Loading...
HomeMy WebLinkAbout5154 RESOLUTION NO. 5 1 5 4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING THE MAYOR TO AWARD AND EXECUTE AN AGREEMENT WITH FERGUSON WATERWORKS FOR IMPLEMENTATION OF CONTRACT NUMBER 15-11 FOR PROJECT CP1317, METER AND BILLING SYSTEM IMPROVEMENTS PROJECT WHEREAS, the City desires to improve its meter reading and billing efficiency; and WHEREAS, the City Council of the City of Auburn has reviewed the meter and billing system improvements using advanced metering infrastructure (AMI) project; and WHEREAS, the City of Auburn and Ferguson Waterworks have negotiated a contract for automated meter reading software and equipment installation, with terms acceptable to the parties. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN, KING COUNTY, WASHINGTON, HEREBY RESOLVES as follows: Section 1. The Mayor of the City of Auburn is hereby authorized to execute an Agreement between the City of Auburn and Ferguson Waterworks for Project Number CP1317, Contract Number 15-11, Meter and Billing System Improvements Project, which agreement shall be in substantial conformity with contract attached hereto as Exhibit "A" and incorporated herein by this reference. Section 2. The Mayor is hereby authorized to implement such administrative procedures as may be necessary to carry out the directives of this legislation. -------------------------------------- Resolution No. 5154 June 29, 2015 Page 1 of 1 :1 Section 3. This resolution shall be in full force and effect upon passage and signatures hereon. r� Dated and Signed this 3 day of 2015. CITY OF AUBURN I I--H Q�=� ANCY BA S, MAYOR ATTEST: Da Ile E. Daskam, City Clerk APP VED TO FORM: iel B. eid, i y Attorney -------------------------------------- Resolution No. 5154 June 29, 2015 Page 2 of 2 CITY OF *_ Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 August 25, 2015 CERTIFIED MAIL RETURN RECEIPT REQUESTED Ferguson Enterprises, Inc. dba Ferguson Waterworks 24025 Snohomish Woodinville Road Woodinville, WA 98072 NOTICE TO PROCEED RE: Project No. CP1317, Water Utility Meter & Billing System Improvements, Contract #15-11 You are hereby notified to proceed with the work on the above-referenced project, within the time period specified, in accordance with the provisions of the contract documents, copy enclosed. The term of this Contract shall commence on the Effective Date of the Contract, August 20, 2015, and continue until December 31, 2017, as set forth in the Contract Schedule, unless terminated earlier pursuant to the provisions of Subsection 1.4 of the Contract. If you have any questions, please contact the Project Manager for the project, Susan Fenhaus, Water Utility Engineer, at 253-804-5061 or the Contract Administration Specialist Supervisor, JoAnne Andersen at 253-931-3012. Sincerely, Ingrid G ub Asst. Dir or of Engineering/City Engineer Community Development & Public Works Department IG/as Enclosure cc: Dani Daskam, City Clerk Susan Fenhaus, Water Utility Engineer Lisa D. Tobin, Utilities Engineering Manager File 13.11 Project# (CP1317) AUBURN * MORE THAN YOU IMAGINED * THAN YOUIMAGINO) OFERGUSONO Waterworks a WOLSELEY company City of Auburn AMI System Contract Documents Acib`F * - Nancy Backus, Mayor - WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov 253-931-3000 August 7, 2015 Thomas Erickson Ferguson Waterworks 24025 Snohomish-Woodinville Road Woodinville, WA 98072 RE: Award of Contract No. 15-11 Project No. Cp1317, Water Utility Meter& Billing System Improvements Letter of Award Dear Mr. Erickson: The City Council, at their meeting on August 3, 2015 approved award of the project to your firm. Resolution No. 5154 authorizes the Mayor to execute the agreement with Ferguson Waterworks. The total award amount including Washington State sales tax is $5,931,811.86. This letter serves as your notification of award for the subject project. Please execute and return the following contract documents and other required information to the attention of JoAnne Andersen, Contracts Administration Specialist Supervisor, within seven (7) calendar days after receiving this letter of award: a) Contract, in triplicate. b) Contract Bond, in duplicate. c) Power of Attorney for your bonding company, in duplicate. d) Certificate(s) of insurance naming the City of Auburn as additional insured, in duplicate, for all required insurance coverage's. Please include the Contract Number, Project Number and Project Name on the certificate(s). e) Escrow Agreement for Retainage Declined, in duplicate. A project Kick-Off Meeting will be scheduled at a later date. A Notice to Proceed will be issued within five working days of the contract execution date, which is the date the contract has been fully executed by the City. AUBURN * MORE THAN YOU IMAGINED Ferguson Waterworks August 7, 2015 Page 2 of 2 If you do not have a current Business License to work in the City of Auburn, an application has been included and should be returned to the Customer Service Center, One East Main Street, Auburn, as soon as possible. All subcontractors and lower tier subcontractors working on the project must also have a City of Auburn Business License. Please contact me at 253.804.5061 or JoAnne Andersen, Contracts Administration Specialist Supervisor, at 253.931.3012 if you have any questions. Sincerely, Susan Fenhaus, P.E. Water Utility Engineer Community Development & Public Works Dept. SF/ja/mt Enclosure cc: Dani Daskam, City Clerk File 13.11 (CP1317) Ferguson Waterworks August 7, 2015 Page 2 of 2 If you do not have a current Business License to work in the City