HomeMy WebLinkAbout000163 Original ContractI
I
1
PROJECT MANUAL
CABLE RESTORATION PHASE II
PROJECT NO. CL02 -2009
For information regarding this project, contact
Terry Dahlquist, City of Port Angeles
360- 417 -4702
for
CITY OF PORT ANGELES
WASHINGTON
FEBRUARY 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
City of Port Angeles
Record #000163
PROJECT MANUAL
1
1
Prepared by:
Project Engineer
for
CABLE RESTORATION PHASE II
PROJECT NO. CL02 -2009
pOR
OF /4 ..,411ppo u
It 1Lak.
1 e ll\
•0
OAK AN��
CITY OF PORT ANGELES
WASHINGTON
FEBRUARY 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
Reviewed by: Reviewed by:
Deputy Director City Attorney
PART I BIDDING REQUIREMENTS:
Page No(sZ,
Information for Bidders 1
Vicinity Map 3
Bidder's Checklist 5
Non Collusion Affidavit 7
Bid Form 9 -11
Contract 13 -18
Performance and Payment Bond 1 9
Certificate of Insurance (provided by bidder)
Technical Specifications 21-22
PART II ATTACHMENTS
A. Cable Segments
B. Forms
C. Clallam County Wage Rates
D. Sample Warranty
TABLE OF CONTENTS
CABLE RESTORATION PHASE II
PROJECT NO. CL02 -2009
I
1
1
I
This project requires the examination of approximately 13,000 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 project shall not exceed
$100,000.
LOCATION OF WORK
I
I All work shall be performed within the city limits of Port Angeles, Washington. Work
generally will be in the area approximately bounded by West Sixth Street, N Street,
West 10 Street, and M Street, as itemized in these specifications.
I ADDITIONAL REQUIREMENTS
I
1
1
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 5, 2010. 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 Streit.
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
I quotation amount, including sales tax, must be received by the City within
-1-
I
1
1
I
I
I
1
SCOPE OF WORK
INFORMATION FOR BIDDERS
CABLE RESTORATION PHASE II
Projects CL02 -2009
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.
10 working days from the contractor receiving written notice of award.
B. Before any payment is made to the contractor, an "Intent to Pay Prevailing
Wage on Public Works Contract" form must be on file with the Department
of Labor and Contractor must provide the Intent Number to the City.
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
all 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.
6. 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.
7. 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.
8. Lump sum bids shall be provided for the total anticipated costs to perform
injection in the cable segments itemized in the Bid Schedule. 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.
9. 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. Awards will be made on the basis of total evaluated cost to the City, including
warranty benefits. 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.
-2-
MO MI MN I MN OM I MI NM O MI NM MI MN MO
irniiS
NIPPON
PAPER
I'i',: 1411111SIift��
11�14u
1111101 1�!Illu AI■ ��rA�
MI N �IUluu IISNN r■
h mum union =i
PROJECT RE
it1N11
4 1 Elio
46, )■14
VICINITY MAP
EDIZ HOOK
PORT ANGELES HARBOR
44 4
Ater
0 ‘sii
%4
;c9i>
BIDDER'S CHECKLIST
1. Have the bid forms been properly signed?
2. Do the written amounts of the bid forms agree with the amounts shown in
figures?
3. Have you bid on all items?
4. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
Form?
5. Has the non collusion affidavit been properly executed?
6. Have you shown your contractor's state license number on the Bid Form?
7. Have you included a copy of a valid certificate of registration in compliance
with 18.27 RCW?
The following forms are to be executed after the Contract is awarded:
i
A. Contract To be executed by the successful bidder and the City.
B. Performance and Payment Bond To be executed on the form provided
by Owner, by the successful bidder and its surety company. To include
name, contact and ohone number. and address of surety and power of
attorney of sianatorv.
C. Insurance certificate(s).
I
I
I
I
I
1
I
I
I
1
I
I
I
I
I
I
I
I
I
STATE OF WASHINGTON
COUNTY OF Kent
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 him/her self an advantage over any other bidder y/r bidders.
Signature o 'Bidder /1ntractor
Subscribed and sworn to before me this 3rd day of March
Notary Public in and for t e
State of Washir3gton.
