HomeMy WebLinkAbout4.614 Original Contract
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~ to ,-c;,
PROJECT MANUAL
for
CABLE INJECTION PROJECT
PROJECT NO. CL0108/CL0208
CITY OF PORT ANGELES
WASHINGTON
FEBRUARY 2009
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
For information regarding this project, contact:
Terry Dahlquist, City of Port Angeles
360-417-4702
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
CABLE INJECTION PROJECT
Projects CL0108/CL0208
SCOPE OF WORK
Two projects to be jointly performed require examination of approximately 11,000 feet
total of directly buried XLP cable to determine condition, and then where it appears
practical and where prior approval is given by the City of Port Angeles (hereinafter
referred to as the "City") to inject fluid for insulation restoration. Total cost of the two
projects shall not exceed $100,000.
LOCATION OF WORK
All work shall be performed within the city limits of Port Angeles, Washington. Work
generally will be in the area of Crabapple Road, Plaza Mall shopping center, and
miscellaneous surrounding areas, as itemized in these specifications.
ADDITIONAL REQUIREMENTS
1. The bid shall be submitted on the attached Bid Form and mailed or delivered to
the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth
Street, P. O. Box 1150, Port Angeles, Washington 98362. Bids submitted by
FAX will not be accepted. Questions may be directed to Terry Dahlquist, at 360-
417-4702.
2. The most recently issued Washington State Prevailing Wage Rates for Clallam
County, a current copy of which is attached to this Project Manual, shall apply to
this Contract.
3. The bid may be awarded to the responsible bidder submitting the lowest
evaluated total project price as defined in the specifications. If the bid is
awarded, the attached Contract will then be signed, requiring the Contractor to
meet the requirements in the Contract as well as the entire Project Manual. No
bidder will be permitted to withdraw their bid between the closing time for receipt
of bids and the execution of a Contract, unless the award is delayed for a period
exceeding sixty (60) calendar days.
4. Bids shall be submitted no later than 2:00 pm, March 6, 2009. At that time, bids
will be publicly opened and read aloud in the Public Works and Utilities
Conference Room at Port Angeles City Hall, 321 East Fifth Street.
5. The terms and conditions of this contract are contained within the Small Works
Roster Public Works Contract, all provisions of which apply to this project,
including but not limited to the following:
A. A Performance and Payment Bond in the amount of 100% of the total
quotation amount ($100,000 plus sales tax) must be received by the City
within 10 working days from the contractor receiving written notice of
award.
6.
7.
8.
9.
B. Before any payment is made to the contractor, the City must have a
Department of Labor certified copy of the form "Intent to Pay Prevailing
Wage on Public Works Contract."
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C. Retainage in the amount of 5%, will be withheld from all payments made
to the contractor. Payment of retainage will be made after completion of
.ill.! work and according to RCW 60.28 which requires written releases from
the Department of Revenue, the Department of Employment Security, and
the Department of Labor.
The City will consider alternate systems and proposals to that specified which
closely approximate the attached specifications, but reserves the right to select
quotations best suited to the overall interest of the City and evaluation of all
anticipated costs. Quotations containing alternate methods or materials shall be
clearly labeled "Alternate Bid" on the Bid Form.
On-site work shall start within 60 days of receiving a Notice to Proceed. The
performance period for this work is 120 working days to final completion and
removal of all injection equipment.
Lump sum bids shall be provided for the total anticipated costs to perform
injection in the cable segments itemized in Schedules A and B. These quantities
represent estimated amounts. Bids shall also include unit costs to be applied to
the actual cable lengths and quantity of work that may be included in the
projects. Actual number of cable segments treated may be increased or reduced
to allow maximum treatment within the $100,000 total budget limitation.
Prior to award of a public works contract, a bidder must meet the following
responsibility criteria to be considered a responsible bidder (RCW 39.04) and be
qualified to be awarded a public works contract:
A. At the time of bid submittal, have a certificate of registration in compliance
with 18.27 RCW.
B. Have a current state Unified Business Identifier (UBI) number.
C. If applicable, have industrial insurance coverage for the bidder's
employees working in Washington as required in Title 51 RCW; an
employment security department number as required in Title 50 RCW; and
a state excise tax registration number as identified in Title 82 RCW.
D. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
10.
Contractor shall invoice the City separately for work listed in Schedules A and B.
11.
Awards will be made on the basis of total evaluated cost to the City. Delivery
and installation is to be complete, F.O.B., freight prepaid and allowed to the City
installation sites. The contractor is responsible for all damage to materials
incurred in transit.
-------------------
,A"')>....'<. ~ ~'~~
~~.$&~Q PORT ANGELES HARBOR
!~~ rs YA
~~~ ~
~ ~~ ~ be
~ @ ~-
;.s:: ~ /I...
...~ ?
;y
~~, - ~
-..; ~j
~ <>.:
>j
X k r1;;:J;
..Illu .,........:
7: -",'"'l"f-.l .....-.
- t'--
1T Irtt $l 'fo.... Ptu:o. Mltll H
1-
mm "- ') .. SCHEDiJi~
bb~ tJ~ Y<: ({h'
I- jIlI!IJIf II . -. .. ~
- c: II "-
J~~~J \l1Ul -. ~ "_0'___'__'_'.' ~ /!-I
'[-'; j.J .
, .. ~
L
-tit l-
. ,[ T B ml!:ri
~ ~fR
1 n ;[TI ~
1./--....... ..------
~ j' IP\ b;:" -u ~J~,
~C,,/-.,.""'.l-II. .I~A. -~ l0. - -
r d...-i i'I; No i '-~~ --
I l-.l . r-
I:' fG - rr i ~f\H) I-L-t
I 7'
Cc-i Ir ::= - '1.. r---L H.:il- ~
I L Iti I
// ~ ,.- _~J\
" I [ \~Il g ~ /-L-..1 \ -----",
B
VICINITY MAP - PRIMARY WORK AREAS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STATE OF WASHINGTON)
COUNTY OF
King
NON-COLLUSION AFFIDAVIT
)
)
The undersigned, being fIrst duly sworn on oath, says that the bid herewith submitted is a genuine
and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and
(s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the
above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding,
and that said bidder has not in any manner sought by collusion to secure to himiher self an advantage over
any other bidder or bidders.
Signature of Bidder/Contractor
Subscribed and sworn to before me this (51.:7 day of /J1d./I~h, 20-122..
Notary Public in and for the
State ofWashing!on. , . / .