of Auburn, an application has been included and should be returned to the Customer Service Center, One East Main Street, Auburn, as soon as possible. All subcontractors and lower tier subcontractors working on the project must also have a City of Auburn Business License. Please contact me at 253.804.5061 or JoAnne Andersen, Contracts Administration Specialist Supervisor, at 253.931.3012 if you have any questions. Sincerely, Susan Fenhaus, P.E. l Water Utility Engineer Community Development & Public Works Dept. SF/ja/mt Enclosure cc: Dani Daskam, City Clerk File 13.11 (CP1317) Automated Meter Infrastructure System Equipment and Services Contract Between City of Auburn and Ferguson CONTRACT Contract No. 15-11 THIS CONTRACT ("Contract") by and between City of Auburn, Washington ("City"), a municipal corporation, and Ferguson Enterprises, Inc. aka Ferguson Waterworks, a registered contractor in the State of Washington, Contractor No. FERGUE1976RW with a place of business at 24025 Woodinville Snohomish Road in Woodinville, WA 98072 ("Ferguson" or"Supplier") (individually a"Party" and collectively the "Parties") is effective upon the later date of execution of this Contract by the City and Supplier("Effective Date"). WITNESSETH: WHEREAS, the Supplier has represented to the City it has the specialized expertise and experience necessary to properly provide the Equipment and Implementation Services for a fully functioning Automated Meter Infrastructure (AMI) System, as further defined and required by this Contract, in a timely manner and that its proposal includes all of the functions and features required for the Equipment and Implementation Services; and WHEREAS, the City has accepted the Supplier's offer to provide the Equipment and Implementation Services in accordance with the Contract Documents as defined herein; NOW THEREFORE, in consideration of the terms and conditions set forth herein, the Parties agree as follows: Ferguson shall supply and the City shall purchase a complete system as described in this Contract, the Attachments, and other documents referenced herein and incorporated in this Contract-by-reference as if full restated herein. The terms and conditions of this Contract are set forth in the following Contract Documents,each of which is attached hereto and are made part of the Contract by this reference in the following order of precedence: Future Contract Amendments/Change Orders; This Contract Contract Attachments; 1 Automated Meter Infrastructure System Equipment and Services Contract Between;City of Auburn and Ferguson City of Auburn Ferguson Enterprises, Inc. 99 & -mod, /).. Nancy B c s, Mayor NAME, TITLE CtAe_.,t-, rf Date Signed: $• •�,�1 Date Signed: I -- ATTEST: Nt- ��Danielle E, Daskam, City Clerk` APPROVED AS 0 FORM iel B. Heid, 'ty At orney 2 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson CONTRACT Contract No. 15-11 TABLE OF CONTENTS DEFINITIONS OF WORDS AND TERMS SECTION 1, STANDARD CONTRACTUAL TERMS AND CONDITIONS SECTION 2, ADDITIONAL CONTRACT TERMS AND CONDITIONS SECTION 3. INSURANCE REQUIREMENTS SECTION 4, SPECIFICATIONS SECTION 5. ADD/DEDUCT PRICING SECTION 6, PERMITS AND LICENSES ATTACHMENT A SCOPE OF SERVICES ATTACHMENT B PRICING MATRIX ATTACHMENT C SENSUS AMI BASE TERMS ATTACHMENT D CONTRACT SCHEDULE ATTACHMENT E EQUIPMENT WARRANTY ATTACHMENT F INSURANCE CERTIFICATIONS AND ENDORSEMENTS ATTACHMENT G CONTRACT BOND ATTACHMENT H PREVAILING WAGE RATES 3 Automated Meter Infrastructure System Equipment and Services Contract Between,City of Auburn and Ferguson DEFINITION OF WORDS AND TERMS Words and terms shall be given their ordinary and usual meanings. Where used in the Contract Documents, the following words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine,feminine and neuter of the words and terms. Acceptance or Accepted: Written documentation of the City's determination that the Supplier's work has been completed in accordance with the Contract. AMI: Automated Meter Infrastructure, For purpose of these Contract Documents, this refers to the AMI system provided by Sensus Metering Systems, consisting of all FlexNet system components, tower gateway base stations, regional network interface, meter transmitters, installation tools and equipment, licensed software(including Sensus' Logic), and all other related components. Available Meter: A City meter connected to a fully functioning meter transmitter(also known as an endpoint or SmartPoint), that is used in calculating the read rate during a Billing Window. An available meter satisfies all of the following criteria: a. It is installed in compliance with the procedures and specifications approved by and provided to the City in writing by the Supplier. b. It functions properly, is not damaged, and does not fail to transmit meter reading information during a Billing Window. c. It is serviced by a TGB, FNP, or other network equipment that has not been subjected to a power failure greater than eight(8) continuous hours during a Billing Window. d. Neither it, nor the TGB, FNP, or any other network equipment that serves that meter has been affected by a Force Majeure event. e. Interference or jamming of the radio spectrum is not preventing or interfering with radio communication to or from the meter transmitter, provided the Supplier is diligently working to effect a cure and provides a weekly status report. f. It is installed in a mutually agreed upon coverage area of the City, as defined in the Supplier's propagation study. g. It has not been reported by the City under the maintenance service agreement with the