Loading...
HomeMy WebLinkAbout4.625B Original Contract . City 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 o Request for Quotation IZI Contract Contract TItle: Fences Reoalr Project Number' PW-09-002 THIS CONTRACT IS entered mto the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND KIWI Fencma Co Inc. ("CONTRACTOR") 1. WORK BY CONTRACTOR The Contractor shall perform the work as described m Attachment "A" (Attachment "A" 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 mcorporated herem 2. TERM OF CONTRACT All work under this Contract IS to be completed as Indicated (check one): o All work under this Contract IS to be completed by this date: _ IZI All work under this Contract IS to be completed 30 days from the Notice to Proceed No work IS to be performed prior to written Notice to Proceed by the City. o 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). o Time and material, not to exceed: $_ o Time and actual expenses mcurred, not to exceed' $_ o Umt prices set forth m the Contractor's bid or quote, not to exceed $_ IZI Firm Fixed Price set forth m Contractor bid or quote m the amount of $14.23226 The Contractor shall do all work and furnish all tools, materials, and eqUipment, m 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 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 mamtam time and expense records, which may be requested by the City. The contractor shall submIt Invoices to the City for payment for work performed. All mvolces must reference the City's contract number. InVOices shall be m 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 mvolce. D All records and accounts pertammg to thiS Contract are to be kept available for mspectlons by representatives of the City for a period of three (3) years atter final payment. Copies shall be made available to the City upon request. PrOject PW -09-002 Page 1 Rev 01/08/2009 . . . 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 mamtaln, 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 against known or unusual hazards. B. Correction of Defects. Contractor shall be responSible for correcting all defects m workmanship andjor materials discovered Within one year after acceptance of thiS work When corrections of defects are made, Contractor shall be responSible for correctmg all defects In workmanship andjor 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 wlthm a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, m which case the cost shall be borne by the Contractor In the event the Contractor does not accomplish corrections at the time specified, the work Will be otherwise accomplished and the cost of same shall be paid by the Contractor C. Warranty Contractor shall be liable for any costs, losses, expenses or damages Includmg 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, mspectlon and SUperviSion by the City. The Contractor shall hold the City harmless from any and all claims which may be made agamst the City as a result of any defective work and the Contractor shall defend any such claims at Its own expense Where materials or procedures are not specified m the Contract Document, the City Will rely on the profeSSional Judgment of the Contractor to make appropriate selections D. Nondlscrlmmatlonj Affirmative Action. Contractor agrees not to dlscrlmmate 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 ordmance, 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 m the performance of any work or services reqUired by the Contractor under thiS Contract, shall be conSidered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services prOVided or rendered herem, shall not be the obligation of the City 5. 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, termination or suspension of the Contract by the City, m whole or m 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 term mate the Contract and take possession of the premises and all materials thereon Project PW-09-002 Page 2 Rev 01/08/2009 an'd finish the work by whatevertthods It may deem expedient, by giVing ~ays written notice to the Contractor, upon the occurrence of anyone or more of the events hereafter specified 1 The Contractor makes a general assignment for the benefit of Its creditors 2 A receiver IS appointed as a result of the Insolvency of the Contractor 3 The Contractor persistently or repeatedly refuses or falls to complete the work reqUired herein. 4 Contractor falls to make prompt payment to subcontractors for material or labor 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6 Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of thiS Contract 7. The City determines that suffiCient operating funds are not available to fund completion of the work contracted for. C. In the event thiS Contract IS terminated by the City, Contractor shall not be entitled to receive any further amounts due under thiS Contract until the work specified In Attachment "A" IS satisfactOrily completed, as scheduled, up to the date of termination. At such time, If the unpaid balance of the amount to be paid under thiS Contract exceeds the expense Incurred by the City In finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and hiS surety shall be JOintly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall Include all legal costs Incurred by the City to protect the rights and Interests of the City under the Contract, prOVided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under thiS Contract, all finished or unfinished documents and material prepared by the Contractor With funds paid by the City under thiS Contract shall become the property of the City and shall be forwarded to the City upon Its request. B Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under thiS Contract Will be kept confidential and shall not be made available to any IndiVidual or organization by the Contractor Without prior written approval of the City or by court order. 8. ClAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of thiS Contract must be made In writing to the City Within thirty days after the discovery of such damage, expense or loss, and In no event later than the time of approval by the City for final payment Contractor, upon making application for final payment, shall be deemed to have waived Its right to claim for any other damages for which application has not been made, unless such claim for final payment Includes notice of additional claim and fully deSCribes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her deSignee shall have primary responSibility for the City under thiS Contract and shall oversee and approve all work to be performed, coordinate 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, arising out of or In any way resulting from the negligent acts or omiSSions of the Contractor The Contractor agrees that Its obligations under thiS subparagraph extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of Its employees or agents For thiS purpose, the Contractor, by mutual negotiation, hereby waives, as respects the City only, any 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 arising therefrom including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable form the Contractor. Project PW-09-002 Page 3 Rev 0 I /08/2009 .' . . 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, anslng 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 Industnal Insurance provIsion of Title 51 RON In the event the Contractor obtains any Judgment or award, and/or inCurs any cost anslng therefrom including attorneys' fees to enforce the provIsions of thiS article, all such fees, expenses, and costs shall be recoverable from the City. 11. INSURANCE The Contractor shall maintain Insurance as set forth In Attachment B. 12. 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 PREVAlLING RATE OF WAGE as determined by the Industnal Statistician of the Department of Labor and Industnes 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 Pnor 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 Industnes. 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 authonzed 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 Industnes and available from the City of Port Angeles Public Works and Utilities Department In case any dispute anses 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 Industnes, 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 PW-09-002 Page 4 Rev 01/08/2009 " . . 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting 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. SUBLElTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any nghts, 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 IMODIFICATlON ThiS Contract, together With the attachments and/or addenda, represents the entire and Integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. ThiS contract may be amended, modified or added to only by written Instrument properly Signed by both parties hereto 19. SUBCONTRACTOR RESPONSIBILITY A. The Contractor shalllnciude the language of thiS section In each of Its first tier subcontracts, and shall reqUire each of Its subcontractors to Inciude substantially the same language of thiS section In each of their subcontracts, adjusting only as necessary the terms used for the contracting parties The requirements of thiS section apply to all subcontractors regardless of tier. B At the time of subcontract execution, the Contractor shall verify that each of Its first tier subcontractors meets the follOWing bidder responSibility criteria: At the time of subcontract bid submittal, have a certificate of registration In compliance With chapter 18 27 RON; Have a current state umfied business Identifier number; If applicable, have: . Industrial Insurance coverage for the subcontractor's employees working In Washington as reqUired In Title 51 RON; . An employment security department number as reqUired In Tile 50 RON; and . A state excise tax registration number as reqUired In Tile 82 RON; . An electrical contractor license, If required by Chapter 19.28 RON; . An elevator contract license, If reqUired by Chapter 70 87 RON - Not be disqualified from bidding on any public works contract under RON 39.06 010 or 39 12 065(3). Project PW-09-002 Page 5 Rev 01/08/2009 c . . IN WITNESS WHEREOF, the parties have executed thiS Contract as of \ ~, ArYl )t-\~ 2009, CONTRACTO/ .L J By jv~~' Printed Name: W;c2. W K '<- ~ e. q lh~:\ Title ? u:..6 \ \) e ~ l Address 70 Dox \tx::::."1 City: ~AU.~A I \"'1\ OjB~'iS- Tax ID #: _:rl:..JSC:C F35D5 Phone Number' 25"3 - f1'6-( - 5'lf<f By Printed Name' ((A--J-,OVlS Purchase Order #' 1?JX'1 <0 ..J- J 39/ 0 Project PW -09-002 Rev 01/08/2009 Page 6 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . . ATTACHMENT "A" WORK BY CONTRACTOR The contractor shall do all work and furnish all tools, matenals, and equipment In order to accomplish the project described below Unless otherwise provided for In the Statement of Work, the Contractor will be responsible for obtaining and paYing for any and all permits reqUired for thiS work. General Scope: Repair/replace fencing at two City of Port Angeles faCIlities Locations: Site A: Mill Creek Reservolr-326 E Scnvner Road, Port Angeles Site B: Pump Station #4-313 Manne Dnve, Port Angeles Site C: Fire Statlon-102 E Sth Street, Port Angeles Site Point of Contact: Site A: Supenntendent Erme Kllmek-(360) 417-4855 Site B: Supenntendent Jeff Young-(360) 417-4845 Site C: Fire Marshal Ken Dubuc-{360) 417-4653 Work Hours: The contractor Will be allowed to work at each site from 7:00 AM to 3 30 PM, Monday through Fnday. Work outside of these hours may be requested from and IS at the discretion of the City's representative for the respective tasks Work Requirements: Site A: Mill Creek Reservolr-326 E Scnvner Road, Port Angeles 1. Safely secure work zone from public. 2 All fenCing and debns to be removed as a result of thiS contract becomes the property of the Contractor 3 Site VISitS may be arranged through the City representative listed for each task or by calling Lucy Hanley at 360-417-4541 Project PW -09-002 Page 7 Rev 01/08/2009 . . 