Residmg at
-s
2010
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
City of Port Angeles
CABLE RESTORATION PHASE II
Project No. CL02 -2009
BID FORM
PAGE 1 OF 3
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 Casualty Surety Willis of Oregon
S 'b e u Kruse Way Bldg 1 Agent
Lake Oswego, OR One SW Columbia Portland, OR
Surety address Agent Address
503 534 4297 Lynnette Harris 503 450 9789
Surety Contact and Phone Number Agent Contact and Phone
Number
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Bid Item
Bidder must bid on all bid items required to inject the cable segments
itemized in Attachment A, and may add or delete material from this Bid
Schedule 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 field additions or
deductions to estimated quantities. 1
Mobilization
TOR Testing per cable segment
Fluid Injection
15kV Extended Injection Elbow
Lug
Extended Lugs
Bi -Metal Compression Lug for #2
Labor Injection Crew
Riser Pole Injection Fitting
Injection Adapters
BID PRICE
Sales Tax (8 4
TOTAL BID
City of Port Angeles
CABLE RESTORATION PHASE II
Project No. CL02 -2009
BID FORM
PAGE 2 OF 3
Quantity Units
1
55
13445
102
80
8
16
Job
Ea
Ft
Ea
Unit Total
Price Price I I
000 0
Included rn labor
rate
4 90 65,880 50
100 00 10,200 00
Ea n/a
Ea n/a
Ea n/a
Hr 102 00 8,160 001
Ea n/a
Ea 50 00 800 00
85,040 50
7,143 40
92,183 90
WARRANTY PERIOD 40
years
City of Port Angeles
CABLE RESTORATION PHASE II
Project Nos. CL02 -2009
BID FORM
PAGE 3 OF 3
The bidder hereby acknowledges that it has received Addenda No(s). N/A
(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 South
(Street address)
Kent. WA. 98032
(City) (State)
Contractor Registration Number NOVINI *9470L
(Zip)
UBI Number: 602 336 525
Telephone No. 206 529 4828
WA State Industrial Insurance Account Number 103,234
WA State Employment Security Department Number: 313475 00 1
State Excise Tax Registration Number. 602 336 525
Signed by t
Title Q)/ ik),
Pnnted Name:
Date. March 3, 2010
1
1
This Contract is made and entered into in duplicate this day of M/4 2010, 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, in consideration of the terms, conditions, and agreements
contained herein, the parties hereto agree as follows:
1. Scone of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order
to accomplish the following project:
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 \LIGHT\ENGR \PROJECTS \CABLE INJECTION\2010
PUBLIC WORKS
CONTRACT
CABLE RESTORATION PHASE II
Project No. CL02 -2009
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
description of work by altering, adding to, or deducting from the work, or to add
correlated work not previously 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 Reauirements.
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.
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
N \PWKS \LIGHT\ENGR \PROJECTS \CABLE INJECTION\2010
a: Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
1
1
7. Insurance.
termination of this Contract.
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.
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.
ii. 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 10 01 or substitute
endorsements providing equivalent coverage.
iii. 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:
i. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
N \PWKS \LIGHT\ENGR \PROJECTS \CABLE INJECTION\2010
ii. 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.
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.
ii. 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.
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, defmitions, 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 \LIGHT\ENGR \PROJECTS \CABLE INJECTION\2010
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
overcharges to the City in accordance with the terms of this provision. The
Contractor further agrees to give the City immediate notice of the existence of any
such claim.
N \PWKS \LIGHT\ENGR \PROJECTS \CABLE INJECTION \2010
11. Manufacturer's Warranty
a. Manufacturer's standard warranty in Attachment D 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
Contractor 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, WA 98032
13. Interpretation and Venue.
City:
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:
Novinium, Inc. By-
By: 6
Mayor
C FO
Title: Approv as to Form:
City Attorney
N \PWKS \LIGHT\ENGR \PROJECTS \CABLE INJECTION\2010
b J L env s on behalf of the
Attest:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 98362 -0217
Ckite,a64,>#44_,
(J City Clerk
KNOW ALL MEN BY THESE PRESENTS
That we, the undersigned, NOVINIUM, INC. as Principal, and Travelers Casualty
and Surety Company of American corporation, organized and existing under the laws of the
State of#iSiea surety corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally
Id d f b and t the Ci of Port Angeles in the penal sum of S 92.183.90 Ninety Two
ity 'hree
t e n Q for the payment of which sum on demand we bind ourselves and our
successors, heirs, administrators or personal representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of
the City of Port Angeles.
Dated at Kent
The conditions of the above obligation are such that
WHEREAS, the City of Port Angeles has let or is about to let to the said Novinium, Inc
the above bounded Principal, a certain contract, the said contract being numbered CL02 -2009, and
providing for Cable Restoration Phase II (which contract is referred to herein and is made a part
hereof as though attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to
perform the work therein provided for in the manner and within the time set forth, now, therefore,
If the said Principal, Novinium. Inc. shall faithfully perform
all of the provisions of said contract in the manner and within the time therein set forth, or within such
extensions of time as may be granted under said contract, and shall pay all laborers, mechanics,
subcontractors and matenalmen, and all persons who shall supply said Principal or subcontractors with
provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port
Angeles harmless from any damage or expense by reason of failure of performance as specified in said
contract or from defects appearing or developing in the material or workmanship provided or performed
under said contract within a period of one year after its acceptance thereof by the City of Port Angeles,
then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and
effect
Signed this23rd day of March
Travelers Casualty and Surety
Company of America
By
Ly tte G. Harris
At orney —in —fact
Title
4000 Kruse Way P1. Bldg 1 #265
Lake Oswego OR 97035
Surety Address
Dan Lewis
503- 534 -4297
Surety Contact and Phone Number
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond 105419235
Washington, this23rd day of March 2010.