Supplier, unless the Parties agree that the reason for the report was resolved before the Billing Window opened or that the meter is functioning normally. h. Its functioning or performance has not been adversely affected by a failure of the City to perform its obligations or tasks for which it is responsible, or to properly maintain network equipment owned by the City. Billing Window: A three to four day period beginning one to two days prior to, and ending two days following,the City's preferred billing day for a particular meter. Change Documentation: A written document agreed upon by the Supplier and the City,which if it creates a 4 Automated Meter Infrastructure System Equipment and Services Contract Between:Cltyof Aubum and Ferguson material change to the Contract terms or Specifications shall be executed as a Change Order. Change Order: A written change to the Contract modifying, deleting or adding to the terms, conditions, or scope of work, signed by the City and the Supplier with or without notice to the sureties. Commissioning Period: The period beginning with training and concluding with performance testing and final acceptance. Contract or Contract Documents: The writings and drawings embodying the legally binding obligations between the City and the Supplier for completion of the Work under the Contract. Contract Price: The total amount payable by the City to the Supplier for performance of the Work in accordance with the Contract. Contract Schedule. The schedule for the Supplier's provision of the Equipment and Services, and attached as Attachment D. Contract Time: The total time for the Supplier to perform the Work as set out in the Contract Schedule. Day: Calendar day. Cam: City of Auburn, as the party contracting with the Supplier to receive the Equipment and Services or the Work under this Contract. Documentation: Technical publications relating to the use of the software or services to be provided by the Supplier under this Contract, such as reference, user, installation,systems administration and technical guides, delivered by the Supplier to the City. Equipment and Implementation Services: The furnishing of materials, equipment, custom software, consulting, design, labor, time and effort by the Supplier during the installation and initial operation of the supplied AMI system during the contract term. Ferguson or The Supplier: The corporation contracting with the City to provide the Equipment and Services or perform the Work under this Contract. Final Acceptance: The date as of when the City acknowledges that the Supplier has performed the Work through installation as defined in Section 2.10 herein. FlexNet: The AMI system provided by Sensus Metering Systems. FlexNet Network Portal (FNP): Also referred to as a repeater. A pole-mounted unit with simple store and forward capability that communicates directly to a TGB. Force Majeure: Means an event that is unforeseeable as of the Effective Date and that is beyond the reasonable control of the Supplier and the City and is limited to: Natural disasters declared by the governor of Washington or President of the United States, 5 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson including but not limited to earthquakes; • Acts or omissions of any government entity acting within its governmental capacity; • Fire or other casualty for which the Supplier or its Subcontractors and/or suppliers are not responsible; • Quarantine or epidemic; • Strike or defensive lockout; • Inability to obtain materials, including delays of carriers, contractors, or suppliers, and • Unusually Severe Weather Conditions, Meter Transmitter: Also referred to as a transmitter unit, an endpoint, or a Sensus SmartPoint. The radio transmitter installed at a given meter location to transmit information from the meter register to the FlexNet system. Person: Includes individuals, associations, firms, companies, corporations, partnerships, and joint ventures. Project Manager; The individual designated by the City or the Supplier, as applicable, to manage the project on a daily basis and who may represent the City or the Supplier respectively for Contract administration. Provide: Furnish without additional charge. RCW: The Revised Code of Washington. Regional Network Interface (RNI): Equipment and Sensus' Logic software used to gather, store, and report data collected from meter transmitters and TGBs that are part of the FlexNet system. The Logic software operates on the RN I. Scope of Work: The Scope of Work to be completed by Ferguson is defined in the Contract Documents referenced herein including but not limited to Attachment A Scope of Services. Ferguson agrees to provide and deliver a complete Automated Meter Infrastructure System and Meter Replacement solution subject to the terms of this Contract. Subcontractors: A subcontractor shall mean an individual, firm, partnership, or corporation having a contract, purchase order,or agreement with the Supplier, or with any Subcontractor of any tier for the performance of any part of the Contract, When the City refers to Subcontractor(s) in the Contract Documents, for the purposes of the Contract Documents and unless otherwise stated herein, the term "Subcontractor(s)" includes, at every level and/or tier, all subcontractors, sub-consultants, suppliers, and materials men, The Supplier shall identify all Subcontractor's that the Supplier proposes to perform any portion of the Work which shall be subject to the City's prior written approval, such approval to be given in the City's sole discretion. Ferguson is responsible