4 Remove damaged chain link fence, post and connecting hardware Replace approximately 20ft of damaged fence fabnc, 30ft of top rail, 1 fence post (2 4 In 0 D) and three strands of 30ft barbed wire above fabnc to match eXisting chain link fence style and strength as the chain link fence 5 The photograph below depicts the eXisting damaged fence Tree IS already removed from site by City of Port Angeles personnel Project PW-09-002 Page 8 Rev 01/08/2009 . . Site B: Pump Station #4-313 Marine Drive, Port Angeles 1. Safely secure work zone from public 2 All fencmg and debris to be removed as a result of this contract becomes the property of the Contractor. 3 Site VISitS may be arranged through the City representative listed for each task or by calling Lucy Hanley at 360-417-4541 4 Remove damaged cham link fence, posts and connectmg hardware Replace approximately 21ft of damaged fence fabriC, center rail and top rail, 1 corner post (2 gm 0 D ), 1 gate post (2 gm 0 D ), 1 fence post (24m 0 D) and three strands of barbed wire above fabriC to match eXlstmg cham link fence style and strength as the cham Imk fence Restore the double gate to orlgmal alignment 5 The photograph below depicts the eXlstmg damaged fence Project PW -09-002 Page 9 Rev 01/08/2009 . . Site C: Fire Statlon-102 E 5th Street, Port Angeles 1 Safely secure work zone from public 2 All fencing and debris to be removed as a result of thiS contract becomes the property of the Contractor. 3 Site VISitS IS a MUST It can be arranged through the City representative listed for each task or by calling Lucy Hanley at 360-417-4541 4 The eXisting fence IS 112 It In length and 4 It In height The fence height shall be Increased to 6 It 5 The eXisting fence fabriC IS damaged and In some areas With fabriC disconnected from top rail 6 There are 11 (2 In diameter) posts, and 2 (3 In diameter) corner posts embedded In concrete Posts shall be extended to 8 It to accommodate the new height of fabriC 7 Two additional 32 It long fence sections shall be added to the eXisting fence The sections shall be 8 It high 8 Two gates (16 It long) shall be added One of the gates shall be a hinged type and the other gate shall be a roiling gate With wheels 9 The photograph below depicts the works described above Project PW-09-002 Page 10 Rev 01/08/2009 . . City of Port Angeles Operations Office Public Works and Utllllles Department 360-417-4541 ATTACHMENT B INSURANCE Insurance Requirements: The Contractor shall procure and maintain for the duration of the Contract, Insurance against claims for InJunes to persons or damage to property which may anse from or In connection With the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors Failure by the Contractor to maintain the Insurance as reqUired shall constitute a matenal breach of contract upon which the City may, after giVing five working days notice to the Contractor to correct the breach, Immediately terminate the Contract or at Its discretion, procure or renew such Insurance and pay any and all premiums In connection therewith, With any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 1 MInimum Scope of Insurance The Contractor shall obtain Insurance of the types descnbed below. a. Automobile Llabllltv Insurance covenng all owned, non-owned, hired and leased vehicles Coverage shall be wntten on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to prOVide contractual liability coverage. b. Commercial General Llabllltv Insurance shall be wntten on ISO occurrence form CG 00 01 and shall cover liability anslng from premises, operations, stop gap liability, Independent contractors, products- completed operations, personal Injury and advertiSing InJUry, and liability assumed under an Insured contract. The Commercial General Liability Insurance shall be endorsed to prOVide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 There shall be no endorsement or modification of the Commercial General Liability Insurance for liability anslng from explOSion, collapse or underground property damage The City shall be named as an Insured under the Contractor's Commercial General Liability Insurance policy With respect to the work performed for the City uSing ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements prOViding eqUivalent coverage. c Workers' Comoensatlon coverage as required by the Industnal Insurance laws of the State of Washington 2. MInimum Amounts of Insurance The Contractor shall maintain the follOWing Insurance limits: a. Automobile lIabllltv Insurance With a minimum combined Single limit for bodily Injury and property damage of $1,000,000 per aCCident. b. Commercial Generalllabllltv 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 PW-09-002 Page II Rev 0 I /08/2009 . . a. The Contractor's Insurance coverage shall be pnmary 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 contnbute with It b. The Contractor's Insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days pnor wntten notice by certified mall, return receipt requested, has been given to the City 4 Acceptability of Insurers Insurance IS to be placed with Insurers with a current A.M Best rating of not less than A:VI 5. Venficatlon of Coverage The Contractor shall furnish the City with onglnal certificates and a copy of the amendatory endorsements, Including but not necessanly limited to the additional Insured endorsement, evidencing the Automobile liability and Commercial General Liability Insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the BUilders Risk Insurance policy that Includes all applicable conditions, exclUSions, definitions, terms and endorsements related to thiS project 6 Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. 