Residing at 0d f7~ I/a:/ {p/
MyComm.Exp., ~ Zc; 2/:'J//J
I
I
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
CABLE INJECTION PROJECT
Project No. CL0108/CL0208
BID FORM
PAGE 1 OF 4
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
The undersigned, hereinafter called the bidder, declares that the only person(s} interested in
this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is
made without any connection or collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plan, specifications, and contract
documents, hereinafter referred to as the Project Manual, for the construction of the proposed
project improvement(s}; that it has personally inspected the site(s}; that it has satisfied itself as
to the types and quantities of materials, the types of equipment, the conditions of the work
involved, including the fact that the description of and the quantities of work and materials, the
types of equipment, the conditions of and the work involved as included herein, are brief and are
intended only to indicate the general nature of the work and to identify the said quantities with
the corresponding requirements of the Project Manual; and that this bid is made in accordance
with the provisions and the terms of the Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the interpretation of
surface information and has utilized all data which it believes is pertinent from the City Engineer,
hereinafter also referred to as the City or Owner, and such other source of information as it
determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the
LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the
described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the
surety who will provide the performance bond is:
Travelers Casualtv & Surety Comoanv of America Willis of Oregon
Surety Agent
4000 Kruse Way. Bldg 1. Suite 265
Lake Oswego, OR 970035
Surety address
One SW Columbia, Ste. 500
Portland, OR 97258
Agent Address
503 534 4297
Surety Contact and Phone Number
Number
Lvnnette Harris 503-450-9789
Agent Contact and Phone
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
CABLE INJECTION PROJECT
Project No. CL0108
BID FORM
PAGE 2 OF 4
SCHEDULE A - CRABAPPLE ROAD
Bidder must bid on all bid items required to accomplish the proposed work.
and may add or delete material from this list to match their system. The .
bidder hereby bids the following amounts for the conditions described in the
Contract Documents. Quantities shown are Engineer's estimates. Unit prices
apply to additions or deductions to estimated quantities.
Bid Item Quantity Units Unit Price Total Price
Mobilization 1 Job 0
TOR Testing - per cable segment 25 Ea Included in
labor rate
Fluid Injection - Perfido ™ 011 6,140 Ft $4.00 $24,560.00
15kV Injection Elbow 32 Ea $ 130.00 $ 4,160.00
Lug Ea nfa
Extended Lugs 34 Ea nfa
Bi-Metal Compression Lug for #2 Ea nfa
Labor -Injection Crew 40 Hr $ 102.00 $ 4,080.00
Riser Pole Injection Fitting 9 Ea nfa ,
Injection Adapters 18 Ea $ 50.00 $ 900.00
BID PRICE
$ 33.700.00
$ 2.830.80
$ 36.530.80
Sales Tax (804%)
TOTAL BID FOR SCHEDULE A
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
CABLE INJECTION PROJECT
Project No. CL0208
BID FORM
PAGE 3 OF 4
SCHEDULE B - PLAZA MALL
Bidder must bid on all bid items required to accomplish the proposed work
and may add or delete material from this list to match their system. The
bidder hereby bids the following amounts for the conditions described in the
Contract Documents. Quantities shown are Engineer's estimates. Unit prices
apply to additions or deductions to estimated quantities.
Bid Item Quantity Units Unit Price Total Price
Mobilization 1 Job NfC
TOR Testing - per cable segment 30 Ea Included in
labor rate
Fluid Injection - Perficio ™ 0'11 5,925 Ft $4.00 $23,700.00
15kV Injection Elbow 48 Ea $ 130.00 $ 6,240.00
Lug Ea nfa
Extended Lugs 54 Ea nfa
Bi-Metal Compression Lug for #2 Ea nfa
Labor -Injection Crew 48 Hr $ 102.00 $ 4,896.00
Riser Pole Injection Fitting 3 Ea nfa
Injection Adapters 12 Ea $ 50.00 $ 600.00
BID PRICE
$ 39.732.00
$ 3.337.49
$ 43.069.49
Sales Tax (8.4%)
TOTAL BID FOR SCHEDULE 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
CABLE INJECTION PROJECT
Project Nos. CL0108/Cl020a
BID FORM
PAGE 4 OF 4
The bidder hereby acknowledges that it has received Addenda No(s). 1
(Enter "N/A" if none were issued) to this Project Manual.
The bidder certifies it is not disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3). The name of the bidder submitting this bid and its business phone
number and address, to which address all communications concerned with this bid and with the
contract shall be sent, are listed below.
Company Name:
Novinium Inc.
Address:
22019 70th Ave So.
(Street address)
(City) (State) (Zip)
Kent. WA 98032
Contractor Registration Number: NOVINI*9470L
UBI Number:
602 336 525
206 529 4828
Telephone No.
WA State Industrial Insurance Account Number: 10323400
WA State Employment Security Department Number:
602 336 525
State Excise Tax Registration Number:
~
602 336 525
Signed by
Title Western Reoional Manaaer
Printed Name: Carl Peterson
Date: 3/5/09
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'ALTERNATE BID
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
CABLE INJECTION PROJECT
Project No. CL0108
BID FORM
PAGE 1 OF 2
* * * ALTERNATE BID * * *
SCHEDULE A - CRABAPPLE ROAD
Bidder must bid on all bid items required to accomplish the proposed work
and may add or delete material from this list to match their system. The
bidder hereby bids the following amounts for the conditions described in the
Contract Documents. Quantities shown are Engineer's estimates. Unit prices
apply to additions or deductions to estimated quantities.
Bid Item Quantity Units Unit Price Total
Price
Mobilization 1 Job 0
TOR Testing - per cable segment 25 Ea Included in
labor rate
Fluid Injection - Ultrinium ™ 732 6,140 Ft $4.92 $30,208.80
15kV Injection Elbow 32 Ea $ 130.00 $ 4,160.00
lug 32 Ea n/a
Extended lugs Ea n/a
Bi-Metal Compression lug for #2 Ea n/a
labor - Injection Crew 40 Hr $ 102.00 $ 4,080.00
Riser Pole Injection Fitting 9 Ea n/a
Injection Adapters 18 Ea $ 50.00 $ 900.00
BID PRICE
$ 39.348.80
.$ 3.305.30
$ 42.654.10
Sales Tax (8.4%)
TOTAL BID FOR SCHEDULE A
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
CABLE INJECTION PROJECT
Project No. Cl0208
BID FORM
PAGE 2 OF 2
'* '* '* ALTERNATE BiD '* '* *
SCHEDULE B - PLAZA MALL
Bidder must bid on all bid items required to accomplish the proposed work
and may add or delete material from this list to match their system. The
bidder hereby bids the following amounts for the conditions described in the
Contract Documents. Quantities shown are Engineer's estimates. Unit prices
apply to additions or deductions to estimated quantities.
Bid Item Quantity Units Unit Price Total Price
Mobilization 1 Job N/C
TOR Testing - per cable segment 30 Ea Included in
labor rate
Fluid Injection - Ultrinium TM 732 5,925 Ft $4.92 $29,151.00
15kV Injection Elbow 48 Ea $ 130.00 $ 6,240.00
Lug Ea n/a
Extended Lugs 54 Ea nfa
Bi-Metal Compression Lug for #2 Ea nla
labor - Injection Crew 48 Hr $ 102.00 $ 4,896.00
Riser Pole Injection Fitting 3 Ea n/a
Injection Adapters 12 Ea $ 50.00 $ 600.00
BID PRICE
$ 40.887.00
$ 3.434.51
$ 44,321.51
Sales Tax (8.4%)
TOTAL BiD FOR SCHEDULE B
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this s-d-. day of ~9, by and
between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter
referred to as "the City", and Novinium, Inc., a Washington Corporation, hereinafter referred to
as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and
the necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, inconsideration of the terms, conditions, and agreements
contained herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order
to accomplish the following project:
CABLE INJECTION PROJECT
Project No. CL0108/CL0208
in accordance with and as described in this Contract and the Project Manual, which include the
attached plans, technical specifications, and scope of work in Schedules A and B, and shall
perform any alterations in or additions to the work provided under this Contract and every part
thereof. 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, except as may otherwise be provided in the
Project Manual.