for all work performed by its subcontractors and others performing work. The City assumes no contractual responsibility or duties to Ferguson's subcontractors, suppliers, sub-consultants or materials men unless otherwise specifically assumed under the Contract 6 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson Documents. Supplier: Ferguson Enterprises, Inc. aka Ferguson Waterworks City Specifications: A section of the Contract consisting of written descriptions of Services to be performed, or the Equipment to be provided or the technical requirements to be fulfilled under this Contract and the Contract Documents. Touch Coupler; An inductive coupler connection from a water meter register to the meter transmitter. Tower Gateway Basestation (TGB): The hardware,firmware, and software installed at a tower site and used to communicate by radio with meter transmitters and the RNI. Unread Meter: Any available meter that is not read by the FlexNet system during a Billing Window. Work: Everything to be provided and done for the fulfillment of the Contract and shall include all Equipment, software, hardware and services specified under this Contract, including Change Orders, also referred to as "Equipment and Services." 7 Automated Meter infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson SECTION 1. STANDARD CONTRACTUAL TERMS AND CONDITIONS 1.1. Contract Administration and Contract Assignment This Contract is between the City and the Supplier who shall be responsible for providing the Work described herein, The Supplier represents that it has or shall obtain all personnel, materials and equipment required to perform the Scope of Work hereunder, including but not limited to that set forth in the Scope of Services, attached as Attachment A, The Supplier's performance under this Contract shall be monitored and reviewed by a Project Manager appointed by the City. Reports and data required to be provided by the Supplier shall be delivered to the Project Manager, Questions by the Supplier or its Subcontractors regarding interpretation of the terms, provisions and requirements of this Contract shall be addressed to the Project Manager for response, The City may purchase any supplemental units pursuant to the Pricing Matrix found in Attachment B through the term of the contract, Such additional units will be purchased using purchase orders in accordance with Subsection 2.6. 1.2. Contract Changes At any time before completion and Final Acceptance of the Work, the City shall have the right to order in writing the omission or addition of Work, or otherwise order changes or alterations in the Work required to be performed by the Supplier, and reasonable deductions or increases shall be made in Contract Price for such omissions, additions,changes or alterations in the Work, time for completion or Contract Price; but no such omissions, additions,changes or alterations shall be made by the Supplier, or paid for by the City, unless and until authorized by the City in writing by Change Order. If the Supplier objects to or otherwise disagrees with any Changer Order, the Supplier shall so notify the City's Project Manager in writing within fifteen (15)days of the date of such modification, submitting with such notification a claim of equitable adjustment. If the Supplier fails to so notify the City as provided herein, such modification shall be final and accepted by the Supplier and shall become part of the Contract between the Parties.The City will ordinarily respond to such claim within fifteen (15)days, but the City's failure to respond shall be deemed a denial and the Supplier may make a claim pursuant to Section 1.14. 1.3. Taxes, Licenses,and Certificate Requirements Each Party agrees to comply with all applicable federal, state and local laws, regulations, ordinances, and orders and to promptly pay when due all taxes and contributions to trust funds. The City may require certificates from federal, state, local or private bodies showing that all obligations are current and not delinquent and, in the event the City is held liable to pay any such taxes or contributions; the Supplier agrees to supply the City with all records necessary to compute the same and to fully reimburse the City upon demand for the amount(including penalties and interest) paid by the City, and the City shall have the right to offset any amount so paid against any sums due the Supplier hereunder, 8 Automated Meter InfrasVucture System Equipment and Services Contract Between:City of Auburn and Ferguson 1.4. Termination for Default or Convenience A. Termination for Default 1. The City may terminate the Work, or any part of it, for cause upon the occurrence of any one or more of the following events: a. The Supplier fails to prosecute the Work or any portion thereof with sufficient diligence to reasonably ensure completion of the Work by the applicable Contract milestones as set forth in Attachment D; b. The Supplier is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; c, The Supplier fails in a material way to repair, replace or correct work not in conformance with the Contract; d. The Supplier repeatedly fails in a material way to supply skilled workers, or proper services, materials or equipment; e, The Supplier repeatedly fails to make prompt payment to its employees or subcontractors; f. The Supplier materially disregards or fails to comply with laws, ordinances, rules, regulations, permits, easements or orders of any public authority having jurisdiction; g, The Supplier fails to materially comply with all reasonable safety requirements proposed in writing by the City; or h. The Supplier is otherwise in material breach of any provision of the Contract. 