7 Waiver of Subrogation The Contractor and the City waive all nghts against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other penis to the extent covered by BUilders Risk Insurance or other property Insurance obtain pursuant to the Insurance ReqUirements Section of thiS Contract or other property Insurance applicable to the work The policies shall proVide such waivers by endorsement or otherwise Project PW-09-002 Page 12 Rev 01/08/2009 City of Port Angeles Operations Office Public Works and Utilities Department 360-417-4541 . . ATTACHMENT "C" PREVAILING WAGE RATES , ' : . See attached hstIng 1 WashIngton State PrevailIng Wage Rates For Pubhc Works Contracts, Clallam County, effective 08/31/2008 2 WashIngton State PrevaIlIng Wage Rates For Pubhc Works Contracts - Apprentices, Clallam County, Effective08/31/2008 Project PW-09-002 Page 13 Rev 01108/2009 . ., Slate 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 offrmge benefits On public works proJects, workers' wage and benefit rates must add to not less than this total A brief deSCription of overtime calculatron reqUirements IS provided on the Benefit Code Key CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING TIme Holiday Note Classlficatton WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $3812 lH 50 BOILERMAKERS JOURNEY LEVEL $53 37 lC 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $45 05 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $1467 CARPENTERS ACOUSTICAL WORKER $46 32 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $4616 1M 50 CARPENTER $4616 1M 50 CREOSOTEO MATERIAL $46 26 1M 50 DRYWALL APPLICATOR $46 42 1M 50 FLOOR FINISHER $4616 1M 50 FLOOR LAYER $4616 1M 50 FLOOR SANDER $4616 1M 50 MILLWRIGHT AND MACHINE ERECTORS $4716 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 50 SAWFILER $4616 1M 50 SHINGLER $4616 1M 50 STATIONARY POWER SAW OPERATOR $4616 1M 50 STATIONARY WOODWORKING TOOLS $4616 1M 50 CEMENT MASONS JOURNEY LEVEL $3812 lH 50 DIVERS & TENDERS DIVER $9681 1M 50 8A DIVER ON STANDBY $5419 1M 50 DIVER TENDER $49 84 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $4709 11 50 8L ASSISTANT MATE (DECKHAND) $46 58 11 50 8L BOATMEN $47 09 11 50 8L ENGINEER WELDER $4714 11 50 8L LEVERMAN, HYDRAULIC $4871 11 50 8L MAINTENANCE $46 58 11 50 8L MATES $4709 11 50 8L OILER $4671 11 50 8L DRYWALL TAPERS JOURNEY LEVEL $46 34 IE 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $937 Page 1 . CLALLAM COUNTY EFFECTIVE 03-04-2009 . ********************************************************************************************************** ClaSSification PREVAILING WAGE ELECTRICIANS -INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS. MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINE PERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN CAPTAIN COOK DECKHAND ENGINEER/DECKHAND MATE, LAUNCH OPERATOR $58 34 $62 86 $56 29 $60 60 $28 83 $54 25 $58 34 $1537 $1469 $58 36 $53 30 $3814 $40 25 $53 30 $40 25 $53 30 $4514 $53 30 $40 25 $1207 $6481 $7060 $1350 $13 BO $1160 $3247 $4525 $48 28 $1600 $3931 $1565 $924 $59 22 $3481 $34 52 $58 62 $5020 Page 2 (See Benefit Code Key) Over TIme Holiday Note Code Code Code lE 5A lE SA lE SA lE SA 1E SA 1E SA 1E SA 2A 6C 2A 6C 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A SA 4A 4A 60 60 1H SD 1Y SG 1S SJ lH SD 1 1 1 1 1 . CLALLAM COUNTY EFFECTIVE 03-04-2009 . ********************************************************************************************************** Classification INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMP MAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I e , dusting, vacuuming, Window cleaning, NOT construction debns cleanup) FINE GRADERS FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE $973 $1148 $1278 $855 $1053 $20 50 $5101 $38 83 $3812 $3247 $3812 $3812 $3812 $3812 $3931 $38 83 $3812 $3812 $38 83 $3812 $3812 $3812 $3812 $38 83 $3812 $38 83 $3247 $3812 $3812 $3812 $3931 $38 83 $3931 $3812 $3812 $3812 $3883 $29 65 $3812 $3247 $3812 $3812 $3812 $38 83 $3812 $3812 (See Benefit Code Key) Over Time Code Holiday Code 10 5A lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D lH 5D 1H 5D lH 5D lH 5D lH 5D lH 5D 1H 5D Note Code . CLALLAM COUNTY EFFECTIVE 03-04-2009 . ********************************************************************************************************** Classification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER lEVEL C HIGH SCALER HOD CARRIERlMORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUilDER-MUD MAN 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 POWDERMAN 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 SCREEO (AIR, GAS, OR ELECTRIC) VIBRATOR VINYL SEAMER WELDER WELL-POINT LABORER Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $3812 lH 50 $3931 lH 50 $38 83 1H 50 $3812 1H 50 $3931 1H 50 $38 83 lH 50 $38 83 lH 50 $38 83 lH 50 $38 83 lH 50 $3812 lH 50 $3931 lH 50 $38 83 lH 50 $38 83 1H 50 $3247 1H 50 $38 83 1H 50 $38 83 lH 50 $38 83 lH 50 $3931 1H 50 $38 83 lH 50 $3812 1H 50 $3931 lH 50 $3812 lH 50 $38 83 lH 50 $38 83 1H 50 $3931 lH 50 $3812 1H 50 $38 83 lH 50 $3812 lH 50 $3812 1H 50 $3812 1H 50 $38 83 lH 50 $3812 lH 50 $38 83 lH 50 $38 83 lH 50 $3812 lH 50 $3812 1H 50 $38 83 lH 50 $38 83 lH 50 $3812 lH 50 $3812 1H 50 $3812 lH 50 $38 83 lH 50 $3812 lH 50 $38 83 lH 50 $3812 lH 50 $38 83 1H 50 $3812 lH 50 $3812 lH 50 $3883 lH 50 . . CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $3812 lH 50 PIPE LAYER $38 83 lH 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289 LANDSCAPING OR PLANTING LABORERS $1289 LATHERS JOURNEY LEVEL $46 42 1M 50 METAL FABRICATION (IN SHOP) FITTERlWELOER $1516 LABORER $1113 MACHINE OPERATOR $1066 PAINTER $1141 PAINTERS JOURNEY LEVEL $34 87 2B 6Z PLASTERERS JOURNEY LEVEL $25 83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $855 PLUMBERS & PIPE FITTERS JOURNEY LEVEL $6219 lG SA POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 50 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48 46 1T 50 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49 03 1T 50 8P BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4791 1T 50 BP BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $4791 1T 50 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $4700 1T 50 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $4742 1T 50 BP BACKHOES, (75 HP & UNOER) $4700 1T 50 8P BARRIER