2. Time for Performance
a. Time is. of the essence in the performance of this Contract and in adhering to the
time frames specified herein. The Contractor shall commence work within 60
working days of Notice to Proceed, and said work shall be physically completed
within 120 working days after commencing work, unless a different time frame is
expressly provided in writing by the City.
3. Compensation and Method of Payment.
a. The City shall pay the Contractor for work performed under this Contract as
detailed in the Bid and Alternate Bid, at the completion of work and submission
of a detailed invoice.
N :\PWKS\L1 GHT\E NGR\PROJE CTS\CABLE I NJE CTI ON\2009
b. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily
injury to persons or damages to property caused by or resulting from the
concurrent negligence of the Contractor and the City, its officers, officials,
employees, and volunteers, the Contractor's liability hereunder shall be only to
the extent of the Contractor's negligence. It is further specifically and expressly
understood that the indemnification provided herein constitutes the Contractor's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by
the parties. The provisions of this section shall survive the expiration or
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b. Payments for any alterations in or additions to the work provided under this
Contract shall be on a negotiated time and materials basis in accordance with the
Bid "Schedules. If it becomes necessary or desirable to modify or to change the
.'cfJscription of w6rk;by altering, adding to, or deducting from the work, or to add
. correlated work not I)reviously covered by the Contract, the parties may, without
invalidating the Contract, agree to a written Change Order signed by the parties.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled
to any of the benefits the City provides for its employees. The Contractor shall be solely and
entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not. limited to, unemployment insurance,
workers compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with
the State prevailing wage requirements. The Washington State Prevailing Wage Rates For
Public Works Contracts, Clallam County, incorporated in this Contract have been established by
the Department of Labor & Industries and are included as Attachment A to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply
with the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
a. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection
with the performance of this Contract, except for injuries and damages caused by
the sole negligence of the City.
N :\PWKS\L1 GHT\ENGR\PROJ E CTS\CABLE I NJ E CTI ON\2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
termination of this Contract.
7. Insurance.
The Contractor shall procure and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise 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 material 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.
a. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be written 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.
11. Commercial General Liability insurance shall be written on ISO
occurrence form CG 00 01 and shall cover liability arising 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 arising 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 1001 or substitute
endorsements providing equivalent coverage.
111. Workers' Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
b. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1 ,000,000 per accident.
N :\PWKS\L1 GHT\ENGR\PROJE CTS\CABLE I NJE CTION\2009
11. The Contractor's insurance shall not be cancelled or reduced as to
coverage by either party, except after forty-five (45) days prior written
notice by certified mail, return receipt requested, has been given to the
City.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11. Commercial General Liability insurance shall be written with limits no
less than $1,000,000 each occurrence, $1,000,000 general aggregate and a
$1,000,000 products-completed operations aggregate limit.
c. 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.
1. The Contractor's insurance coverage shall be primary insurance as respect!
to the City. Any insurance, self-insurance, or insurance pool coverage:
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
d. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
e. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the
amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the Automobile Liability and Commercial General Liability
insurance of the Contractor before commencement of the work. Before any exposure to
loss may occur, the Contractor shall file with the City a copy of the Builders Risk
insurance policy that includes all applicable conditions, exclusions, definitions, terms and
endorsements related to this project.
f. 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.
g. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their
Subcontractors, Subcontractors, agents and employees, each of the other, for damages
, caused by fire or other perils to the extent covered by Builders Risk insurance or other
property insurance obtain pursuant to the Insurance Requirements Section of this
Contract or other property insurance applicable to the work. The policies shall provide
such waivers by endorsement or otherwise.
N :\PWKS\L1 GHT\E NGR\PROJ E CTS\CAB LE I NJ E CTI ON\2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8. Compliance with Laws.
a. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards
or criteria as set forth in the Project Manual.
b. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work. .
c. The Contractor shall comply with all legal and permitting requirements as set
forth in the Project Manual.
9. Non-discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national origin,
and, in particular:
a. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above-stated minorities.
b. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the establishment
of nondiscriminatory requirements in hiring and employment practices and
assuring the service of all patrons and customers without discrimination with
respect to the above-stated minority status.
10. Assignment.
a. The Contractor shall not assign this Contract or any interest herein, nor any
money due to or to become due hereunder, without first obtaining the written
consent of the City; nor shall the Contractor subcontract any part of the services to
be performed hereunder without first obtaining the consent of the City.
b. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in
connection with this Contract, except as to overcharges resulting from antitrust
violations commencing after the date of the bid or other event establishing the
price of this Contract. In addition, the Contractor warrants and represents that
each of its, suppliers and subcontractors shall assign any and all such claims for
- ov.~};chfl;r'ge's to the City,)n,ac.cordance with the terms of this provision. The
Contractor furth~r agrees to give the City immediate notice of the existence of 0-ny
such claim. " .
'\
N :\PWKS\U GHT\E NGR\PROJ E CTS\CABLE I NJE CTI ON\2009
,~-~.
.Aol!~~ JjptDA
Cit ler
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11. Manufacturer's Warranty
a. Manufacturer's standard warranty in Attachment C of this contract shall apply, to
cover not less than 20 years of continued cable operation after injection.
12. Contract Administration.
This Contract shall be administered by 014. v; J Le w; $ on behalf of the
~ontractor and by Terry Dahlquist, Electrical Engineering Manager, on behalf of the City. Any
written notices required by the terms of this Contract shall be served or mailed to the following
addresses:
Contractor:
Novinium, Inc.
22019 70th Ave. S
Kent,W A 98032
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
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.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed
the day and year first set forth above.
CONTRACTOR:
CITY OF PORT ANGELES:
::~nium,!y cJ-'
C-F6
By:
~~
Mayor (;
Title:
A[Zedasto~ ~ ~
'h/~ ~~
City Attorney
Attest:
N:\PWKS\L1GHT\ENGR\PROJECTS\CABLE INJECTION\2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
i
TECHNICAL SPECIFICATIONS
SCOPE OF WORK
The project consists of cable evaluation and injection treatment in the City of Port
Angeles, W A, up to but not exceeding $100,000. The cable to be treated is single and
three phase, 15 KV, direct buried XLP, of various sizes, with concentric neutral.
Injection treatment shall be "CableCURE" fluid supplied by UtilX Co., or equal.
CREW, EQUIPMENT, AND MATERIAL
Contractor shall furnish all supervision, labor, tools, equipment and material necessary
to test and perform cable injection. City line crews will perform necessary switching and
line work, install contractor provided new injection elbows, and replace cable splices
only as necessary (City provided).
SPECIFIC WORK RESPONSIBILITIES
Contractor to be responsible for:
a) Recording of all cable tracing data and daily field reports.
b) Testing the condition of the neutral prior to injection. If the cable has
neutral damage exceeding 75% of the cable neutral's original ampacity,
the condition will be repaired by the City, the cable will not be injected, or
the City will issue a written waiver to allow injection to proceed.
c) Locating those splices necessary to permit flow.
d) Testing for airflow and pressure limits prior to injection. If the cable will not
support injection, the condition will be corrected by the City or injection will
not be done on that cable segment.
e) Initiating and maintaining flow of the CableCURE dielectric fluid into the
cable segments and through the cable and splices.
f) Monitoring cables to assure that no leakage is occurring and that
CableCURE fluid flows completely through the cable segment.
g) Recording of all reasonable data required by the City, including neutral
condition and splice location.
h) Removal of all removable injection equipment at the end of the injection
period. .
