, OR ELECTRIC) VI BRA TOR VINYL SEAMER WELOER WELL-POINT LABORER Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $34 36 1M 50 $35 20 1M 50 $34 84 1M 50 $34 36 1M 50 $35 20 1M 50 $34 84 1M 50 $34 84 1M 50 $34 84 1M 50 $34 84 1M 50 $34 36 1M 50 $35 20 1M 50 $34 84 1M 50 $34 84 1M 50 $29 68 1M 50 $34 84 1M 50 $34 84 1M 50 $34 84 1M 50 $35 20 1M 50 $34 84 1M 50 $34 36 1M 50 $35 20 1M 50 $34 36 1M 50 $34 84 1M 50 $34 84 1M 50 $35 20 1M 50 $34 36 1M 50 $34 84 1M 50 $34 36 1M 50 $34 36 1M 50 $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 50 $34 36 1M 50 $34 36 1M 50 $34 36 1M 50 $34 84 1M 50 $34 36 1M 50 $34 84 1M 50 $34 36 1M 50 $34 84 1M 50 $34 36 1M 50 $34 36 1M 50 $34 84 1M 50 . . 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 5D PIPE LAYER $34 84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $1142 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $793 LANDSCAPING OR PLANTING LABORERS $793 LATHERS JOURNEY LEVEL $4131 1M 5D METAL FABRICATION (IN SHOP) FITTERlWELDER $1516 1 LABORER $1113 1 MACHINE OPERATOR $1066 1 PAINTER $1141 1 PAINTERS JOURNEY LEVEL $3316 2B SA PLASTERERS JOURNEY LEVEL $25 83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $793 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $55 34 lG SA POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1M 5D BL BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42 35 1M 5D BL BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42 84 1M 5D BL BACKHOE EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43 39 1M 5D BL BACKHOES, (75 HP & UNDER) $4193 1M 5D BL BACKHOES, (OVER 75 HP) $42 35 1M 5D BL BARRIER MACHINE (ZIPPER) $42 35 1M 5D BL BATCH PLANT OPERATOR, CONCRETE $42 35 1M 5D BL BELT LOADERS (ELEVATING TYPE) $4193 1M 5D BL BOBCAT (SKID STEER) $39 57 1M 5D BL BROOMS $39 57 1M 5D BL BUMP CUTTER $42 35 1M 5D BL CABLEWA YS $42 84 1M 5D BL CHIPPER $42 35 1M 5D 8L COMPRESSORS $39 57 1M 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $39 57 1M 5D BL CONCRETE PUMPS $4193 1M 5D BL CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 5D BL CONVEYORS $4193 1M 5D BL CRANES, THRU 19 TONS, WITH ATTACHMENTS $4193 1M 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42 35 1M 5D BL CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42 84 1M 5D BL JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 5D BL WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43 96 1M 5D 8L WITH ATTACHMENTS) CRANES A-FRAME, 10 TON AND UNDER $39 57 1M 5D BL CRANES, A-FRAME, OVER 10 TON $4193 1M 5D 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 B4 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1M 5D 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 5D 8L CRUSHERS $42 35 1M 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $42 35 1M 5D 8L DERRICK, BUILDING $42 84 1M 5D 8L DOZERS, D-9 & UNDER $4193 1M 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4193 1M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MAN LIFT, PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $4193 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 5D 8L FORK LIFTS, (3000 LBS AND OVER) $4193 1M 5D 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 MANLlFTS), AIR TUGGERS $4193 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $4193 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L HYDRAlIFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4193 1M 5D 8L LOADERS, OVERHEAD (6 YO UP TO 8 YD) $42 64 1M 