2010
17
Novinium, Inc.
Principal
By
C
Thousand
Title
Willis of Oregon
222 SW Columbia #600. Portland OR 97201
Agent Address
Lynette G. Harris
503 450 -9789 800 688 -4155
Agent Contact and Phone Number
1
J
TRAVELERSJ
Attorney -In Fact No.
KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance
Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and
Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty
Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under
the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin
(herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint
Lynette G Harris, and Kristin Renee Barsch
of the City of Portland State of Oregon their true and lawful Attorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in their business of the fidelity of persons, guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or permuted in any actions or proceedings allowed by law
IN WITNESS WHEREOF, the Compareshave caused this instrument to be, signed'andtheir`corporate seals to be hereto affixed, this
day of Jl y IIJJ
State of Connecticut
City of Hartford ss
218850
10th July 2009
On this the day of before me personally appeared George W Thompson, who acknowledged
himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters,
Inc St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety
Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer
In Witness Whereof, I hereunto set my hand and official seal
My Commission expires the 30th day of June, 2011
58440 -4 -09 Printed in U S A
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
POWER OF ATTORNEY
Farmington Casualty Company' y
Fidelity and Guaranty;Insurance`Company,
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
By
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 312 0 6 8 0
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
10th
Mane C Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance
Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authonty to one or more officers or employees of this Company, provided that each such delegation is in wnting and a copy
thereof is filed in the office of the Secretary, and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or wnting obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a wntten delegation of authonty, and it is
FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached
I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwnters, Inc St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and Umted'States Fideltyyand Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Compathe s ih -full force'and effect and has not been revoked
9 AA
affi
IN TESTIMONY WHEREOF, I have hereunto set my hand and the-seals of said"Companies this 23rd day of
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
J pt 1 N SUR
coo PORAt c^ t
Its SEAL
Kon M JohansckjAssistant Secretary`
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
March
2010
To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www travelersbond com Please refer to the Attorney -In -Fact number, the
above -named individuals and the details of the bond to which the power is attached
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SCOPE OF WORK
TECHNICAL SPECIFICATIONS
The project consists of evaluating cable condition and injecting insulation restoration
fluid in the City of Port Angeles, WA, 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 bare
concentric neutrals. Injection treatment shall be "Ultrinium" fluid supplied by Novinium,
Inc., or equal. Alternate fluids shall be submitted on separate bid forms. The City's
Project Engineer shall make the final determination of equality and suitability of
alternates.
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 splices and verifying proper flow is possible.
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) Providing all cable elbows and terminations, for installation by the City.
f) Initiating and maintaining flow of the dielectric fluid into the cable
segments and through the cable and splices.
g) Monitoring cables to assure that no leakage is occurring and that fluid
flows completely through the cable segment.
h) Recording of all reasonable data required by the City, including neutral
condition and splice location.
i) 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.
SAFETY
PAYMENT
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.
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.
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.
COMMENCEMENT OF WORK
The Contractor shall commence work under the contract within sixty (60) working
calendar days after Notice to Proceed is issued.
1
1
1
I
I
I
I
I
I
I
I
I
1
1
1
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 forty
years after treatment and that the treatment will not adversely affect or harm the City's
electric cable. Refer to attached sample warranty for desired criteria. Bids for alternate
processes with lesser warranty times may be submitted if the warranty period is clearly
indicated on the bid form.
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.
Existing cables are all direct burial. There may frequently be inadequate cable length in
pad mounted equipment to reterminate and still reach the connection bushings.
Contractor should include in the base bid price the cost of extended elbows to reach
transformer or switch cabinet bushings.
The Contractor will verify treatability of all phases in each segment prior to starting
injection. The Contractor shall notify the City's Project Engineer if any cable segments
are untreatable with the standard fluid specified. If a fluid with lesser warranty may be
used on those segments, the Engineer may approve the alternate treatment. If one
phase in any section is completely 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 to treat the cable segments described.