City to be responsible for:
a) Providing qualified supervision to switch and verify de-energized condition
of the segments to be treated and re-energize upon completion.
b) Planning all switching to maximize efficiency and productivity and to
minimize and additional time or expense.
c) Handling all communications with City customers in advance of the start of
the operations at a given site.
d) Providing any permits or licenses required by state, county or municipal
authorities, and handling any required interface with government
agencies.
e) Installation of injection elbows or adapters to allow the treatment fluid to
be injected.
f) Installing collection equipment on the terminations of the cable segments.
g) Providing information and maps describing the physical characteristics,
legal limitations, and locations of the cable at least two weeks in advance
of the performance of the work
h) Designating a City representative to act on the City's behalf in
communicating with the contractor's crew and verifying the daily time
report.
i) Providing excavation and backfill, material and labor for splices or
terminations in the event that replacement of devices is required because
they are defective or will not allow'flow.
j) Providing suitable confined space entry/rescue, equipment and personnel
if entry to confined spaces is required for conduct of the job.
k) Provide necessary traffic control and flagging.
I) Restoring any damaged lawns or shrubs. Repairing pavement or
sidewalks if required.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SAFETY
The contractor shall conduct the work with due regard to adequate safety and sanitary
requirements and shall maintain its plant and equipment in safe condition. The
Contractor shall conform to OSHA and WISHA rules and regulations.
OBSERVANCE OF THE LAW
The Contractor shall be responsible for the strict observance by his employees of the
laws of the United States and the State of Washington (including State of Washington
Department of Transportation regulations) and all local ordinances and regulations. The
Contractor shall comply with said laws, ordinances, and regulations.
PAYMENT
The City will process weekly payments for work completed and accepted by the Project
Engineer within 30 days following submittal of a completed and signed Payment
Request Form. Retainage in the amount of 5% will be withheld in accordance with
RCW 60.28.010.
After the expiration of 30 days following the final acceptance of said work by the Port
Angeles City Council and receipt of proper releases for applicable agencies of the State
of Washington, the final payment of the retainage, or all amounts thereof in excess of a
sufficient sum to meet and discharge valid claims filed pursuant to the statutes of the
State of Washington, will be made.
Washington State sales tax will apply and be paid when billed on invoices. Contractor
shall submit separate payment requests for work performed for Schedule A and
Schedule B.
COMMENCEMENT OF WORK
The Contractor shall commence work under the contract within sixty (60) working
calendar days after Notice to Proceed is issued.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT AMOUNT/CANCELLATION
Total amount of work for both components of this contract will be $100,000.00,
exclusive of sales tax. The City reserves the right to terminate the contract at any time,
for any reason.
WARRANTY
Contractor to warranty treated electric cable to not fail dielectrically for a period of two ;
hundred forty months after treatment and that the treatment will not adversely affect or .
harm the City's electric cable. Full details of the warranty to be included with quotation.
documents.
SPECIAL CONDITIONS
The contractor will exercise reasonable care to minimize damage to lawns, landscape
and shrubs. The contractor will exercise reasonable care to avoid undue inconvenience
to residents in the area.
The contractor will verify treatability of all phases in each segment prior to starting
injection. If one phase in any section is untreatable, the contractor will so note on the
print and move on to the next section without treating any of the cable in that section.
Chapter 54.04.080 R.C.W. Laws of 1971 stipulate that bid proposals shall be made
upon proposal forms supplied by the City, and in no other manner. Specific material
types and quantities required for a particular process shall be noted on the Bid Form as
required treat the cable segments described in Schedules A and B.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SCHEDULE A - CABLE SEGMENTS
LOCATION CABLE CABLE SIZE-TYPE ESTIMATED CKT LOADBREAK POLE
NUMBER(S) LENGTH (FT) ELBOWS TERMINATIONS
Crabapple PI 40 #2 ALCN DB 100 1 1
41 #2 ALCN DB 340 2 -
42 #2 ALCN DB 320 2 -
43 #2 ALCN DB 220 2 -
44 #2 ALCN DB 340 1 1
Dogwood PI 99 1/0 ALCN DB 320 1 1
98 1/0 ALCN DB 200 2 -
97 1/0 ALCN DB 200 2 -
167 1/0 ALCN DB 900 2 -
Hawthorne PI 165 1/0 ALCN DB 400 2 -
94 1/0 ALCN DB 350 2 -
168 1/0 ALCN DB 100 2 -
170 1/0 ALCN DB 900 2 -
169 1/0 ALCN DB 150 1 1
Town Square 171 1/0 ALCN DB 50 1 1
Apts 172 1/0 ALCN DB 80 2 -
173 1/0 ALCN DB 50 2 -
174 1/0 ALCN DB 120 2 -
175 1/0 ALCN DB 110 2 -
176 1/0 ALCN DB 60 1 1
Highland Hills 351 4/0 ALCN DB 310 2
350 4/0 ALCN DB 220 2
Mt Angeles View 61,62,63 #2 ALCN DB 100 3 3
TOTAL CABLE LENGTH: 6140 34 6
SCHEDULE B - CABLE SEGMENTS
LOCATION CABLE CABLE SIZE-TYPE ESTIMATED CKT LOADBREAK POLE
NUMBER(S) LENGTH (FT) ELBOWS TERMINATIONS
Plaza Mall 1464,1465,1466 #1/0 ALCN 4"PVC 65 3 3
1467,1468,1469 #2 ALCN 3"PVC 180 6
1765,1766,1767 #2 ALCN 3"PVC 220 6
1774,1775,1776 #2 ALCN 3"PVC 260 6
1777,1778,1779 #2 ALCN 3"PVC 300 6
1780,1782,1784 #2 ALCN 3"PVC 90 6
1786,1787,1788 #2 ALCN 3"PVC 210 6
1460,1461,1462 #2 ALCN 3"PVC 210 6
1457,1458,1459 #4/0 ALCN 4"GRC 190 6
High School 58,59,60 4/0 ALCN 3"GRC 250 3 3
TOTAL CABLE LENGTH: 5925 54 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT A
WASHINGTON STATE PREVAILING WAGE RATES
FOR CLALLAM COUNTY
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description
of overtime calculation requirements is provided on the Benefit Code Key.
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $38.12 1H 50
BOILERMAKERS
JOURNEY LEVEL $53.37 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45.05 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67
CARPENTERS
ACOUSTICAL WORKER $46.32 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $46.16 1M 50
CARPENTER $46.16 1M 50
CREOSOTED MATERIAL $46.26 1M 50
DRYWALL APPLICATOR $46.42 1M 50
FLOOR FINISHER $46.16 1M 50
FLOOR LAYER $46.16 1M 50
FLOOR SANDER $46.16 1M 50
MILLWRIGHT AND MACHINE ERECTORS $47.16 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46.36 1M 50
SAWFILER $46.16 1M 50
SHINGLER $46.16 1M 50
STATIONARY POWER SAW OPERATOR $46.16 1M 50
STATIONARY WOODWORKING TOOLS $46.16 1M 50
CEMENT MASONS
JOURNEY LEVEL $38.12 1H 50
DIVERS & TENDERS
DIVER $96.81 1M 50 8A
DIVER ON ST ANOBY $54.19 1M 50
DIVER TENDER $49.84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $47.09 1T 50 8L
ASSISTANT MATE (DECKHAND) $46.58 1T 50 8L
BOATMEN $47.09 1T 50 8L
ENGINEER WELDER $47.14 1T 50 8L
LEVERMAN, HYDRAULIC $48.71 1T 50 8L
MAINTENANCE $46.58 1T 50 8L
MATES $47.09 1T 50 8L
OILER $46.71 1T 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46.34 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9.37
Page 1
CLALLAM COUNTY
EFFECTIVE 03-04-2009
I
**********************************************************************************************************
I
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 EOUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EOUIPMENT 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
$15.37
$14.69
$58.36
$53.30
$38.14
$40.25
$53.30
$40.25
$53.30
$45.14
$53.30.