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $43 39 1M 5D 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $42 35 1M 50 8L LOCOMOTIVES, ALL $42 35 1M 5D 8L MECHANICS, ALL $42 64 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 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L PLANT OilER (ASPHALT, CRUSHER) $4193 1M 5D 8L POSTHOLE DIGGER MECHANICAL $39 57 1M 50 8L POWER PLANT $39 57 1M 5D 8L PUMPS, WATER $39 57 1M 5D 8L QUAD 9, D-l0, AND HD-41 $42 84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1M 50 8L ROLLAGON $42 84 1M 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $4193 1M 50 8L ROTO-MILL, ROTO-GRINDER $42 35 1M 5D 8L SAWS CONCRETE $4193 1M 5D 8L Page 6 . . CLALLAM COUNTY Effective 03-03-07 ***************************************************************************************************************** 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 EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUND PERSON 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 PREVAILING WAGE $42 35 $42 84 $4193 $42 35 $39 57 $42 84 $42 35 $42 35 $4193 $4193 $42 35 $42 35 $42 84 $4193 $4193 $42 35 $42 35 $39 57 $42 35 $35 62 $33 82 $34 27 $3188 $24 03 $27 68 $42 47 $1785 $25 63 $1800 $27 78 $1684 $986 $1808 $1597 $1460 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 1M 5D 8L 4A 5A 4A SA 4A SA 4A SA 4A SA 1M SA . CLALLAM COUNTY Effective 03-03-07 . ***************************************************************************************************************** Classlficatton 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 IRRITA8LE 81TUMINOUS 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 CA8LE 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 MAR8LE & 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 $1987 $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 Holiday Code Note Code 1G 5A 1E 6L 1R 1R 5A 5A 1E 6L 18 5A 18 50 1 1 1 10 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 28 5A 18 5A 18 5A 1K 5A . CLALLAM COUNTY Effective 03-03-07 . ***************************************************************************************************************** Classification TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) ASPHALT MIX (OVER 16 YARDS) DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER PREVAILING WAGE $39 04 $39 62 $20 23 $20 23 $39 62 $23 73 $1160 $945 $1160 Page 9 (See Benefit Code Key) Over Time Code 1T 1T 1 1 1T 1 Holiday Code 5D 5D 5D Note Code BL BL BL . . . 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 ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 000D-l000 HOURS 5000% $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 90 00% $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 1C 5N 3 2001-3000 HOURS 80 00% $4173 lC 5N 4 3001-4000 HOURS 85 00% $4317 1C 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% $3956 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% $3824 1M 50 8 7001-8000 HOURS 95 00% $39 75 1M 50 DRYWALL APPLfCA TOR 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% $38 45 1M 50 Page 1 . . Stage of ProgressIon & Hour Range 6 3501-4200 HOURS 92 00% ACOUSTICAL WORKER 1 0000-1000 HOURS 5000% 2 1001-2000 HOURS 60 00% 3 2001-3000 HOURS 68 00% 4 3001-4000 HOURS 76 00% 5 4001-5000 HOURS 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 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% 7 7th Penod 90 00% 88th Penod 95 00% PILEDRIVERS. DRIVING. PULLING. PLACING COLLARS AND WELDING 1 1 sf 