2. If the City reasonably believes that one of the aforementioned events has occurred, the City will provide the Supplier with written notice of its intent to terminate the Contract for default("Notice of Default"), specifying the ground(s)for termination. The City, following communications with Supplier, shall require the Supplier, at the Supplier's sole expense, to either, (a) within fifteen (15)days of the date of notice of default, correct, (or be making reasonable progress toward correcting, the deficiencies noted in the City's"Notice of Default"; or(b) within ten (10) days of the date of notice of default, provide the City with a written corrective action plan as to how such deficiencies will be remedied or cured in a timely fashion. However, if after receipt of the proposed remedy,the City reasonably concludes that the Supplier has (a)failed or is unwilling to repair, replace or correct the deficiencies, or(b) failed or is unwilling to provide a reasonable and satisfactory corrective action plan, the City shall thereafter have the right to terminate some or all of the Work for default, The Supplier shall receive written notice of the termination ("Notice of Termination"). 3. Upon termination, the City may finish the Work by whatever commercially reasonable method it deems reasonably expedient. 4. Upon Termination for Default, the Supplier shall be liable for all direct and substantiated reasonable costs to correct and complete the Work. 9 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson 5. In the event of Termination for Default, the City shall only pay the Supplier for the Work successfully completed prior to the date of termination and accepted by the City. The City shall not be responsible for any other the Supplier costs, expenses, or damages including any consequential, special, or incidental damages or lost profits associated with the Contract. In no event shall the City reimburse the Supplier for any costs directly or indirectly related to the cause of the Termination for Default. 6. If, after Termination for Default, it is determined that the Supplier was not in default, the rights and obligations of the Parties will be the same as if the termination had been issued for the convenience of the City. 7. Termination for Default of some or all of the Work shall not relieve Supplier of its obligations under the Contract for Work installed by Supplier prior to such termination including the requirement that the Work be installed and supplied in accord with the Contract Documents. In addition, Termination for Default shall not relieve the Supplier's surety for any liability or obligations under its payment or performance bonds. 8. Unless otherwise provided under the terms of this Contract, the parties mutually waive all claims against each other for punitive, special, incidental,or consequential damages arising from or related to this Contract. B. Termination for Convenience 1. Upon five (5)days written notice to the Supplier,the City may terminate the Work, or any part of it for the convenience of the City. 2. If the City terminates the Work or any portion thereof for convenience, the Supplier may make a request for adjustment and payment for: a. Reasonable direct costs and reasonable profit and overhead for all acceptable Work completed prior to the effective date of the termination and not previously paid for by the City together with unavoidable material and equipment charges related to the termination; the Supplier shall not be entitled to any other costs or damages; provided, in no event shall the total sum payable upon termination for convenience exceed the adjusted total Contract Price(including all approved change orders) stated in Subsection 2.1, as reduced by prior payments. C. The Supplier's Obligations During Termination Unless the City directs otherwise, after receipt of a written notice of Termination for Default or Termination for Convenience, the Supplier shall promptly: 1. Stop performing Work on the date as specified in the notice of termination; 2. Place no further orders for materials, equipment, services or facilities, except as maybe necessary for completion of such portion of the Work not terminated; 10 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson 3. To the extent permitted, cancel all orders upon terms acceptable to the City, to the extent that they relate to the performance of the terminated Work; 4. To the extent permitted, assign as specifically requested by the City all of the rights, title, and interest of the Supplier in all orders. 1.5. Laws and Venue In the event that either Party shall bring a lawsuit or action related to or arising out of this Contract, such lawsuit or action shall be brought in the Superior Court, King County, Washington. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington. 