$40.25
$12.07
$64.81
$70.60
$13.50
$13.80
$11.60
$32.47
$45.25
$48.28
$16.00
$39.31
$15.65
$9.24
$59.22
$34.81
$34.52
$58.62
$50.20
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1E 5A
1E 5A
1E 5A
1E 5A
1E 5A
1E 5A
1E 5A
2A 5C
2A 5C
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
4A 5A
I
I
I
I
I
I
I
I
4A
4A
50
50
I
I
1H
5D
I
1Y
5G
I
1S
5J
I
1H
5D
I
I
I
I
I
CLALLAM COUNTY
I EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9.73
GROUT TRUCK OPERATOR $11.48
I HEAD OPERATOR $12.78
TECHNICIAN $8.55
TV TRUCK OPERATOR $10.53
INSULATION APPLICATORS
I JOURNEY LEVEL $20.50
IRONWORKERS
JOURNEY LEVEL $51.01 10 5A
I LABORERS
ASPHALT RAKER $39.31 1H 50
BALLAST REGULATOR MACHINE $38.12 1H 50
BATCH WEIGHMAN $32.47 1H 50
I BRUSH CUTTER $38.12 1H 50
BRUSH HOG FEEDER $38.12 1H 50
BURNERS $38.12 1H 50
I CARPENTER TENDER $38.12 1H 50
CASSION WORKER $39.31 1H 50
CEMENT DUMPER/PAVING $38.83 1H 50
CEMENT FINISHER TENDER $38.12 1H 50
I CHANGE-HOUSE MAN OR DRY SHACKMAN $38.12 1H 50
CHIPPING GUN (OVER 30 LBS) $38.83 1H 50
CHIPPING GUN (UNDER 30 LBS) $38.12 1H 50
I CHOKER SETTER $38.12 1H 50
CHUCK TENDER $38.12 1H 50
CLEAN-UP LABORER $38.12 1H 50
CONCRETE DUMPER/CHUTE OPERATOR $38.83 1H 50
I CONCRETE FORM STRIPPER $38.12 1H 50
CONCRETE SAW OPERATOR $38.83 1H 50
CRUSHER FEEDER $32.47 1H 50
I CURING LABORER $38.12 1H 50
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38.12 1H 50
DITCH DIGGER $38.12 1H 5D
DIVER $39.31 1H 50
I DRILL OPERATOR (HYDRAULIC, DIAMOND) $38.83 1H 50
DRILL OPERATOR, AIRTRAC $39.31 1H 50
DUMPMAN $38.12 1H 50
I EPOXY TECHNICIAN $38.12 1H 5D
EROSION CONTROL WORKER $38.12 1H 50
FALLER/BUCKER, CHAIN SAW $38.83 1H 50
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $29.65 1H 50
I construction debris cleanup)
FINE GRADERS $38.12 1H 50
FIRE WATCH $32.47 1H 5D
I FORM SETTER $38.12 1H 50
GAB ION BASKET BUILDER $38.12 1H 5D
GENERAL LABORER $38.12 1H 50
GRADE CHECKER & TRANSIT PERSON $39.31 1H 50
I GRINDERS $38.12 1H 5D
GROUT MACHINE TENDER $38.12 1H 5D
I Page 3
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GUARDRAIL ERECTOR $38.12 1H 50 I
HAZARDOUS WASTE WORKER LEVEL A $39.31 1H 50
HAZARDOUS WASTE WORKER LEVEL B $38.83 1H 50
HAZARDOUS WASTE WORKER LEVEL C $38.12 1H 50
HIGH SCALER $39.31 1H 50 I
HOD CARRIERlMORTARMAN $39.31 1H 50
JACKHAMMER $38.83 1H 50
LASER BEAM OPERATOR $38.83 1H 50 I
MANHOLE BUILDER-MUDMAN $38.83 1H 50
MATERIAL YARDMAN $38.12 1H 50
MINER $39.31 1H 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38.83 1H 50 I
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38.83 1H 50
PILOT CAR $32.47 1H 50 I
PIPE POT TENDER $38.83 1H 50
PIPE RELINER (NOT INSERT TYPE) $38.83 1H 50
PIPELAYER & CAULKER $38.83 1H 50 I
PIPELAYER & CAULKER (LEAD) $39.31 1H 50
PIPEWRAPPER $38.83 1H 50
POT TENDER $38.12 1H 50
POWDERMAN $39.31 1H 50 I
POWDERMAN HELPER $38.12 1H 50
POWERJACKS $38.83 1H 50
RAILROAD SPIKE PULLER (POWER) $38.83 1H 50 I
RE-TIMBERMAN $39.31 1H 50
RIPRAP MAN $38.12 1H 50
RODDER $38.83 1H 50
SCAFFOLD ERECTOR $38.12 1H 50 I
SCALE PERSON $38.12 1H 50
SIGNALMAN $38.12 1H 50
SLOPER (OVER 20") $38.83 1H 50 I
SLOPER SPRA YMAN $38.12 1H 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $38.83 1H 50
SPREADER (CONCRETE) $38.83 1H 50
STAKE HOPPER $38.12 1H 50 I
STOCKPILER $38.12 1H 50
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38.83 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $38.83 1H 50 I
TOOLROOM MAN (AT JOB SITE) $38.12 1H 50
TOPPER-TAILER $38.12 1H 50
TRACK LABORER $38.12 1H 50
TRACK LINER (POWER) $38.83 1H 50 I
TRUCK SPOTTER $38.12 1H 50
TUGGER OPERATOR $38.83 1H 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38.12 1H 50 I
VIBRATOR $38.83 1H 50
VINYL SEAMER $38.12 1H 50
WELDER $38.12 1H 50
WELL-POINT LABORER $38.83 1H 50 I
Page 4
I
I
CLALLAM COUNTY
I EFFECTIVE 03-04-2009
**********************************************************************************************************
(See Benefit Code Key)
I Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
I LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $38.12 1H 5D
PIPE LAYER $38.83 1H 5D
LANDSCAPE CONSTRUCTION
I IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89
LANDSCAPING OR PLANTING LABORERS $12.89
I LATHERS
JOURNEY LEVEL $46.42 1M 5D
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15.16
I LABORER $11.13
MACHINE OPERATOR $10.66
PAINTER $11.41
I PAINTERS
JOURNEY LEVEL $34.87 2B 6Z
PLASTERERS
JOURNEY LEVEL $25.83
I PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8.55
PLUMBERS & PIPEFITTERS
I JOURNEY LEVEL $62.19 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44.64 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48.46 1T 5D 8P
I TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49.03 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $47.91 1T 5D 8P
METRIC TONS
I BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $47.00 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $47.42 1T 5D 8P
BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8P
I BATCH PLANT OPERA TOR, CONCRETE $47.42 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $47.00 1T 5D 8P
BOBCAT (SKID STEER) $44.64 1T 5D 8P
BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 5D 8P
I BROOMS $44.64 1T 5D 8P
BUMP CUTTER $47.42 1T 5D 8P
CABLEWAYS $47.91 1T 5D 8P
I CHIPPER $47.42 1T 5D 8P
COMPRESSORS $44.64 1T 5D 8P
CONCRETE FINISH MACHINE - LASER SCREED $44.64 1T 5D 8P
CONCRETE PUMPS $47.00 1T 5D 8P
I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8P
CONVEYORS $47.00 1T 5D 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $49.03 1T 5D 8P
I CRANE, FRICTION OVER 200 TONS $49.59 1T 5D 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8P
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8P
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8P
I WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 5D 8P
WITH ATTACHMENTS)
I Page 5
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 50 8P I
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44.64 1T 50 8P
CRANES, A-FRAME, OVER 10 TON $47.00 1T 50 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $49.59 1T 50 8P I
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $47.42 1T 50 8P
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $47.91 1T 50 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 50 8P I
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 $47.42 1T 50 8P
DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 50 8P I