MACHINE (ZIPPER) $4742 1T 50 8P BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 8P BELT LOAOERS (ELEVATING TYPE) $4700 1T 50 8P BOBCAT (SKIO STEER) $44 64 1T 50 8P BROKK-REMOTE OEMOLlTION EQUIPMENT $44 64 1T 50 8P BROOMS $44 64 1T 50 8P BUMP CUTTER $4742 1T 50 8P CABLEWAYS $4791 1T 50 8P CHIPPER $4742 1T 50 8P COMPRESSORS $44 64 1T 50 8P CONCRETE FINISH MACHINE - LASER SCREEO $44 64 1T 50 8P CONCRETE PUMPS $4700 1T 50 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 50 8P CONVEYORS $47 00 1T 50 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $4903 1T 50 BP CRANE, FRICTION OVER 200 TONS $4829 1T 50 BP CRANES, THRU 19 TONS, WITH ATTACHMENTS $4700 1T 50 BP CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 50 BP CRANES, 45 TONS - 99 TONS, UNOER 150 FT OF BOOM (INCLUOING JIB $4791 1T 50 8P WITH ATACHMENTS) Page 5 . . CLALLAM COUNTY EFFECTIVE 03-04-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time HolIday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 50 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49 03 1T 50 8P WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 50 8P CRANES, A-FRAME, OVER 10 TON $4700 1T 50 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 50 8P ATTACHMENTS CRANES, OVERHEAD, BRIOGE TYPE ( 20 - 44 TONS) $4742 1T 50 8P CRANES, OVERHEAO, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 50 8P CRANES, OVERHEAD, BRIOGE TYPE (100 TONS & OVER) $48 46 1T 50 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 50 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 50 8P CRUSHERS $4742 1T 50 8P DECK ENGINEERlDECK WINCHES (POWER) $4742 1T 50 8P DERRICK, BUILDING $4791 1T 50 8P DOZERS, 0-9 & UNDER $47 00 1T 50 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 50 8P DRILLING MACHINE $4742 1T 50 8P ELEVATOR AND MANLlFT, PERMANENT ANO SHAFT-TYPE $44 64 1T 50 8P EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 50 8P FINISHING MACHINE/BIOWELL GAMACO AND SIMILAR EQUIP $4742 1T 50 8P FORK LIFTS, (3000 LBS AND OVER) $4700 1T 50 8P FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 50 8P GRADECHECKER AND STAKE MAN $44 64 1T 50 8P GUARDRAIL PUNCH $4742 1T 50 8P HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $47 00 1T 50 8P HORIZONTALlDIRECTIONAL DRILL LOCATOR $4700 1T 50 8P HORIZONTALlDIRECTIONAL DRILL OPERATOR $4742 1T 50 8P HYDRALlFTS/BOOM TRUCKS (10 TON & UNOER) $44 64 1T 50 8P HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 50 8P LOADERS, OVERHEAD (6 YO UP TO 8 YO) $4791 1T 50 8P LOADERS, OVERHEAD (8 YO & OVER) $4846 1T 50 8P LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $4742 1T 50 8P LOCOMOTIVES, ALL $4742 1T 50 8P MECHANICS. ALL $48 46 1T 50 8P MIXERS. ASPHALT PLANT $4742 1T 50 8P MOTOR PATROL GRAOER (FINISHING) $4791 1T 50 8P MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 50 8P MUCKING MACHINE. MOLE. TUNNEL DRILL ANOIOR SHIELD $4791 1T 50 8P OIL DISTRIBUTORS. BLOWER OISTRIBUTION ANO MULCH SEEDING $44 64 1T 50 8P OPERATOR PAVEMENT BREAKER $44 64 1T 50 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 50 8P PLANT OILER (ASPHALT. CRUSHER) $4700 1T 50 8P POSTHOLE DIGGER, MECHANICAL $44 64 1T 50 8P POWER PLANT $44 64 1T 50 8P PUMPS, WATER $44 64 1T 50 8P QUAD 9. 0-10. AND HD-41 $4791 1T 50 8P QUICK TOWER-NO CAB. UNDER 100 FEET IN HEIGHT BASED TO BOOM $44 64 1T 50 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 50 8P EQUIP RIGGER ANO BELLMAN $44 64 1T 50 8P Page 6 . CLALLAM COUNTY EFFECTIVE 03-04-2009 . ********************************************************************************************************** Classification ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANTMIX OR MULTILlFT MATERIALS ROTD-MILL, ROTO-GRINDER SAWS, CONCRETE SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLlPFORM PAVERS SPREADER, TOPSIDER & SCREED MAN 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 PORT ABLE CONVEYER WHEEL TRACTORS,FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL Page 7 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $4791 1T 5D 8P $44 64 1T 5D 8P $4700 1T 50 8P $4742 1T 50 8P $4700 1T 50 8P $4791 1T 50 8P $47 00 1T 50 8P $4742 1T 50 8P $44 64 1T 50 8P $4791 1T 50 8P $47 91 1T 50 8P $4742 1T 50 8P $47 00 1T 50 8P $4700 1T 50 8P $4742 1T 50 8P $4742 1T 50 8P $4791 1T 50 8P $47 00 1T 50 8P $47 00 1T 50 8P $4742 1T 50 8P $4742 1T 50 8P $44 64 1T 50 8P $4742 1T 50 8P $39 29 $3721 $3781 $3518 $26 55 4A 4A 4A 4A 4A SA SA SA SA SA $27 68 $45 05 1M SA $1785 $25 63 $1800 $27 78 $2136 $986 $1808 $1597 1 . CLALLAM COUNTY EFFECTIVE 03-04-2009 . ********************************************************************************************************** Classification RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FlEW OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SHIPBUILDING & SHIP REPAIR BOILERMAKER HEAT & FROST INSULATOR LABORER MACHINIST SHIPFITTER WELDER/BURNER SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION. OUTSIDE CABLE SPUCER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE UNEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (UGHT) TELEVISION GROUND PERSON TELEVISION UNEPERSONIINSTALLER TELEVISION SYSTEM TECHNICIAN PREVAILING WAGE $1460 $60 56 $3414 $1088 $1967 $38 28 $4128 $55 27 $32 56 $48 28 $1216 $1716 $1466 $1466 $1929 $1215 $3818 $1031 $1967 $1323 $935 $1140 $1340 $32 34 $3146 $1758 $30 17 $29 26 $3146 $30 82 $3146 $29 26 $1667 $2219 $26 42 Page 8 (See Benefit Code Key) Over Time Code Holiday Code 1G 5A 11 6L 1 1R 5A 1R 5A 1E 6L 1H 6W 15 5J 1 1 1 1 1B 5A 1B 50 1E 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A 2B 5A Note Code . CLALLAM COUNTY EFFECTIVE 03-04-2009 . ~~******************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClassIfication WAGE Code Code Code TELEVISION TECHNICIAN $23 76 2B 5A TREE TRIMMER $29 26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNf,Y LEVEL $4361 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $3744 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37 90 1K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $43 45 1T 50 BL ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 BL DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $44 25 1T 50 BL TRANSIT MIXER $23 73 1 WELL DRILUERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $1160 OILER $945 WELL DRILLER $1160 Page 9 . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code ASBESTOS ABA TEMENT WORKERS JOURNEY LEVEL ENVIRONMENTAL CONTROL PAINTERS 1 0000-1000 HOURS 50 00% $20 29 lH 5D 2 1001-2000 HOURS 60 00% $23 26 lH 5D 3 2001-3000 HOURS 75 00% $29 96 lH 5D 4 3001-4000 HOURS 90 00% $34 85 lH 5D 1 0000-1000 HOURS 60 00% $26 26 lH 5D 2 1001-2000 HOURS 70 00% $29 22 lH 5D 3 2001-3000 HOURS 80 00% $3219 lH 5D 4 3001-4000 HOURS 90 00% $3515 lH 5D BOILERMAKERS JOURNEY LEVEL 1 0000-1000 HOURS 70 00% $43 26 lC 5N 2 1001-2000 HOURS 75 00% $44 95 lC 5N 3 2001-3000 HOURS 80 00% $46 63 lC 5N 4 3001-4000 HOURS 85 00% $48 32 lC 5N 5 4001-5000 HOURS 90 00% $50 00 lC 5N 6 5001-6000 HOURS 95 00% $5169 lC 5N BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000-0750 HOURS 50 00% $2712 1M 5A 2 0750-2250 HOURS 55 00% $2878 1M 5A 3 2550-3000 HOURS 60 00% $30 44 1M 5A 4 3000-3750 HOURS 70 00% $3375 1M 5A 5 3750-4500 HOURS 80 00% $37 07 1M 5A 6 4500-5250 HOURS 90 00% $40 38 1M 5A 7 5250-6000 HOURS 95 00% $42 04 1M 5A CARPENTERS CARPENTER 1 0000-1000 HOURS 60 00% $28 07 1M 5D 2 1001-2000 HOURS 65 00% $34 05 1M 5D 3 2001-3000 HOURS 70 00% $35 78 1M 5D 4 3001-4000 HOURS 75 00% $3751 1M 5D 5 4001-5000 HOURS 80 00% $39 24 1M 5D 6 5001-6000 HOURS 85 00% $40 97 1M 5D 7 6001-7000 HOURS 90 00% $42 70 1M 5D 8 7001-8000 HOURS 95 00% $44 43 1M 5D DRYWALL APPLICATOR DRYWALL. METAL STUD. AND CEILING APPLICATORS 1 0000-0700 HOURS 50 00% $2475 1M 5D 2 0701-1400 HOURS 60 00% $32 48 1M 5D 3 1401-2100 HOURS 68 00% $3527 1M 5D 4 2101-2800 HOURS 76 00% $38 06 1M 5D 5 2801-3500 HOURS 84 00% $40 84 1M 5D Page 1 . . PREVAILING WAGE RATES FOR CLAllAM COUNTY APPRENTICES EFFECTIVE DATE 3/412009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 6 3501-4200 HOURS 92 00% $43 63 1M 50 ACOUSTICAL WORKER 1 0000-1000 HOURS 50 00% $24 70 1M 50 2 0701-1400 HOURS 60 00% $3242 1M 50 3 1401-2100 HOURS 68 00% $35 20 1M 50 4 2101-2800 HOURS 76 00% $37 98 1M 50 5 2801.3500 HOURS 84 00% $40 76 1M 50 6 3501-4200 HOURS 92 00% $43 54 1M 50 MILLWRIGHT AND MACHINE ERECTORS 1 1 st Penod 60 00% $28 67 1M 50 2 2nd Penod 65 00% $34 70 1M 50 3 3rd Penod 70 00% $36 48 1M 50 44th Penod 75 00% $38 26 1M 50 55th Penod 80 00% $40 04 1M 50 66th Penod 85 00% $4182 1M 50 77th Penod 90 00% $43 60 1M 50 88th Penod 95 00% $45 38 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1 1 st Penod 60 00% $2819 1M 50 2 2nd Penod 65 00% $3418 1M 50 3 3rd Penod 70 00% $35 92 1M 50 44th Penod 75 00% $37 66 1M 50 55th Penod 60 00% $39 40 1M 50 66th Penod 85 00% $4114 1M 50 77th Penod 90 00% $42 88 1M 50 88th Penod 95 00% $44 62 1M 50 BRIDGE, DOCK AND WARF CARPENTERS 1 1 sl Penod 60 00% $28 07 1M 50 2 2nd Penod 65 00% $34 05 1M 50 3 3rd Penod 70 00% $35 78 1M 50 44th Penod 75 00% $3751 1M 50 55th Penod 80 00% $39 24 1M 50 66th Penod 85 00% $40 97 1M 50 77th Panod 90 00% $42 70 1M 50 88th Penod 95 00% $44 43 1M 50 CEMENT MASONS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1483 1H 50 2 1001-2000 HOURS 60 00% $17 80 lH 50 3 2001-3000 HOURS 70 00% $20 76 1H 50 4 3001-4000 HOURS 80 00% $23 73 1H 50 5 4001-5000 HOURS 90 00% $2669 lH 50 6 5001-6000 HOURS 95 00% $2818 1H 50 DRYWALL TAPERS Page 2 . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1389 lE 5P 2 1001-2000 HOURS 55 00% $3167 lE 5P 3 2001-3000 HOURS 65 00% $34 93 1E 5P 4 3001-4000 HOURS 75 00% $3819 lE 5P 5 4001-5000 HOURS 85 00% $4145 lE 5P 6 5001-6000 HOURS 90 00% $43 08 lE 5P ELECTRICIANS -INSIDE JOURNEY LEVEL 1 0000-1000 HOURS 45 00% $25 75 1E 5A 2 1001-2000 HOURS 50 00% $27 80 1E 5A 3 2001-3500 HOURS 55 00% $3311 lE 5A 4 3501-5000 HOURS 65 00% $3781 lE 5A 5 5001-6500 HOURS 75 00% $4251 1E 5A 6 6501-8000 HOURS 85 00% $4720 1E 5A ELECTRICIANS - POWERLlNE CONSTRUCTION JOURNEY LEVEL LlNEPERSON 1 0000-1000 HOURS 60 00% $3391 4A 5A 2 1001-2000 HOURS 63 00% $3518 4A 5A 3 2001-3000 HOURS 67 00% $3688 4A 5A 4 3001-4000 HOURS 72 00% $38 98 4A 5A 5 4001-5000 HOURS 78 00% $4151 4A 5A 6 5001-6000 HOURS 86 00% $44 89 4A 5A 7 6001-7000 HOURS 90 00% $46 59 4A 5A POLE SPRAYER 1 0000-1000 HOURS 85 70% $44 76 4A 5A 2 1001-2000 HOURS 89 80% $46 49 4A 5A 3 2001-3000 HOURS 92 80% $47 76 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 1 0000-1000 HOURS 50 00% $2146 4A 60 2 1001-1700 HOURS 55 00% $43 49 4A 60 3 1701-3400 HOURS 65 00% $48 03 4A 60 4 3401-5100 HOURS 70 00% $5091 4A 60 5 5101-6800 HOURS 80 00% $55 55 4A 60 ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-1000 HOURS 55 00% $855 1 2 1001~2000 HOURS 60 00% $855 1 3 2001-3000 HOURS 65 00% $855 1 4 3001-4000 HOURS 70 00% $855 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 31412009 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 8 7001-8000 HOURS 95 00% $1147 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 1 0000-0800 HOURS 60 00% $2118 lE 5A 2 0801-1500 HOURS 65 00% $22 58 lE 5A 3 1601-2400 HOURS 70 00% $23 97 lE 5A 4 2401-3200 HOURS 75 00% $2537 1E 5A 5 3201-4000 HOURS 80 00% $26 76 lE 5A 6 4001-4800 HOURS 85 00% $2816 lE 5A GLAZIERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $2515 lY 5G 2 1001-2000 HOURS 55 00% $2716 lY 5G 3 2001-3000 HOURS 60 00% $29 17 1Y 5G 4 3001-4000 HOURS 65 00% $3118 lY 5G 5 4001-5000 HOURS 70 00% $3319 lY 5G 6 5001-6000 HOURS 75 00% $35 20 lY 5G 7 6001-7000 HOURS 80 00% $3721 lY 5G 8 7001.6000 HOURS 90 00% $4123 1Y 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC 1 0000-2000 HOURS 45 00% $28 92 1S 5J 2 2001-4000 HOURS 55 00% $3231 lS 5J 3 4001-6000 HOURS 65 00% $35 70 lS 5J 4 6001-8000 HOURS 75 00% $3910 lS 5J 5 8001-10000 HOURS 85 00% $42 49 1S 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL 1 0000-1000 HOURS 60 00% $26 26 lH 50 2 1001-2000 HOURS 70 00% $29 22 lH 50 3 2001.3000 HOURS 80 00% $3219 lH 50 4 3001.4000 HOURS 90 00% $3515 1H 50 INSULA TlON APPLICA TORS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1025 