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% 86th Penod 95 00% BRIDGE. DOCK AND WARP CARPENTERS 1 1st Penod 60 00% 2 2nd Penod 65 00% 3 3rd Pened 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 9000% 6 5001-6000 HOURS 95 00% DRYWALL TAPERS Page 2 PrevaIling Wage $38 88 Overtime Code 1M Holiday Code 5D $2231 1M 5D $29 23 1M 5D $3167 1M 5D $3411 1M 5D $36 55 1M 5D $38 99 1M 5D $25 86 1M 5D $3130 1M 5D $32 87 1M 5D $34 44 1M 5D $36 00 1M 5D $37 57 1M 5D $3914 1M 5D $40 70 1M 5D $25 38 1M 5D $30 78 1M 5D $3231 1M 5D $33 B4 1M 5D $35 36 1M 5D $36 89 1M 5D $38 42 1M 5D $39 94 1M 5D $25 30 1M 5D $30 69 1M 5D $3221 1M 5D $33 73 1M 5D $35 25 1M 5D $36 77 1M 5D $38 29 1M 5D $3981 1M 5D $1313 $1576 $1838 $2101 $23 63 $24 95 1M 1M 1M 1M 1M 1M 5D 5D 5D 5D 5D 5D Note Code . . 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 0000-1000 HOURS 50 00% $26 84 1E 5P 2 1001-2000 HOURS 55 00% $28 27 lE 5P 3 2001-3000 HOURS 65 00% $3113 1E 5P 4 3001-4000 HOURS 75 00% $33 99 lE 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 5A 2 1001-2000 HOURS 50 00% $25 05 10 5A 3 2001-3500 HOURS 55 00% $30 09 10 5A 4 3501-5000 HOURS 65 00% $34 23 10 5A 5 5001-6500 HOURS 75 00% $38 39 10 5A 6 6501-8000 HOURS 85 00% $42 53 10 5A ELECTRICIANS - POWERLlNE CONSTRUCTION JOURNEYLEVELLINEPERSON 1 000D-l000 HOURS 60 00% $32 03 4A 5A 2 1001-2000 HOURS 63 00% $33 20 4A 5A 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 5A 6 5001-6000 HOURS 86 00% $4217 4A 5A 7 6001-7000 HOURS 90 00% $43 73 4A 5A POLE SPRA YER 1 0000-1000 HOURS 85 70% $42 06 4A 5A 2 1001-2000 HOURS 89 80% $43 66 4A 5A 3 2001-3000 HOURS 92 80% $44 83 4A 5A 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 7000% $44 55 4A 60 5 5101-6800 HOURS 80 00% $48 97 4A 60 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $793 1 2 1001-2000 HOURS 60 00% $793 1 3 2001-3000 HOURS 65 00% $793 1 4 3001-4000 HOURS 7000% $845 1 5 4001-5000 HOURS 75 00% $905 1 6 5001-6000 HOURS 80 00% $966 1 7 6001-7000 HOURS 85 00% $1026 1 Page 3 . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 8 7001-8000 HOURS 95 00% $1147 1 TELECOMMUNICA nON TECHNICIANS TELECOMMUNICA TlON 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 5A 4 2401-3200 HOURS 75 00% $2441 10 5A 5 3201-4000 HOURS 80 00% $25 76 10 5A 8 4001-4800 HOURS 85 00% $2711 10 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 45 00% $2183 1H 5G 2 1001-2000 HOURS 50 00% $2371 1H 5G 3 2001-3000 HOURS 55 00% $25 58 lH 5G 4 3001-4000 HOURS 60 00% $27 45 1H 5G 5 4001-5000 HOURS 65 00% $29 32 lH 5G 6 5001-6000 HOURS 70 00% $3119 1H 5G 7 6001-7000 HOURS 80 00% $34 93 1H 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 1S 5J 3 2001-3000 HOURS 50 00% $28 29 1S 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% $36 71 1S 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 TION APPLlCA 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 5A 2 0751-1500 HOURS 70 00% $29 05 10 5A Page 4 . . . 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 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 80 00% $23 88 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 70 00% $26 48 1M 50 3 2001-3000 HOURS 8000% $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 7600% $34 02 1M 50 5 2801-3500 HOURS 64 00% $3645 1M 50 6 3501-4200 HOURS 92 00% $38 88 1M 50 PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 5200% $1927 2B 5A 2 0751-1500 HOURS 56 00% $20 32 2B 5A 3 1501-2250 HOURS 60 00% $2137 2B 5A 4 2251-3000 