DERRICK, BUILDING $47.91 1T 50 8P
DOZERS, 0-9 & UNDER $47.00 1T 50 8P
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 50 8P I
DRILLING MACHINE $47.42 1T 50 8P
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44.64 1T 50 8P
EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 50 8P I
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 50 8P
FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 50 8P
FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 50 8P
GRADE ENGINEER $47.00 1T 50 8P I
GRADECHECKER AND STAKE MAN $44.64 1T 50 8P
GUARDRAIL PUNCH $47.42 1T 50 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $47.00 1T 50 8P
HORIZONTAUDIRECTlONAL DRILL LOCATOR $47.00 1T 50 8P I
HORIZONTAUDIRECTlONAL DRILL OPERATOR $47.42 1T 50 8P
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44.64 1T 50 8P
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $47.00 1T 50 8P I
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $47.91 1T 50 8P
LOADERS, OVERHEAD (8 YO & OVER) $48.46 1T 50 8P
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $47.42 1T 50 8P
LOCOMOTIVES, ALL $47.42 1T 50 8P I
MECHANICS, ALL $48.46 1T 50 8P
MIXERS, ASPHALT PLANT $47.42 1T 50 8P
MOTOR PATROL GRADER (FINISHING) $47.91 1T 50 8P I
MOTOR PATROL GRADER (NON-FINISHING) $47.00 1T 50 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47.91 1T 50 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 50 8P
OPERATOR I
PAVEMENT BREAKER $44.64 1T 50 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 1T 50 8P
PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 50 8P I
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 $47.91 1T 50 8P I
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 $47.91 1T 50 8P
EQUIP I
RIGGER AND BELLMAN $44.64 1T 50 8P
ROLLAGON $47.91 1T 50 8P
Page 6
I
I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009
**********************************************************************************************************
ROLLER, OTHER THAN PLANT ROAD MIX
ROLLERS, PLANTMIX OR fv!UL TILlFT MATERIALS
ROTO-MILL, ROTO-GRIND~R
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 & SCREEDMAN
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 & 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
I
Classification
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$44.64 1T 50 8P
$47.00 1T 50 8P
$47.42 1T 50 8P
$47.00 1T 50 8P
$47.91 1T 50 8P
$47.00 1T 50 8P
$47.42 1T 50 8P
$44.64 1T 50 8P
$47.91 1T 50 8P
$47.91 1T 50 8P
$47.42 1T 50 8P
$47.00 1T 50 8P
$47.00 1T 50 8P
$47.42 1T 50 8P
$47.42 1T 50 8P
$47.91 1T 50 8P
$47.00 1T 50 8P
$47.00 1T 50 8P
$47.42 1T 50 8P
$47.42 1T 50 8P
$44.64 1T 50 8P
$47.42 1T 50 8P
$39.29
$37.21
$37.81
$35.18
$26.55
4A
4A
4A
4A
4A
SA
SA
SA
SA
SA
$27.68
$45.05
1M
SA
$17.85
$25.63
$18.00
$27.78
$21.36
$9.86
$18.08
$15.97
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009 I
**********************************************************************************************************
(See Benefit Code Key)
Over I
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL PLUMBERS & PIPE FITTERS I
JOURNEY LEVEL i $14.60
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $60.56 1G 5A
RESIDENTIAL SHEET METAL WORKERS I
JOURNEY LEVEL (FIELD OR SHOP) $34.14 11 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88 I
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
ROOFERS
JOURNEY LEVEL $38.28 1R 5A I
USING IRRITABLE BITUMINOUS MATERIALS $41 .28 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $55.27 1E 6L I
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32.56 1H 6W
HEAT & FROST INSULATOR $48.28 1S 5J
LABORER $12.16 1 I
MACHINIST $17.16 1
SHIPFITTER $14.66 1
WELDER/BURNER $14.66 1 I
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15 I
SOFT FLOOR LAYERS
JOURNEY LEVEL $38.18 1B 5A
SOLAR CONTROLS FOR WINDOWS I
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
STAGE RIGGING MECHANICS (NON STRUCTURAL) I
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $9.35 I
INSTRUMENT PERSON $11.40
PARTY CHIEF $13.40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32.34 1E 5A I
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $31 .46 2B 5A
HOLE DIGGER/GROUND PERSON $17.58 2B 5A I
INSTALLER (REPAIRER) $30.17 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $29.26 2B 5A
SPECIAL APPARATUS INSTALLER I $31 .46 2B 5A
SPECIAL APPARATUS INSTALLER II $30.82 2B 5A I
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 .46 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 2B 5A
TELEVISION GROUND PERSON $16.67 2B 5A I
TELEVISION L1NEPERSON/lNST ALLER $22.19 2B 5A
TELEVISION SYSTEM TECHNICIAN $26.42 2B 5A
Page 8 . ',"
I
I
I
CLALLAM COUNTY
EFFECTIVE 03-04-2009
*****************************************************************************~****************************
I
(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
JOURNEY LEVEL $43.61 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $37.44 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $37.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $43.45 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $44.25 1T 5D 8L
DUMP TRUCK $20.23 1
DUMP TRUCK & TRAILER $20.23 1
OTHER TRUCKS $44.25 1T 5D 8L
TRANSIT MIXER $23.73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60
OILER $9.45
WELL DRILLER $11.60
I
I:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 9
I
I
************************************************************************************************************************
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
I
. OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
'- ALL HOURS WORKED IN EXCESS OF E[GHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.."--
I
A.
ALL HOURS WORKED ON :SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE
I
B.
ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID,A T ONE AND ONE-HALF T[MES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
c.
THE F[RST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN ([ 0)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER
OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D.
THE F[RST TWO (2) HOURS BEFORE OR AFTER A FIVE - E[GHT (8) HOUR WORKWEEK' DAY OR A FOUR - TEN (10)
HOUR WORKWEEK DAY AND THE F[RST E[GHT (8) HOURS WORKED THE NEXT DAY AFTER E[THER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADD[T[ONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E.