1
1
1
I
I
I
I
I
I
I
1
1
1
1
I
1
I
1
1
LOCATION CABLE CABLE SIZE -TYPE ESTIMATED CKT LOADBREAK POLE
NUMBER(S) LENGTH (FT) ELBOWS TERMINATIONS
Seamount Dr 73 3/0 ALCN DB 400 2
74 3/0 ALCN DB 267 2
77 4/0 ALCN DB 277 2
78 4/0 ALCN DB 184 2
79 4/0 ALCN DB 102 2
W 6th St
W 7th St
W 8th St
N St
CABLE SEGMENTS
80 4/0 ALCN DB 309 2
81 3/0 ALCN DB 320 1
82 3/0 ALCN DB 36 2
83 4/0 ALCN DB 210 1
191 3/0 ALCN DB 190 2
192 3/0 ALCN DB 60 2
193 3/0 ALCN DB 85 2
196 #2 ALCN DB 103 2
473 4/0 ALCN DB 116 2
474 4/0 ALCN DB 305 2
475 4/0 ALCN DB 343 2
726 4/0 ALCN DB 155 2
727 4/0 ALCN DB 354 2
463 4/0 ALCN DB 393 2
723 4/0 ALCN DB 157 2
724 4/0 ALCN DB 297 2
725 4/0 ALCN DB 178 1
1096 3/0 ALCN DB 404 2
80 4/0 ALCN DB 218 2
86 3/0 ALCN DB 157 2
12 4/0 ALCN DB 75 2
74 3/0 ALCN DB 267 2
1006 4/0 ALCN DB 319 1
1007 4/0 ALCN DB 174 2
1094 4/0 ALCN DB 142 2
78 3/0 ALCN DB 467 1
79 3/0 ALCN DB 450 2
80 3/0 ALCN DB 195 2
81 3/0 ALCN DB 171 2
82 3/0 ALCN DB 108 2
83 3/0 ALCN DB 60 2
WF 109323 -02
1
1
1
SUBTOTALS: 8048 67 5
1
1
1
WF 109323 -02
CABLE SEGMENTS CONTINUED
LOCATION CABLE CABLE SIZE -TYPE ESTIMATED CKT LOADBREAK POLE
NUMBER(S) LENGTH (FT) ELBOWS TERMINATIONS
Seabreeze PI 205 3/0 ALCN 96 2
206 3/0 ALCN 181 2
207 #2 ALCN 188 2
208 #2 ALCN 178 2
209 3/0 ALCN 703 2
210 3/0 ALCN 345 2
212 3/0 ALCN 306 2
217 3/0 ALCN 460 2
218 3/0 ALCN 460 2
12th N St 213 3/O ALCN 141 2
214 3/0 ALCN 163 2
215 3/0 ALCN 164 2
216 3/0 ALCN 650 2
504 4/0 ALCN 178 2
N St 12th to 10th 201 3/0 ALCN 70 1 1
202 3/0 ALCN 320 1 1
203 3/0 ALCN 320 1 1
204 3/0 ALCN 320 2
211 3/0 ALCN 154 2
TOTALS FROM SHEET 1: 8048 67 5
PROJECT TOTALS: 13445 102 8
Page 2 of 2
a
Project Name CABLE RESTORATION PHASE II Date
Contractor
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
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:
Item Descnption
No
1
2
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
DAYS
RFI
I DAYS I DAYS
Amount with applicable sales tax included
CONTRACT CHANGE ORDER (CCO) NO.
Project No. CL02 -2009
Qty Unit Cost Per Unit Cost Net Cost Adj Days
Ong I I I I I
Rev I I I I I I
Ong I I I I I I
Rev l I I I I
I DAYS I DAYS
All work, matenals and measurements to be in accordance with the provisions of the onginal 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
APPROVED BY: SIGNATURE: DATE:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
CONTRACTOR'S APPLICATION FOR PAYMENT
CABLE RESTORATION PHASE II
PROJECT NO. CL02 -2009
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of period]:
1
2
3
4
5
6
7
8
9
10
11
STATEMENT OF CONTRACT ACCOUNT
Original Contract Amount [Excluding Sales Tax]
Approved Change Order No(s). [Excluding Sales Tax]
Adjusted Contract Amount (1 +2)
Value of Work Completed to Date [per attached breakdown]
Material Stored on Site [per attached breakdown]
Subtotal (4 +5)
8.4% Sales Tax [at 8.3% of subtotal], As Applicable
Less Amount Retained [at 5% of subtotal]
Subtotal (6 +7 -8)
Total Previously Paid [Deduction]
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
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:
SUBSCRIBED AND SWORN to before me this day of 20
APPROVAL:
Project Manager
City Engineer
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
ATTACHMENT C
WASHINGTON STATE PREVAILING WAGE RATES
FOR CLALLAM COUNTY
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 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $40 03 1H 5D
BOILERMAKERS
JOURNEY LEVEL $56 53 1C 5N
BRICK MASON
BRICK AND BLOCK FINISHER $39 49 1M 5A
JOURNEY LEVEL $46 35 1M 5A
BUILDING SERVICE EMPLOYEES
JANITOR $8 55 1
SHAMPOOER $8 97 1
WAXER $8 97 1
WINDOW CLEANER $13 22 1
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14 67 1
CARPENTERS
ACOUSTICAL WORKER $48 60 1H 5D
BRIDGE, DOCK AND WARF CARPENTERS $48 47 1H 5D
CARPENTER $48 47 1H 5D
CREOSOTED MATERIAL $48 57 1H 5D
DRYWALL APPLICATOR $48 74 1H 5D
FLOOR FINISHER $48 60 1H 5D
FLOOR LAYER $48 60 1H 5D
FLOOR SANDER $48 60 1H 5D
MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D
SAWFILER $48 60 1H 5D
SHINGLER $48 60 1H 5D
STATIONARY POWER SAW OPERATOR $48 60 1H 5D
STATIONARY WOODWORKING TOOLS $48 60 1H 5D
CEMENT MASONS
JOURNEY LEVEL $40 03 1H 5D
DIVERS TENDERS
DIVER $100 28 1M 5D 8A
DIVER ON STANDBY $56 68 1M 5D
DIVER TENDER $52 23 1M 5D
SURFACE RCV ROV OPERATOR $52 23 1M 5D
SURFACE RCV ROV OPERATOR TENDER $48 85 1B 5A
DREDGE WORKERS
ASSISTANT ENGINEER $49 57 1T 5D 8L
ASSISTANT MATE (DECKHAND) $49 06 IT 5D 8L
BOATMEN $49 57 IT 5D 8L
ENGINEER WELDER $49 62 1T 5D 8L
Page 1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LEVERMAN, HYDRAULIC $51 19 1T 5D 8L
MAINTENANCE $49 06 1T 5D 8L
MATES $49 57 1T 5D 8L
OILER $49 19 1T 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $48 79 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9 37 1
ELECTRICIANS INSIDE
CABLE SPLICER $61 95 2W 5L
CABLE SPLICER (TUNNEL) $66 57 2W 5L
CERTIFIED WELDER $59 85 2W 5L
CERTIFIED WELDER (TUNNEL) $64 25 2W 5L
CONSTRUCTION STOCK PERSON $31 83 2W 5L
JOURNEY LEVEL $57 74 2W 5L
JOURNEY LEVEL (TUNNEL) $61 95 2W 5L
ELECTRICIANS MOTOR SHOP
CRAFTSMAN $15 37 2A 6C
JOURNEY LEVEL $14 69 2A 6C
ELECTRICIANS POWERLINE CONSTRUCTION
CABLE SPLICER $59 79 4A 5A
CERTIFIED LINE WELDER $54 59 4A 5A
GROUNDPERSON $39 07 4A 5A