1.6. Independent Status of the Supplier In the performance of this Contract, the Parties shall be acting in their individual, corporate or governmental capacities and not as agents, employees, partners,joint ventures, or associates of one another. The Parties intend that an independent contractor relationship shall be created by this Contract, The employees or agents of one Party shall not be deemed or construed to be the employees or agents of the other Party for any purpose whatsoever. The Supplier shall not make any claim of right, privilege or benefit, which would accrue, to an employee under chapter 41.06 RCW or Title 51 RCW against the City. 1.7. Non-disclosure of Data Data provided by or to the City either before or after the Effective Date of the Contract shall only be used for its intended purpose. The City, Supplier and Subcontractors shall not utilize nor distribute the supplied data in any form without the prior express written approval of the other parties to the agreement subject to disclosure that may be required by the Public Disclosure Act or other judicial and quasi—judicial disclosure as required by law. If a disclosure is required by law, the party required by law to disclose the data shall notify the other parties of the request and allow the other parties to the Contract ten (10)days to take whatever action deemed necessary to protect their interests. If the other parties to the Contract fail to take such action within said period, the party required by law to disclose shall release the data. 1,8. Non-disclosure Obligation While performing the Work under this Contract,the Supplier may encounter personal information, licensed technology, software, documentation, drawings, schematics, manuals, data and other materials described as "Confidential," "Proprietary," or"Business Secret." The Supplier shall not disclose or publish the information and material received or used in performance of this Contract. This obligation is perpetual. The Contract imposes no obligation upon the Supplier with respect to confidential information which the Supplier can establish that: (i)was in the possession of, or was rightfully known by the Supplier without an obligation to maintain its confidentiality prior to receipt from the City or a third party; (ii) is or becomes generally known to the public without violation of this Contract; (iii) is obtained by the Supplier in good faith from a third party having the right to disclose it without an obligation of confidentiality; or, (iv) is independently developed by the Supplier without the participation of individuals who have had access to the City's or the third party's confidential information. If the Supplier is required by law to disclose confidential information, the Supplier shall notify the City of such requirement at least ten (10) days prior to 11 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson disclosure. 1.9. Public Disclosure Requests The Contract Documents shall be considered public documents and, with exceptions provided under public disclosure laws, shall be available for inspection and copying by the public. If the Supplier considers any portion of the Work, including software, data and related materials, delivered to the City to be protected under the law, the Supplier shall clearly identify each such item with words such as "CONFIDENTIAL," PROPRIETARY,"or"BUSINESS SECRET." If a request is made for disclosure of such item, the City shall determine whether the material should be made available under the law. If the material or parts thereof are determined by the City to be exempt from public disclosure, the City shall not release the exempted documents. If the material is not exempt from public disclosure law, or the City is not in the position to make such a determination, the City shall notify the Supplier of the request and allow the Supplier ten (10) days to take whatever action it deems necessary to protect its interests. If the Supplier fails or neglects to take such action within said period, the City shall release the item(s) at issue. By signing this Contract, the Supplier agrees to the procedure outlined in this Subsection and shall have no claim against the City on account of actions taken under such procedure. 1.10. No Prototype Components All equipment and materials furnished under this Contract shall be in production and be used by customers comparable to the City at the time of the Contract Effective Date, Test or prototype items shall be clearly identified as such and shall be subject to rejection by the City, A sufficient inventory of Equipment shall be available to meet delivery requirements. 1.11. Changed Requirements New Federal, State and City laws, regulations, ordinances, policies and administrative practices may be established after the Effective Date of this Contract and may apply to this Contract. To achieve compliance with changing requirements, the Supplier agrees to accept all changed requirements that apply to this Contract and require Subcontractors to comply with revised requirements as well. If the Supplier believes such changes entitle it to a change in Contract Price or Contract Time, it shall submit a Change Order request to the City in compliance with Subsection 1.2 Contract Changes. 1.12. Assignment Supplier Nonassignment. The Supplier shall not assign any interest, obligation or benefit under or in this Contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the City, and such consent shall not be unreasonably withheld or delayed. 12 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson 1.13. Indemnification and Hold Harmless A. Supplier's Obligations 1, Subject to Subsection 1.4, the Supplier shall indemnify and hold harmless the City, its elected and appointed officials, officers,employees and agents from and against all claims, damages, losses and expenses, including costs of defense as defined herein, arising out of or resulting from the performance of the Work, and shall, after reasonable notice, defend and pay the expense of defending any suit, and will pay any judgment, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property, including the loss of use resulting therefrom; and (2) is caused in whole or in part by any act or omission of the Supplier, any subcontractor, anyone directly or indirectly employed or retained by any of them or anyone for whose acts any of them may be liable. 