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE F[RST E[GHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SA TURDA Y, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F.
THE F[RST TWO (2) HOURS AFTER E[GHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN ([ 0)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF T[MES THE HOURLY RATE OF WAGE. ALL OTHER
OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL Y RATE OF WAGE.
G.
THE F[RST TEN (10) HOURS WORKED ON SATURDAYS AND THE F[RST TEN (10) HOURS WORKED ON A F[FTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE. ALL HOURS WORKED [N EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH'
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS [F WORK [S LOST DUE TO [NCLEMENT WEATHER
CONDlT[ONS OR EQU[PMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF T[MES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
1.
THE F[RST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10)
HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
K.
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF T[MES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE.
M.
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK [S LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N.
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) SHALL BE PAID ATONE AND ONE-HALF T[MES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
O.
THE F[RST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE P AID AT DOUBLE THE HOURLY RATE OF
WAGE.
P.
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEU[> DAYS [F .cIRCUMSTANCES WARRANT). AND SUNDAYS
SHALL BE PAID ATONE AND ONE-HALF T[MES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
I.
2.
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-2-
I
Q.
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SA TURDA Y AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE P AID AT TWO AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
I
I
R.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE.
I
S.
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, :EXCERT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
W AGE. ALL HOURS WORKED ON LABOR DAY SHALL BE P AID AT THREE TIMES THE HOURLY RATE OF WAGE.
I
T.
WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT
TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME
PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SA TURDA YS SHALL
BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A
SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SA TURDA Y TO 6:00 AM MONDAY AND HOLIDAYS SHALL
BE P AID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO
ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO
EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN
EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL
BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8)
HOURS OR MORE..
I
I
I
U.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF
W AGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLY RATE OF WAGE.
I
V.
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
I
W.
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
I
x.
THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SA TURDA Y, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLlDA Y AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
I
y.
ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED
UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER
DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE
ABSENT FROM WORK WITHOUT PRIOR APROV AL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL
BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK)
OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE
(12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
I
I
I
z
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN
ADDITION TO HOLIDAY PAY.
I
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
I
B.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.
4A.
5.
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-3-
D.
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLlDA Y PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. .
E.
ALL HOURS WORKED ON SA TURDA YS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
F.
THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE P AID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLlDA Y PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G.
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H.
ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I.
ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
P AID AT TWO TIMES THE HOURLY RATE OF WAGE.
1.
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
K.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
L.
ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN
MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE
OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED
MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
P.
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
Q.
ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
R.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
S.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID ATONE AND ONE-HALFTIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE,
EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOA TING HOLIDAY, WHICH SHALL
BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
A.
HOLIDAYS; NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER 1HANKSGIVING DAY, AND CHRISTMAS DAY (7).
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-4-
I
B. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY. THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I
I
D. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDA Y AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
E. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DA Yi(8).
F. HOLIDA YS: NEW YEAR'S DA Y, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DA Y, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (II).
I
I
G. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7).
I
H. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I
I. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
I
K. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
(9).
I
L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I
M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DA Y (9).
I
N. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A
HOLlDA Y FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY.
I
I
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DA Y AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (71/2).
I
5.
S.
PAID HOLlDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
I
T.
PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (9).
I
U.
PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I
V.
PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
W. P AID HOLIDAYS: NINE (9) P AID HOLIDAYS.
X.
HOLIDA YS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS
_ NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8).
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6.
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-5-
Y.
HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,
THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
z.
HOLlDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
A.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTfylAS DAY (8).
PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DA Y, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9).
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, 'INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
B.
c.
D.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
E.
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND
A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2).
F.
PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (I I).
G.
PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
fNDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGfVfNG DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRfSTMAS EVE DAY (I I).
H.
PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVfNG DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (10).
I.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRfSTMAS DAY (7).
J.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGfVfNG DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9).
L.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGfVING DAY,
THE FRIDAY AFTER THANKSGIVrNG DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
Q.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLlDA Y~
PRESIDENTS' DAY.
T.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
U.
HOLIDA YS: NEW YEAR'S DA Y, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVfNG DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
V.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, fNDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGfVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9).
W.
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10).
x.
PAID HOLIDAYS: NEW YEAR'S DA Y, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I).
Y.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING
HOLIDAY (9).
8.
BENEFIT CODE KEY - EFFECTIVE 03-04-2009
-6-
I
Z..
HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDfNG
FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY
SHALL BE CONSIDERED AS THE HOLIDAY.
I
I
NOTE CODES
I
A.
IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOW[NG DEPTH PREM[UMS APPLY TO
DEPTHS OF F[FTY FEET OR MORE:
OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER [00 FEET
OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 220' - $5.00.PER FOOT FOR EACH FOOT OVER 220 FEET
I
C.
IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE:
OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER [50 FEET
OVER 200' - D[VERS MAY NAME THEIR OWN PRICE
I
I
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDIT[ONAL $1.00 PER HOUR.
I
L.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL
B: $0.50, AND LEVEL C: $0.25.
M.
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $ 1.00,
LEVELS C & D: $0.50.
I
N.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL
B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25
I
P.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00,
CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT B
FORMS
N:\PWKS\LIGHT\ENGR\PROJECTS\CABLE INJECTION\2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
CABLE INJECTION PROJECT
PROJECT NO. CL0108/CL0208
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, W A 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order No(s). [Excluding Sales Tax] $
3 Adjusted Contract Amount (1 +2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Material Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
7 8.4% Sales Tax [at 8.3% of subtotal], As Applicable $
8 Less Amount Retained [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total Previously Paid [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant
waives and releases, up through the date hereof, any and all claims for costs or item
extensions arising out of or relating to extra or changed work or delays or acceleration
not specifically identified and reserved in the amounts identified below or previously
acknowledged in writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and
the materials supplied through the ending period date noted above represent the actual
value of accomplishment under the terms of the contract (and all authorized changes)
between the Applicant and the City of Port Angeles, relating to the above referenced
project, and that the remaining contract balance is sufficient to cover all costs of
completing the work in accordance with the contract documents.
Continued on Page 2
N :\PWKS\L1 GHT\E N GR\P ROJ E CTS\CAB LE I NJE CTION\2009
SUBSCRIBED AND SWORN to before me this
day of
,20_"
I
I
I
I
"I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 20f 2
I also certify that all lower-tier payments, less applicable retention, have been made by the
Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all
lower-tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in
connection with the performance of this contract. I further certify that I have complied with all
federal, state and local tax laws, including Social Security laws and Unemployment
Compensation laws and Workmen's Compensation laws, insofar as applicable to the
performance of this work, and have paid all such taxes, premiums and/or assessments arising
out of the performance of the work.
I further certify that, to the best of my knowledge, information and belief, all work for which
previous payment(s) have been received shall be free and clear of liens, claims, security
interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or
other persons or entities making a claim by reason of having provided labor, materials and
equipment relating to the work.
Within seven (7) days of receipt of the payment requested herein, all payments, less applicable
retention, will be made through the period covered by this pay request to all my lower-tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising
" out of the performance of all said lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND ,TITLE:
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL: "
Project Manager
Date
City Engineer
Date
N :\PWKS\U GHT\E N GR\PROJE CTS\CABLE I NJE CTION\2009
I
CONTRACT CHANGE ORDER (CCO) NO.