HEAD GROUNDPERSON $41 22 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A
JACKHAMMER OPERATOR $41 22 4A 5A
JOURNEY LEVEL LINEPERSON $54 59 4A 5A
LINE EQUIPMENT OPERATOR $46 32 4A 5A
POLE SPRAYER $54 59 4A 5A
POWDERPERSON $41 22 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12 07 1
ELEVATOR CONSTRUCTORS
MECHANIC $67 91 4A 6Q
MECHANIC IN CHARGE $73 87 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13 50 1
FENCE ERECTORS
FENCE ERECTOR $9 96 1
FLAGGERS
JOURNEY LEVEL $33 93 1H 5D
GLAZIERS
JOURNEY LEVEL $48 61 1Y 5G
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $50 28 15 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16 00 1
HOD CARRIERS MASON TENDERS
JOURNEY LEVEL $41 28 1H 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15 65 1
Page 2
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL 24 1
INLAND BOATMEN
CAPTAIN $59 22 1
COOK $34 81 1
DECKHAND $34 52 1
ENGINEER /DECKHAND $58 62 1
MATE, LAUNCH OPERATOR $50 20 1
INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9 73 1
GROUT TRUCK OPERATOR $11 48 1
HEAD OPERATOR $12 78 1
TECHNICIAN $8 55 1
TV TRUCK OPERATOR $10 53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20 50 1
IRONWORKERS
JOURNEY LEVEL $54 27 10 5A
LABORERS
ASPHALT RAKER $41 28 1H 5D
BALLAST REGULATOR MACHINE $40 03 1H 5D
BATCH WEIGHMAN $33 93 1H 5D
BRUSH CUTTER $40 03 1H 5D
BRUSH HOG FEEDER $40 03 1H 5D
BURNERS $40 03 1H 5D
CARPENTER TENDER $40 03 1H 5D
CASSION WORKER $41 28 1 H 5D
CEMENT DUMPER/PAVING $40 77 1H 5D
CEMENT FINISHER TENDER $40 03 1H 5D
CHANGE -HOUSE MAN OR DRY SHACKMAN $40 03 1H 5D
CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D
CHOKER SETTER $40 03 1H 5D
CHUCK TENDER $40 03 1 H 50
CLEAN -UP LABORER $40 03 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D
CONCRETE FORM STRIPPER $40 03 1H 5D
CONCRETE SAW OPERATOR $40 77 1H 5D
CRUSHER FEEDER $33 93 1H 5D
CURING LABORER $40 03 1H 5D
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D
DITCH DIGGER $40 03 1H 5D
DIVER $41 28 1 H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D
DRILL OPERATOR, AIRTRAC $41 28 1H 5D
DUMPMAN $40 03 1H 5D
EPDXY TECHNICIAN $40.03 1H 5D
EROSION CONTROL WORKER $40 03 1H 5D
FALLER/BUCKER, CHAIN SAW $40 77 1H 5D
FINAL DETAIL CLEANUP (i e dusting, vacuuming, window cleaning, NOT $30 84 1H 5D
construction debris cleanup)
Page 3
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
FINE GRADERS $40 03 1H 5D
FIRE WATCH $33 93 1H 5D
FORM SETTER $40 03 1H 5D
GABION BASKET BUILDER $40 03 1H 5D
GENERAL LABORER $40 03 1H 5D
GRADE CHECKER TRANSIT PERSON $41 28 1H 5D
GRINDERS $40 03 1H 5D
GROUT MACHINE TENDER $40 03 1H 5D
GUARDRAIL ERECTOR $40 03 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 5D
HIGH SCALER $41 28 1H 5D
HOD CARRIER/MORTARMAN $41 28 1H 5D
JACKHAMMER $40 77 1H 5D
LASER BEAM OPERATOR $40 77 1H 5D
MANHOLE BUILDER MUDMAN $40 77 1H 5D
MATERIAL YARDMAN $40 03 1H 5D
MINER $41 28 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 11-i 5D
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $40 77 1H 5D
PILOT CAR $33 93 1H 5D
PIPE POT TENDER $40 77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $40 77 1H 5D
PIPELAYER CAULKER $40 77 1H 5D
PIPELAYER CAULKER (LEAD) $41 28 1H 5D
PIPEWRAPPER $40 77 1H 5D
POT TENDER $40 03 1H 5D
POWDERMAN $41 28 1H 5D
POWDERMAN HELPER $40 03 1H 5D
POWERJACKS $40 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $40 77 1H 5D
RE- TIMBERMAN $41 28 1H 5D
RIPRAP MAN $40 03 11-I 5D
RODDER $40 77 1H 5D
SCAFFOLD ERECTOR $40 03 1H 5D
SCALE PERSON $40 03 1H 5D
SIGNALMAN $40 03 1H 5D
SLOPER (OVER 20 $40 77 1H 5D
SLOPER SPRAYMAN $40 03 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 5D
SPREADER (CONCRETE) $40 77 1H 5D
STAKE HOPPER $40 03 1H 5D
STOCKPILER $40 03 1H 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $40 77 1H 5D
TAMPER (MULTIPLE SELF PROPELLED) $40 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $40 03 1H 5D
TOPPER- TAILER $40 03 1H 5D
TRACK LABORER $40 03 1H 5D
TRACK LINER (POWER) $40 77 1H 5D
Page 4
I
1
I
I
I
I
1
I
I
I
I
I
I
1
1
I
I
I
1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $40 03 1H 5D
TUGGER OPERATOR $40 77 1H 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40 03 1H 5D
VIBRATOR $40 77 1H 5D
VINYL SEAMER^ $40 03 1H 5D
WELDER $40 03 1H 5D
WELL -POINT LABORER $40 77 1H 5D
LABORERS UNDERGROUND SEWER WATER
GENERAL LABORER TOPMAN $40 03 1H 5D
PIPE LAYER $40 77 1H 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $12 89 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12 89 1
LANDSCAPING OR PLANTING LABORERS $12 89 1
LATHERS
JOURNEY LEVEL $48 74 1H 5D
MARBLE SETTERS
JOURNEY LEVEL $46 35 1M 5A
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15 16 1
LABORER $11 13 1
MACHINE OPERATOR $10 66 1
PAINTER $11 41 1
MODULAR BUILDINGS
JOURNEY LEVEL $8 55 1
PAINTERS
JOURNEY LEVEL $21 86 1
PLASTERERS
JOURNEY LEVEL $25 83 1
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $8 55 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $66 44 1G 5A
POWER EQUIPMENT OPERATORS
ASPHALT PLANT OPERATOR $50 39 1T 5D 8P
ASSISTANT ENGINEERS $47 12 1T 5D 8P
BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P
TONS
BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P
METRIC TONS
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P
BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P
BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P
BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P
BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P
BOBCAT (SKID STEER) $47 12 1T 5D 8P
BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P
BROOMS $47 12 1T 5D 8P
BUMP CUTTER $49 90 1T 5D 8P
CABLEWAYS $50 39 1T 5D 8P
CHIPPER $49 90 1T 5D 8P
Page 5
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
COMPRESSORS $47 12 1T 5D 8P
CONCRETE FINISH MACHINE LASER SCREED $47 12 1T 5D 8P
CONCRETE PUMPS $49 48 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 1T 5D 8P
METERS
CONVEYORS $49 48 1T 5D 8P
CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P
CRANE, FRICTION OVER 200 TONS $52 07 1T 5D 8P
CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P
CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P
WITH ATACHMENTS)
CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P
WITH ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P
CRANES, A- FRAME, OVER 10 TON $49 48 1T 5D 8P
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52 07 1T 5D 8P
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49 90 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50 39 1T 5D 8P
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 1T 5D 8P
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 94 1T 5D 8P
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51 51 1T 5D 8P
CRUSHERS $49 90 1T 5D 8P
DECK ENGINEER /DECK WINCHES (POWER) $49 90 1T 5D 8P
DERRICK, BUILDING $50 39 1T 5D 8P
DOZER, QUAD 9, 0 -10, AND HD-41 $50 39 1T 5D 8P
DOZERS, D -9 UNDER $49 48 1T 5D 8P
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P
DRILLING MACHINE $49 90 1T 5D 8P
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P
EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P
FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P
FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P
GRADE ENGINEER $49 90 1T 5D 8P
GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P
GUARDRAIL PUNCH $49 90 1T 5D 8P
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P
HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 IT 5D 8P
HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 1T 5D 8P
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 1T 5D 8P
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P
LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P
LOCOMOTIVES, ALL $49 90 1T 5D 8P
MECHANICS, ALL $50 94 1T 5D 8P
MIXERS, ASPHALT PLANT $49 90 1T 5D 8P
MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P
Page 6
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
MOTOR PATROL GRADER (NON- FINISHING) $49 48 1T 5D 8P
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50 39 1T 5D 8P
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P
OPERATOR
PAVEMENT BREAKER $47 12 1T 5D 8P
PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P
PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P
POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P
POWER PLANT $47 12 1T 5D 8P
PUMPS, WATER $47 12 1T 5D 8P
QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P
EQUIP
RIGGER AND BELLMAN $47 12 1T 5D 8P
ROLLAGON $50 39 1T 5D 8P
ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P
ROTO -MILL, ROTO- GRINDER $49 90 1T 5D 8P
SAWS, CONCRETE $4948 1T 5D 8P
SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P
SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P
OFF -ROAD EQUIPMENT (UNDER 45 YARDS)
SHOTCRETE GUNITE $47 12 1T 5D 8P
SLIPFORM PAVERS $50 39 1T 5D 8P
SPREADER, TOPSIDER SCREEDMAN $50 39 1T 5D 8P
SUBGRADE TRIMMER $49 90 1T 5D 8P
TOWER BUCKET ELEVATORS $49 48 1T 5D 8P
TRACTORS, (75 HP UNDER) $49 48 1T 5D 8P
TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P
TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P
TRENCHING MACHINES $49 48 1T 5D 8P
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49 48 IT 5D 8P
TRUCK CRANE OILER/DRIVER (100 TON OVER) $49 90 1T 5D 8P
TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P
WELDER $50 39 1T 5D 8P
WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P
YO YO PAY DOZER $49 90 1T 5D 8P
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $40 79 4A 5A
SPRAY PERSON $38 73 4A 5A
TREE EQUIPMENT OPERATOR $39 25 4A 5A
TREE TRIMMER $36 50 4A 5A
TREE TRIMMER GROUNDPERSON $27 55 4A 5A
REFRIGERATION AIR CONDITIONING MECHANICS
MECHANIC $27 68 1
RESIDENTIAL BRICK MASON
JOURNEY LEVEL $46.35 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17 85 1
Page 7
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25 63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18 00 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27 78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $20 05 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9 86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $17 76 1
RESIDENTIAL MARBLE SETTERS
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL PAINTERS
JOURNEY LEVEL $20 00 1
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL $14 60 1
RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS
JOURNEY LEVEL $62 56 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $21 82 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19 67 1
RESIDENTIAL STONE MASONS