2. In any and all claims against the City or any of its officers, agents or employees by any employee of the Supplier, any subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, the indemnification obligation under this article shall not be limited in any way by benefits payable by or for the Supplier or any subcontractor under Workmen's compensation acts, disability benefit acts or other employee benefit acts. 3. Should a court of competent jurisdiction determine that this Agreement 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 Supplier and the City, its members, officers, employees and agents, the Supplier's liability hereunder shall be only to the extent of the Supplier's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes Supplier's and the City's waiver of immunity under industrial insurance, Title 51 RCW, solely for the purposes of this indemnification. This Title 51 RCW waiver has been mutually negotiated by the parties. 4. Supplier shall require similar indemnity provisions and waivers in all of its subcontractor and supplier agreements which are executed specifically in connection with this Project, 1.14. Disputes, Claims and Appeals The Supplier shall promptly address all claims for additional compensation, extensions of time, including all claims for equitable adjustment in writing to the Project Manager immediately, and follow up with detailed information within twenty(20) days of the date of knowledge of the events, circumstances, or occurrence giving rise to the claim. No claim shall be allowed for additional compensation or extensions of time or equitable adjustment for events, circumstances, or other causes occurring more than twenty(20) days prior to the Supplier giving notice of the claim as required by this paragraph, The Project Manager shall ordinarily respond to the Supplier in writing with a decision, but absent such written response, the claim shall be deemed denied upon the fifteenth (15)day following receipt of Supplier's claim by the project Manager. Pending final decision of a dispute hereunder, the Supplier shall proceed diligently with the performance of the Contract and in accordance with the direction of the Project Manager. Complying with the claim provisions of this paragraph are a condition precedent to filing any lawsuit by the Supplier for obtaining additional compensation, extensions of time, or equitable adjustments related directly or indirectly to the 13 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson work and/or this Contract. This claim procedure is the exclusive means in the Contract of obtaining adjustments to the contract price, compensation, and time to complete the work. 1.15. Severability Should any provision of this Contract now or at any time during the term hereof be in conflict with any federal, state of municipal law, regulation or the like, or any applicable judicial decision, then such provision shall continue in full effect only to the extent permitted. In the event any provision of this Contract is thus held in operative, the remaining provisions of this Contract shall nevertheless remain in full force and effect. 1.16. Nonwaiver of Breach A waiver by any party to this Contract of any provision of the Contract shall not constitute a waiver of any further or additional breach of such provision or of any other provision. No provision of this Contract may be waived except by a written notice expressing the intent to waive or otherwise modify the provision. This Contract may only be amended by a Change Order executed in accord with the terms of this Contract. 1.17. Prohibition on Asbestos-Containing Products Not used. 1.18. Patents, Royalties and AMI Supplier's Infringement Indemnity The Supplier is responsible for paying all license fees, royalties or the costs of defending claims for the infringement of any intellectual property that may be used in performing this Contract. Before final payment is made on this Contract, the Supplier shall, if requested by the City, furnish acceptable proof of a proper release from all such fees or claims. Supplier's Infringement Indemnity, Supplier shall indemnify and hold the City harmless from and against any and all third-party suits, actions, losses, damages,claims or liability of any type of character, type or description, including, but not limited to, all expenses of litigation, court costs and attorneys' fees, based upon any claim of infringement of any patent or other license or intellectual property right (whether by way of trademark or otherwise) resulting directly or indirectly from the manufacture, sale, supply or importation of the parts and components or their use in a waste water treatment plant. Supplier agrees to notify the City as soon as reasonably possible of any material matters with respect to which the foregoing indemnity is likely to apply and of which the Supplier has actual knowledge. If notified in writing of any action or claim for which the Supplier may be liable to provide indemnity, the Supplier shall, without limitation, defend (subject to reasonable consultation with the City) such action or claim at Supplier's expense and pay the cost and damages and attorneys'fees awarded against the City in such action or claim; provided, however, that the Supplier shall have the reasonable right to control the defense and settlement of all such actions or claims, which settlement shall be subject to the consent of the City if applicable, not to be unreasonably withheld or delayed. Indemnification pursuant to this provision shall not be predicated on the City having made payment on any such claim. The obligations of this Subsection 1,18 shall survive Contract completion or termination and/or assignment of this Contract. 