I
I
Project Name Cable Iniection Proiect
Date
Contractor
Project No.
CL0108/CL0208
I
I
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
I
I
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or
[ ] Decrease in bid items; [ ] Force Account; [X] Negotiated Price: The described work affects the
existing contract items and/or adds and/or deletes bid items as follows:
Qty.
Unit
$ Cost Per Unit $ Cost
I
Item Description
No.
RFI#
I
2
I
Rev.
I
ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
DAYS: DAYS: DAYS: DAYS: DAYS:
I
I
* Amount with applicable sales tax included
I
All work, materials and measurements to be in accordance with the provisions of the original contract and/or the standard
specifications and special provisions for the type of construction involved. The payments and/or additional time specified and
agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work
described herein, including delays to the overall project.
I
I
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
I
CITY COUNCIL APPROVAL DATE:
I
I
N:\PWKS\LIGHT\ENGR\PROJECTS\CABLE INJECTION\2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT C
WARRANTY
N:\PWKS\LIGHT\ENGR\PROJECTS\CABLE INJECTION\2009
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERFICIO™ UNCONDITIONAL WARRANTY
After injection of a cable with Perficio™ 011 fluid for 25 years with Sustained
Pressure Rejuvenation (SPR), for 20 years with Unsustained Pressure Rejuvenation
(UPR) in Non-demanding Applications, or for 10 years for other cases, if the
Customer is not satisfied with the service delivery or performance, the Customer
will be provided a cash refund for all Injection-Related Customer Charges for the
treated Segment, as reflected in the Novinium Warranty Invoice, a copy of which is
attached to each invoice. This remedy is suspended for a period of 120 days after
the date of any Discouraged Cable Diagnostic Testing, or where explicitly waived by
the Customer, or if the cable was not Continuously Energized prior to injection.
To make a claim, the Customer shall provide Novinium with a completed Novinium
Warranty Claim form and a Novinium warranty tag, if it is easily available. The
warranty tag identifies the Segment of cable that has failed, or that is otherwise
unsatisfactory to the Customer. A Segment of cable is the length between two
terminations, and is identified with a unique 8-digit number at each termination
with a pair of Novinium warranty tags. For the first year of the warranty period, the
refund will be made by Novinium. After the first year and until the warranty period
has expired, the refund will be made by Novinium Warranty Trust (NWT). The claim
form and information about the irrevocable NWT is available at www.novinium.org.
THE SOLE AND EXCLUSIVE REMEDY OF THE CUSTOMER FOR WARRANTY CLAIMS
WILL BE A CASH REFUND EQUAL TO THE FULL ORIGINAL INSTALLATION PRICE
FOR THE NOVINIUM TECHNOLOGY SERVICES SUPPLIED. NOVINIUM SHALL NOT BE
LIABLE FOR ANY ADDITIONAL DAMAGES OR ANY INCIDENTAL OR CONSEQUENTIAL
DAMAGES FOR ANY CLAIMS, INCLUDING BUT NOT LIMITED TO BREACH OF
WARRANTY AND BREACH OF CONTRACT.
THIS WARRANTY AND EXCLUSIVE REMEDY ARE IN LIEU OF ANY AND ALL OTHER
WARRANTIES OR REMEDIES, WRITTEN OR UNWRITTEN, EXPRESS OR IMPLIED,
AND NOVINIUM HEREBY EXPRESSLY DISCLAIMS ANY OTHER EXPRESS WARRANTY
AND ANY IMPLIED WARRANTY OF fvlERCHANTABILITY OR OF FITNESS FOR A
PARTICULAR PURPOSE. NO EMPLOYEE OR AGENT OF NOVINIUM IS AUTHORIZED
TO GRANT ANY WARRANTY THAT IS GREATER OR DIFFERENT THAN THIS
WARRANTY.
NOTE: NOVINIUfvl requests that if the cable has experienced a dielectric failure, the
Customer supply the failed portion of the Segment to NOVINIUM for complimentary
failure analysis. This is only a request and not mandatory to complete the claim.
NOVINIUM uses the failure analysis to refine the Ultrinium rejuvenation chemistry
and injection process. See NRI 93, "Failure Sample Handling" for complete sample
handling best practices www.novinium.com/instructions.aspx.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ULTRINIUM™ UNCONDITIONAL WARRANTY
For 40 years after Sustained Pressure Rejuvenation (SPR) in all applications and for
25 years after Unsustained Pressure Rejuvenation (UPR) in Non-demanding
Applications of a cable with Ultrinium 732, if the Customer is not satisfied with the
service delivery or performance, the Customer will be provided a cash refund for all
Injection-Related Customer Charges for the treated Segment, as reflected in the
Novinium Warranty Invoice, available in the Novinium Injection Tracking System,
online at www.novinium.com/NITS.This remedy is suspended for a period of 120
days after the date of any Discouraged Cable Diagnostic Testing, or for a period of
120 days after the date of injection if the cable was not in Continuous Operation
prior to injection, or where explicitly waived by the Customer.
To make a claim, the Customer shall provide Novinium with a completed Novinium
Warranty Claim form and a Novinium@ warranty tag, if it is easily available. The
warranty tag identifies the Segment of cable that has failed, or that is otherwise
unsatisfactory to the Customer. A Segment of cable is the length between two
terminations, and is identified with a unique a-digit number at each termination
with a pair of Novinium warranty tags. For the first year of the warranty period, the
refund will be made by Novinium. After the first year and until the warranty period
has expired, the refund will be made by Novinium Warranty Trust (NWT). The claim
form and information about the irrevocable NWT is available at www.novinium.org.
THE SOLE AND EXCLUSIVE REMEDY OF THE CUSTOMER FOR WARRANTY CLAIMS
WILL BE A CASH REFUND EQUAL TO THE FULL ORIGINAL INSTALLATION PRICE
FOR THE NOVINIUM TECHNOLOGY SERVICES SUPPLIED. NOVINIUM SHALL NOT BE
LIABLE FOR ANY ADDITIONAL DAMAGES OR ANY INCIDENTAL OR CONSEQUENTIAL
DAMAGES FOR ANY CLAIMS, INCLUDING BUT NOT LIMITED TO BREACH OF
WARRANTY AND BREACH OF CONTRACT.
THIS WARRANTY AND EXCLUSIVE REMEDY ARE IN LIEU OF ANY AND ALL OTHER
WARRANTIES OR REMEDIES, WRITTEN OR UNWRITTEN, EXPRESS OR IMPLIED,
AND NOVINIUM HEREBY EXPRESSLY DISCLAIMS ANY OTHER EXPRESS WARRANTY
AND ANY IMPLIED WARRANTY OF MERCHANTABILITY OR OF FITNESS FOR A
PARTICULAR PURPOSE. NO EMPLOYEE OR AGENT OF NOVINIUM IS AUTHORIZED
TO GRANT ANY WARRANTY THAT IS GREATER OR DIFFERENT THAN THIS
WARRANTY.
NOTE: NOVINIUM requests that if the cable has experienced a dielectric failure, the
Customer supply the failed portion of the Segment to NOVINIUM for complimentary
failure analysis. This is only a request and not mandatory to complete the claim.
NOVINIUM uses the failure analysis to refine the rejuvenation chemistry and
injection process. See NRI 93, "Failure Sample Handling" at
www.novinium.com/instructions.aspx for complete sample handling best practices.