JOURNEY LEVEL $46 35 1M 5A
RESIDENTIAL TERRAZZO WORKERS
JOURNEY LEVEL $8 55 1
RESIDENTIAL TERRAZZO/TILE FINISHERS
JOURNEY LEVEL $8 55 1
RESIDENTIAL TILE SETTERS
JOURNEY LEVEL $18 29 1
ROOFERS
JOURNEY LEVEL $29 05 1
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $59 32 1E 6L
SHIPBUILDING SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT FROST INSULATOR $50 28 18 5J
LABORER $1216 1
MACHINIST $17 16 1
SHIPFITTER $14 66 1
WELDER /BURNER $14 66 1
SIGN MAKERS INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19 29 1
SIGN MAKERS INSTALLERS (NON- ELECTRICAL)
JOURNEY LEVEL $1215 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $3919 2X 5A
Page 8
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
1
CLALLAM COUNTY
EFFECTIVE 3 -03 -2010
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10 31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $22 59 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13 23 1
STONE MASONS
JOURNEY LEVEL $46 35 1M 5A
STREET AND PARKING LOT SWEEPER WORKERS
JOURNEY LEVEL $16 00 1
SURVEYORS
CHAIN PERSON $9 35 1
INSTRUMENT PERSON $11 40 1
PARTY CHIEF $13 40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34 09 1E 5A
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER $32 27 2B 5A
HOLE DIGGER /GROUND PERSON $18 10 2B 5A
INSTALLER (REPAIRER) $30 94 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A
SPECIAL APPARATUS INSTALLER I $32 27 2B 5A
SPECIAL APPARATUS INSTALLER II $31 62 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32 27 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A
TELEVISION GROUND PERSON $17 18 2B 5A
TELEVISION LINEPERSON /INSTALLER $22 73 2B 5A
TELEVISION SYSTEM TECHNICIAN $27 09 2B 5A
TELEVISION TECHNICIAN $24 35 2B 5A
TREE TRIMMER $30 02 2B 5A
TERRAZZO WORKERS
JOURNEY LEVEL $45 26 1M 5A
TILE SETTERS
JOURNEY LEVEL $45 26 1M 5A
TILE, MARBLE TERRAZZO FINISHERS
FINISHER $39 09 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $38 90 1K 5A
TRUCK DRIVERS
ASPHALT MIX TO 16 YARDS) $45 63 1T 5D 8L
ASPHALT MIX (OVER 16 YARDS) $46 47 1T 5D 8L
DUMP TRUCK $20 23 1
DUMP TRUCK TRAILER $20 23 1
OTHER TRUCKS $46 47 1T 5D 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60 1
OILER $9 45 1
WELL DRILLER $11 60 1
Page 9
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
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.
1 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
A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE 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
C THE FIRST 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 OTHER
OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE EIGHT (8) HOUR WORKWEEK DAY OR A FOUR TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL 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 FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
F THE FIRST 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 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 HOURLY RATE OF WAGE
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, 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
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 IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES 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
J. THE FIRST 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 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 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 HOURLY RATE OF WAGE
M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID AT ONE 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 SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE 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
O THE FIRST 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 PAID AT DOUBLE THE HOURLY RATE OF
WAGE
P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
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
1
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-2-
1 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 SATURDAY 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 PAID AT TWO AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
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
HOURS WORKED ON HOLIDAYS AND 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 HOURLY RATE OF WAGE.
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 SATURDAYS 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 SATURDAY TO 6.00 AM MONDAY AND HOLIDAYS SHALL
BE PAID 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
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID 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
V. ALL HOURS WORKED ON 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
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
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 SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
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 APROVAL 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
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
2 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
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 SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
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