2 1001-2000 HOURS 60 00% $1230 3 2001-3000 HOURS 75 00% $1538 4 3001-4000 HOURS 90 00% $1845 IRONWORKERS JOURNEY LEVEL 1 0000-0750 HOURS 65 00% $855 10 5A 2 0751-1500 HOURS 70 00% $30 24 10 5A 3 1501-2250 HOURS 75 00% $4241 10 5A 4 2251-3000 HOURS 80 00% $4413 10 5A Page 4 . . PREVAILING WAGE RATES FOR ClAlLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 5 3001-3750 HOURS 90 00% $47 57 10 5A 6 3751-4500 HOURS 90 00% $4757 10 5A 7 4501-5250 HOURS 95 00% $49 29 10 5A 8 5251-6000 HOURS 95 00% $49 29 10 5A LABORERS GENERAL LABORER 1 0000-1000 HOURS 60 00% $26 26 1H 50 2 1001-2000 HOURS 70 00% $29 22 1H 50 3 2001-3000 HOURS 80 00% $3219 1H 50 4 3001-4000 HOURS 90 00% $3515 1H 50 LABORERS - UNDERGROUND SEWER & WA TER GENERAL LABORER 1 0000-1000 HOURS 60 00% $26 26 1H 50 2 1001-2000 HOURS 70 00% $29 22 1H 50 3 2001-3000 HOURS 80 00% $3219 1H 50 4 3001-4000 HOURS 90 00% $3515 1H 50 LATHERS JOURNEY LEVEL 1 0000-0700 HOURS 50 00% $2475 1M 50 2 0701-1400 HOURS 60 00% $32 48 1M 50 3 1401-2100 HOURS 68 00% $35 27 1M 50 4 2101-2800 HOURS 76 00% $38 06 1M 50 5 2801-3500 HOURS 84 00% $40 84 1M 50 6 3501-4.200 HOURS 92 00% $43 63 1M 50 PAINTERS JOURNEY LEVEL 1 0000-0750 HOURS 52 00% $20 35 28 5A 2 0751-1500 HOURS 56 00% $2144 28 5A 3 1501-2250 HOURS 60 00% $22 54 28 5A 4 2251-3000 HOURS 64 00% $24 52 28 5A 5 3001-3750 HOURS 68 00% $25 66 28 5A 6 3751-4500 HOURS 72 00% $26 82 28 5A PLASTERERS JOURNEY LEVEL 1 0000-0500 HOURS 40 00% $1033 2 0501-1000 HOURS 45 00% $1162 3 1001-1500 HOURS 45 00% $1162 4 1501-2000 HOURS 50 00% $1292 5 2001-2500 HOURS 55 00% $1421 6 2501-3000 HOURS 60 00% $1550 7 3001-3500 HOURS 65 00% $1679 8 3501-4000 HOURS 70 00% $1608 9 4001-4500 HOURS 75 00% $1937 10 4501-5000 HOURS 80 00% $20 66 Page 5 . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/412009 . PrevaIling Overltme Holiday Wage Code Code $2196 $23 25 $24 54 $24 54 Stage of ProgressIon & Hour Range 11 5001-5500 HOURS 85 00% 12 5501-6000 HOURS 90 00% 13 6001-6500 HOURS 95 00% 14 5501-7000 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 ISEE POWER EQUIPMENT OPERATORS) 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% REFRIGERA TION & AIR CONDITIONING MECHANICS MECHANIC 1 0000-2000 HOURS 50 00% 2 2001-4000 HOURS 55 00% 3 4001-6000 HOURS 60 00% 4 6001-8000 HOURS 70 00% 5 8001-10000 HOURS 85 00% RESIDENTIAL CARPENTERS JOURNEY LEVEL 1 1 st Penod 60 00% Page 6 $34 48 $45 95 $49 20 $5137 $55 70 lG 1G lG 1G 1G Note Code 5A 5A 5A 5A 5A $35 43 1T 50 8P $37 09 1T 50 8P $3874 1T 50 8P $40 39 1T 50 8P $43 70 1T 50 8P $45 35 1T 50 8P $35 43 $37 09 $38 74 $40 39 $43 70 $45 35 $27 82 $2914 $30 44 $3150 $1384 $1522 $1661 $1938 $23 53 $1071 4A 4A 4A 4A 5A 5A 5A 5A . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overtime Holiday Note Stage of ProgressIon & Hour Range Wage Code Code Code 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% $1617 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% $1628 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 66 00% $855 2 1001-2000 HOURS 65 00% $949 3 2001-4000 HOURS 75 00% $1095 4 4001-6000 HOURS 85 00% $1241 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-0900 HOURS 55 00% $1744 11 6L 2 0901-1800 HOURS 60 00% $1836 11 6L 3 1801.2700 HOURS 65 00% $1970 11 6L 4 2701-3600 HOURS 70 00% $20 63 11 6L 5 3601-4600 HOURS 75 00% $2180 11 6L 6 4501-5400 HOURS 80 00% $22 72 11 6L ROOFERS JOURNEY LEVEL 1 0000-0820 HOURS 60 00% $24 93 1R 5A 2 0821-1630 HOURS 67 00% $26 87 1R 5A 3 1631-2450 HOURS 74 00% $28 80 1R 5A 4 2451-3270 HOURS 81 00% $33 03 1R 5A 5 3271-4080 HOURS 88 00% $34 97 1R 5A 6 4081-4899 HOURS 95 00% $3690 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000-2000 HOURS 45 00% $23 63 1E 6L 2 2001-3000 HOURS 50 00% $34 27 1E 6L 3 3001-4000 HOURS 55 00% $36 24 1E 6L 4 4001-5000 HOURS 60 00% $38 22 lE 6L 5 5001-6000 HOURS 65 00% $40 20 1E 6L 6 6001-7000 HOURS 70 00% $4216 1E 6L 7 7001-8000 HOURS 75 00% $4414 1E 6L Page 7 . . PREVAILING WAGE RATES FOR CLALLAM COUNTY APPRENTICES EFFECTIVE DATE 3/4/2009 Prevailing Overbme Holiday Note Stage of Progression & Hour Range Wage Code Code Code 6 6001-9000 HOURS 60 00% $4611 1E 6L 9 9001-10000 HOURS 65 00% $4799 1E 6L SOFT FLOOR LAYERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $1900 18 5A 2 1001-2000 HOURS 60 00% $25 25 18 5A 3 2001-3000 HOURS 70 00% $26 46 18 5A 4 3001-4000 HOURS 75 00% $3010 18 SA 5 4001-5000 HOURS 60 00% $3171 18 5A 6 5001-6000 HOURS 65 00% $33 33 18 5A 7 6001-7000 HOURS 90 00% $34 95 18 5A 6 7001-6000 HOURS 95 00% $655 18 5A SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL GRADE 1 (INDENTURED AFTER APRIL 1, 2000) 1 0000-1000 HOURS 45 00% $665 1 2 1001-2000 HOURS 50 00% $964 1 3 2001-3000 HOURS 55 00% $1062 1 4 3001-4000 HOURS 60 00% $1160 1 1 0000-1000 HOURS 40 00% $655 1 2 1001-2000 HOURS 45 00% $665 1 3 2001-3000 HOURS 50 00% $964 1 4 3001-4000 HOURS 55 00% $1062 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 60 00% $1574 1 5 4001-5000 HOURS 65 00% $1672 1 6 5001-6000 HOURS 90 00% $1770 1 1 0000-1000 HOURS 60 00% $1160 1 2 1001-2000 HOURS 65 00% $1279 1 3 2001-3000 HOURS 70 00% $1377 1 4 3001-4000 HOURS 75 00% $1475 1 5 4001-5000 HOURS 60 00% $1574 1 6 5001-6000 HOURS 65 00% $1672 1 TILE, MARBLE & TERRAZZO FINISHERS FINISHER 1 0000-1000 HOURS 50 00% $25 36 18 5A 2 1001-2500 HOURS 55 00% $2691 18 5A 3 2501-3500 HOURS 60 00% $26 42 18 5A 4 3501-4500 HOURS 70 00% $3150 18 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL 1 0000-1000 HOURS 50 00% $26 03 1M 5A 2 1001-2500 HOURS 55 00% $27 62 1M 5A Page 8 Stage of ProgressIon & Hour Range 3 2501-3500 HOURS 60 00% 4 3501-4500 HOURS 70 00% 5 4501-5500 HOURS 80 00% 6 5501-6250 HOURS 90 00% 7 6251-7000 HOURS 95 00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000-0500 HOURS 60 00% 2 0501-1000 HOURS 60 00% 3 1001-2333 HOURS 60 00% 4 2334-4666 HOURS 73 00% 5 4687-7000 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 3/4/2009 . Prevallmg Overtime Hohday Wage Code Code $2921 1M 5A $32 40 1M 5A $35 59 1M 5A $38 77 1M 5A $40 37 1M 5A $1590 $2122 $24 95 $2916 $3401 $1416 $1618 $1821 Page 9 1K 1K 1K 1K 1K 5A 5A 5A 5A 5A Note Code . . ADDENDUM NO.1 TO CONTRACT DOCUMENTS / INVITATION FOR BIDS FOR Fences Repair Contract No. PW-09-002 NOTICE TO PROSPECTIVE BIDDERS February 26, 2009 NOTICE IS HEREBY GIVEN that the Instructions and reqUirements of the subject bid are amended as follows 1 The following change has been made to Site C Fire Station The cham link fence fabric shall be black vinyl coated. 