HOURS 64 00% $23 26 2B 5A 5 3001-3750 HOURS 68 00% $24 36 2B 5A 6 4001-4600 HOURS 72 00% $25 45 2B 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 35014000 HOURS 7000% $1808 1 Page 5 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 EQWPMENT OPERA TORS BACKHOES. (75 HP & UNDERI 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 9500% POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WA TER (SEE POWER EQUIPMENT OPERA TORSI 1 0000-1000 HOURS 65 00% 2 1001-2000 HOURS 70 00% 3 2001-3000 HOURS 7500% 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% REFRIGERA TION & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 55 00% 3 4001-6000 HOURS 6000% 4 6001-8000 HOURS 7000% 5 8001-10000 HOURS 85 00% RESIDENTIAL CARPENTERS . . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 PrevaIling Wage $1937 $20 66 $2196 $23 25 $24 54 $24 54 $29 93 $40 82 $43 73 $45 67 $49 57 . Overtime Code 1 1 1 1 1 1 lG 1G lG lG lG Holiday Code Note Code 5A SA 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 Page 6 4A 4A 4A 4A 5A 5A 5A 5A . . . . 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 15t Penod 60 00% $1071 1 2 2nd Penod 65 00% $1160 1 3 3rd Period 70 00% $1250 1 44th Period 75 00% $1339 1 55th Penod 80 00% $1428 1 66th Penod 85 00% $1517 1 77th Period 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 (FIELO OR SHOP) 1 0000-0900 HOURS 55 00% $1625 lE 6L 2 0901-1800 HOURS 60 00% $1715 lE 6L 3 1801-2700 HOURS 65 00% $1847 lE 6L 4 2701-3600 HOURS 70 00% $1937 lE 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 SA 2 0821-1630 HOURS 67 00% $25 03 lR SA 3 1631-2450 HOURS 74 00% $26 82 lR SA 4 2451-3270 HOURS 81 00% $3091 1R SA 5 3271-4080 HOURS 88 00% $3271 lR SA 6 4081-4899 HOURS 95 00% $34 50 lR SA SHEET METAL WORKERS JOURNEY LEVEL (FIELO OR SHOPI 1 0000-2000 HOURS 45 00% $2191 1E 6L 2 2001-3000 HOURS 50 00% $3019 lE 6L 3 3001-4000 HOURS 55 00% $32 04 lE 6L 4 4001.5000 HOURS 60 00% $33 92 lE 6L 5 5001-6000 HOURS 65 00% $35 79 lE 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 1E 6L 8 8001-9000 HOURS 8000% $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% $1715 18 SA 2 1001-2000 HOURS 60 00% $20 46 18 SA 3 2001-3000 HOURS 70 00% $2531 18 SA 4 3001.4000 HOURS 75 00% $26 72 18 SA 5 4001.5000 HOURS 80 00% $2812 18 5A 6 5001-6000 HOURS 85 00% $29 53 18 5A 7 6001-7000 HOURS 90 00% $30 94 18 SA 8 7001-8000 HOURS 95 00% $32 35 18 SA SPRINKLER FITTERS /FIRE PROTECTION) JOURNEY LEVEL GRADE 1 (INDENTURED AFTER APRIL 1. 2000) 1 0000-1000 HOURS 45 00% $885 1 2 1001-2000 HOURS 50 00% $984 1 3 2001-3000 HOURS 55 00% $1082 1 4 3001-4000 HOURS 60 00% $1180 1 1 0000-1000 HOURS 40 00% $793 1 2 1001-2000 HOURS 45 00% $885 1 3 2001-3000 HOURS 50 00% $984 1 4 3001-4000 HOURS 55 00% $1082 1 1 0000-1000 HOURS 65 00% $1279 1 2 1001-2000 HOURS 70 00% $1377 1 3 2001-3000 HOURS 75 00% $1475 1 4 3001-4000 HOURS 80 00% $1574 1 5 4001-5000 HOURS 85 00% $1672 1 6 5001-6000 HOURS 90 00% $1770 1 1 0000-1000 HOURS 60 00% $1180 1 2 1001-2000 HOURS 65 00% $1279 1 3 2001-3000 HOURS 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 SA 2 1001-2500 HOURS 55 00% $24 75 18 SA 3 2501-3500 HOURS 60 00% $2614 18 SA 4 3501-4500 HOURS 70 00% $28 96 18 SA TERRAZZO WORKERS & TILE SETTERS Page 8 4 ~~ .. Stage of ProgressIon & Hour Range JOURNEY LEVEL 1 0000-1000 HOURS 50 00% 2 1001-2500 HOURS 5500% 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% 5 4501-5500 HOURS 80 00% 6 5501-6250 HOURS 90 00% 7 6251-7000 HOURS 95 00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000-0500 HOURS 60 00% 2 0501-1000 HOURS 60 00% 3 1001-2333 HOURS 60 00% 4 2334-4666 HOURS 73 00% 5 4667-7000 HOURS 88 00% TRUCK DRIVERS DUMP TRUCK ALL TRUCKS 1 0000-0700 HOURS 70 00% 2 0701-1400 HOURS 80 00% 3 1401-2100 HOURS 90 00% . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/3/2007 Prevailing Overtime Holiday Note Wage Code Code Code $24 00 18 5A $2547 18 5A $26 93 18 5A $29 87 18 5A $3281 18 5A $3574 18 5A $3721 18 5A $1469 $2001 $2311 $26 94 $3136 1K 1K 1K 1K 1K 5A 5A 5A 5A 5A $1416 $1618 $1821 Page 9 ~. . , . .' . QUOTATION FORM Construct Fencmg, Decant Facility and laurel Substation PW-07-027 The bidder hereby bids the folJowmg amounts for all work (mcludmg labor, equipment, time and matenals) required to perform the work m the Statement of Work and this package $ /} S 87 C:!-tJ 2 Sales Tax (8 4%) $ / 111 @ , $ /~ 73C) :z:t 1 Lump Sum 3 Total Bid 4 The bidder hereby acknowledges that It has received Addenda No( s) (Enter "N/A" If none were Issued) to this Request for Quotation package /' 5 The name of the bidder submitting this bid and ItS bUSiness phone number and address, to which address aIJ communications concerned with this bid and with the contract shaIJ be sent, are listed below Any wntten notices required by the terms of an awarded contract shall be served or mailed to the followmg address 6 Bidder's firm name /'flL?JY/f:2 H/:1':<':C Cei_ l Complete address C,) Y/3 c>/<V' c:1't9A1zP/C /g~y: (Street adaress( / 5: c2yc'l/~/ V 4A?, (City) (State) /tLc)/-/~rC /7/ /VIi cto-D .5/ c( 912- 3t,o C::;f3;3 II C'.e.tf:3tf',6-C/bC!~@pt;, 9'bP- (Zip) 8 Registration Number 9 UBI Number 10 Telephone No 13 Pnnted Name The bidder represents that It IS qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth In thiS Contract ~~~"~~ ~~A----- ,41 h-e!/ ;;, 411{'/~ c ClSt?~ b" )-.{)- () 7 11 Signed by 12 Title 14 Date 1IlJ"""~'U""''''' 'IJ'I ') 1 ~OO'1 \G)2>'-VJuIi\l:tl~~'bi!.~'" lhl~ ~ L'" Project xxx-xx-xxx Page 2 Rev 2/15/2007 . l> .. . . P 0 #: 009851 DATE: 08/07/07 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 VENDOR # 1062 REQ. NO. 9512 REQUISITIONED BY CINDY KOCHAENK SHIP VIA QUANTITYUOM ITEM NO. AND DESCRIPTION PW-07-027 CONSTRUCT FENCING, DECANT FACILITY A ND 1.00EA CONSTRUCT FENCING, DECANT FACILITY CHANGE ORDER VENDOR ITEM NO.- PW-07-027 REMARKS, LAUREL SUBSTATION AUTHORIZED BY SHIP TO' Clty of Port Angeles BUILDING E 1703 S 'B' ST PORT ANGELES, WA 98363 F.O.B TERMS NET EXTENDED UNIT CO COST 3873.00 3873.00 SUB-TOTAL TAX 8.4 TOTAL 3873.00 325.33 4198.33 ~.() ~~K?jbl~~~~- " " -'-"",- ". ", '. ... i' . . . P O. #. 009675 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 ;--' j SHIP TO: Clty of Port Angeles BUILDING E 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 PW-07-027 Construct Fenclng, Decant Faclllty a nd EXTENDED UNIT CO COST 1 OOEA CONSTRUCT FENCING, DECANT FCILITY/LAUREL SUB CONT. 1.00EA CONSTRUCT FENCING, DECANT FCILITY/LAUREL SUB CONT. 12332.20 12332.20 1256.81 1256 81 SUB-TOTAL TAX 8.4 TOTAL 13589.01 1l41.47 14730.48 REMARKS: Laurel Substatlon ---------------------------------------------------------------- REQ/ACCT DATE REQ BY PROJECT ---------------------------------------------------------------- 0000009315 06/21/07 CINDY KOCHANEK US0643 133 45475885946510 0000009315 06/21/07 CINDY KOCHANEK 13 40171805334810 -----------------------------------------------~------------- , ~---_._. V L '-~ ~~---------~ AUTHORIZED