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-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 HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
E ALL HOURS WORKED ON SATURDAYS 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 PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY 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
2 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
PAID AT TWO TIMES THE HOURLY RATE OF WAGE
J 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 AT ONE 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 PAID 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 AT ONE 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,
EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL
BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY.
T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS
RATE SHALL INCLUDE HOLIDAY PAY
U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE
ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE 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
I
I
I
I
I
I
I
I
I
I
I
I
I
1
1
I
I
1
I
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-4-
W 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
HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY
THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT
ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND
SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
X ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M. AND ALL HOURS
ON SATURDAYS SHALL BE PAID AT ONE 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
4A. 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
5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
B HOLIDAYS. 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 HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
F HOLIDAYS NEW YEAR'S DAY, MARTIN, LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11)
G. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
I. HOLIDAYS 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)
K HOLIDAYS 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)
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)
M. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS
DAY (9).
N HOLIDAYS 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
HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-5-
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,
DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2)
5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T. PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (9)
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)
PAID HOLIDAYS SIX (6) PAID HOLIDAYS
W PAID HOLIDAYS NINE (9) PAID HOLIDAYS
X. HOLIDAYS 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)
Y HOLIDAYS 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 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9)
C 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)
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 (11)
G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11)
H. PAID HOLIDAYS' NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, 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 CHRISTMAS DAY (7)
J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A
FLOATING HOLIDAY (9)
L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING 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 HOLIDAY_
PRESIDENTS' DAY
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8
T.
U
V
W
X
Y
Z.
BENEFIT CODE KEY EFFECTIVE 03 -03 -2010
-6-
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)
HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9)
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
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)
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, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
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)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE
PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE
FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY.
NOTE CODES
A 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' $2 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $3 00 PER FOOT FOR EACH FOOT OVER 100 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
C IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH
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 150 FEET
OVER 200' DIVERS MAY NAME THEIR OWN PRICE
D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL
L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS
B $0 50, AND LEVEL C $0 25
M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS
LEVELS C D $0 50
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS
B $0 75, LEVEL C $0 50, AND LEVEL D• $0 25
P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS
CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50
PREMIUMS APPLY TO
1 00 PER HOUR.
LEVEL A. $0 75, LEVEL
LEVELS A B $1 00,
LEVEL A $1 00, LEVEL
CLASS A SUIT $2 00,
ULTRINIUMF"' 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 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.ora.
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.asox for complete sample handling best practices.