2 The Bid Opening Date remains unchanged 2 00 pm. March 02, 2009 This addendum must be acknowledqed In the space provided on the Bid Form In the Quotation Form that IS submitted to the City Failure to do so may result In the proposal being rejected as non-responsive i M~ ~/~[::E~'~-6--~ -... . " Deputy Dlfector of Public Works,& Utilities ''''", " ,\ PW-407 _13 [rev 09/18/02] Page 1 of 1 /"'1' 1',,' ili;,,[ ~::,~ fJ) l 11'11 ~J :':,::: rrl~ l' I, 'I J: , "I I',: ,,~I ( ", , III I,i, Iii'! , 11" , i,ll , " II , r" I ill" ~l' ':):, ':,[ '11, Iff ~ I " , I" :1, I' I" ~, ~ ,1' I' ~I L : ,I, ii, " , I ' IB.26'2009 08\11 . . , , , , , , i " QUOTATION FORM Fenrns Re'iAUr PW-09-QQ2 #7711 P.003(003 I -- ,I --- - -- - - - The bldder;hereby bld$ the following amounts for all work (including labor, ElClUlpment, time and materials) r;eQUlred to perform the work In the Statement of Work and this packolge. The City intends to award a conlfact for Bid Item 1 In addition, Addillve Bid Item 1a will be considered for award based on value and ~vt!labilitr of funds. _ ___ _ _ _ __ _ _ _ _ __ BID lYPI: BID AMOUNT Lump Sum $ Sales Tax (8.4%) $ Total Bid: Site A $ Lump Sum $ Sales Tax (8.4%) $ Total Bid: Site B $ Lump Sum $ Sales Tax (8.4%) $ Total Bid: Site C $ L,L{MP6v..M, 1) 5~ksT~x t 0/9 " I'D-\-..... \ 6:-leC ~ ~ l./D "", O~TIDI\j " , BID ITEM$ Site A - Mill Creek Reservoir: : 1 ,!{.IY(l"'r!jrrl '~~"!l~ I I:, ' " ]' 1<'1. I~ I it, . " i'l , \ ' ~ Site B - PJm1.p Statton #4, , LOCATION 326 E Scrivner Road, Port An eles , " Site C - Fire Station i r~ " I , Sl'.j.~: ~ Yf>~\ 01\ .,. , ! i 10 c-k""Je. i I +0 h \c...<.. ~ 1 ': I, , " j i ; lJ , , , I , , Project: P"'~09-002 , " , Page 2 " , , , I i Rev 113012009 ~, ~y ) / O'~~ t11:L. 'I [I I., qli I ~ 1,1'" " i,,( " , , , :,;11 , II' , I, ';/ I' 'I' ; I: , ' I , I I : I I' " , " , '~ " " :' ,; ~i' r f 'i I, I , . " '. :1 r ~ ~r' ~, EB.26'2009 II\J5 , I . . #7715 P.002/002 " " i " I SUPPLEMENTAL INFORMATION FORM Fen= Reoalr PW-09-002 1. The bi"d r hereby acknowledges thallt has received Addenda NO(S). I -:~;:2/ Enter" 'A" If none were ISSUed to this Request for Quotation package ''T 'I' 2. T~e rnim~ of the bidder submrtt.ng thIS bid and ~s business phone number and address, to which address fill communications concerned wrth this bid and with the contract shall be sent, are listed below.Ahy wntten notJces required by the terms of an awarded contract shall be served or mailed to;the following address. I 0 , I Contractor InformatIOn: 1. Company lIlame: , I I 2. Address:; , 'I 3. City, State, Zip Code: I ~ 4. ~ne N~lber S. Contracll!>r Registration Number' I 6. UBI NumbEjr: J 7. WA StaIl1 Irdustrial Insurance A=unt Number: I I 8. WA'State Employment Soolrity Dept Number: I ;.J 9. Slale ExtIse Tax Reglstrabon Number I j4, ""; f..._V\.t:...,^::'l (J'l I ^<:... ? O. 60v VjnOq L. ~..., l..l ,A..C< I W~ q8 .~9:6- J'53 ~ 9.5/- 5<..11''1 .l'.lloJl Fe I <35s0A 001-45'-1- :;"'<tti <aoIJ.o5-014 71~ e ~ IO()<=t ~ - \'5"9 ~ ?,O S' : I' The bid<:kll T'l'PleSents th..t ,t is qualified and possesses sufficient skills and the necessary capabilities to parform;ttje services set forth in this Contract. ,I, ~JJ ~ sign~ b~! i 7rd-t- Y Title'; E-s f _........~ r- r I I Pnnt~~: _ Tvb<'^ UQ.1 ("<- if.- Date I ~~/;;'D6,,] , , ; I-J I I ProJ~: pt t9-OO2 ll.ev, 113012009 , , , ' Pa\:c3 e, TO: KIWI FENCING CO. INC. PO BOX :1.009 WAUNA, WA 983.95 VENDOR 4i 275S:1. REQ. NO. :L3944 REQUISITIONED P MCKEEN SHIP VIA: . P.O. -#: 013910 DATE: 04/~4/09 INVOICE TO: City of Port Angeles ATTN: ACCOUNTS PAYABLE PO l30X HSD PORT ANGELES, WA 9B352 - SHIP TO: City of Port Angeles FIRE P:El?J\RTMENT 102 E 5TH ST PORT ANGE):;ES, WA .983152 BY F.O.B. FREIGHT TERMS NET QUANTITYUOM ITEM NO. AND DESCRIPTION 9826.DDDL SECURITY FENCING AT FIRE DEPARTMENT UNIT CO LOD SOB-TOTAL TAX 8 .4 TOTAL AUTHORI:?:ED BY flu! v EXTENDED COST 9826 DO 9826.00 825 38 10651 38 -~--- , . ., ., P O. #. 013876 DATE 04/10/09 INVOICE TO Clty of Port Angeles ATTN ACCOUNTS PAYABLE PO BOX 1150 PORT ANGELES, WA 98362 TO' KIWI FENCING CO INC PO BOX 1009 WAUNA, WA 98395 SHIP TO, Clty of Port Angeles BUILDING I 1703 S 'B' ST PORT ANGELES, WA 98363 VENDOR # REQUISITIONED BY 27581 REQ NO SHIP VIA: QUANTI TYUOM ITEM NO AND DESCRIPTION 1.00EA FENCE REPAIR AT MILL CREEK RESERVOIR 1.00EA FENCE REPAIR AT MARINE DRIVE PUMP STATION #4 FOB. FREIGHT TERMS NET EXTENDED UNIT CO COST 1709 92 1709.92 1593.48 1593.48 SUB-TOTAL 3303.40 TAX 8.4 277.48 TOTAL 3580.88 ---------------------------------------------------------------- REQ/ACCT DATE REQ BY ------------------------------------------------------- 0000013908 04/02/09 LUCY HANLEY 40273805344810 0000013908 04/02/09 LUCY HANLEY 40374805354810 PROJECT 18 17 ---------------------------------------------------------- AUTHORIZED BY .~ , . #0232 P.001/00l APR 20'2009 08.37 . MOOlFlCATlON OF CO:-lTltACT CONTRACT NAME AND NUM1IllR: Fences R~tr; PW.(l9.0(I2 MODlFICA Tl0N NUM8aR. 2009-001 El'1'1lC11V'eDATIl. Apnl 20. 2009 PURCHASBOIIDER NO (ifnM'loeabJ.) 13910 DESCRJ1'TION m: MOOlFlCATlON J. Seeti01l2 (page I), "Term orConlnlO.... iSlllOd,fted for S,I1: C, filo Slntion Ih".,lo <v.dOI(.OC< Ol\ tbe first dny oUb< reopeM>g oflbe Hood 0...1 a"dge follo"""g tbe bridge rer1acemem ~roJeet .tIC! shall be e<1mpleted ...thm 21 eolendnr do)'" from thaI dnle 2 Thr "_!'rice $10,651 38. mclodnlS sak;, lax "nd.hall '"","In unchanged. ~pt ()$ p""vlde<l..rId e""~ here... all re...... and condition> "frhc controcl and Settlement A~...' rcma/JI une"(lIlged and In fi<ll force and effCCJ City of Port "ngotl)'. Signotuno f1~'7 Dale \. =*'- ) lo o,,/, D:>te I