14 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson Supplier grants the City a royalty-free irrevocable non-exclusive license to use the technologies provided and contained in the materials furnished for the relevant Automated Meter Infrastructure System project. 1.19. Design Defects The City shall declare a design defect(from the manufacturing or product design process) in the event that twenty percent(20%)of the items purchased under this Contract fail for the same failure. Subject to Sections 2.11 and 2.13, the City, Supplier and manufacturer shall work together to provide a modification, redesign or a plan to correct the defect within thirty (30) days of receipt of the notification. Subject to Sections 2.11 and 2,13, the warranty period and terms for corrected items shall be the same as for the initial items purchased under this Contract and shall begin on the correction of the defect as determined by the City, 1.20. Contract Schedule Notwithstanding any other remedies allowed under this Contract, the Parties agree that time is of the essence on each and every portion of the Contract. Milestone dates have been established for the performance of the Contract. These milestone dates shall only be changed via a Change Order. 1.21. Patents, Copyrights and Rights in Data Any patentable result or materials suitable for copyright arising out of this Contract shall be owned and retained by the City excluding improvements to Supplier's own previously patented and copyrighted items, which shall and do remain the sole and exclusive property of the Supplier. The City in its sole discretion shall determine whether it is in the public's interest to release or make available any patent or copyright owned by the City. The Supplier agrees that the City shall own any plans, drawing,designs, scope of Work, technical reports, operating manuals, calculations, notes and other Work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this Subsection as "Subject Data"). Notwithstanding the above, nothing in this Contract transfers any right, title or interest in or to any previously patented or copyrighted items of the Supplier to the City or any other party, 1.22. Bankruptcy In the event the Supplier shall, at any time when this Contract is in effect, be adjudicated bankrupt, make an assignment for the benefit of creditors, commit any act of insolvency, or fail to pay promptly when due all bills and charges for labor, materials, and rental of equipment used in the performance of this Contract or of insolvency, or fail to pay promptly when due all bills and charges for labor, materials, and rental of equipment used in the performance of this Contract,or required by this Contract to be paid, and/or in the event of Supplier's failure to perform promptly each and every obligation required hereunder, the City, upon mailing a written notice to Supplier, may take over the Work or any separable part thereof, and complete the same, or have same completed at Supplier's expense, and in taking over City shall have the right, for the purpose of completing the Work hereunder, to take possession of all drawings belonging to Supplier, 15 Automated Meter Infrastructure System Equipment and Services Contract Between City ofAuburn and Ferguson and for such purpose this Contract shall be construed as an assignment by Supplier to City of said drawings, Such taking over shall not constitute or be construed as a waiver by City of any action, claim or demand City may have against Supplier by reason of injury or damage resulting to City because of Supplier's failure of performance hereunder, 1.23. Audits A. The Supplier and its Subcontractors, shall maintain books, records, documents, and other evidence directly pertinent to performance of the work under this Contract in accordance with generally accepted accounting principles and its customary practices, The City shall, for the purpose of audit and examination, have reasonable access to and be permitted to reasonably inspect such books, records, documents, and other evidence directly related to this Contract for inspection, audit and copying for a period of three years after completion of this Contract, Written notice of any audit shall be provided in advance to Supplier and any and all costs shall be paid by the City. Such information, relating solely to this Contract, shall include but not be limited to: 1. A statement about the accounting system indicating the following: a. An overview of the accounting system and its capability to track costs and provide financial information. b. Written procedures and policies concerning the accounting system, timekeeping, payroll, purchased services and materials, direct and indirect cost control, asset capitalization, depreciation, and pre-contract costs, 2. Chart of accounts including definition of what is included in each account, B. Audits conducted under this Section shall be in accordance with generally accepted auditing standards and established procedures and guidelines. 1.24. Contract and Performance Bond The Supplier shall provide an executed Performance Bond for the amount of the sum of the prices for all Service Items inclusive in Attachment B (Pricing Matrix). The bond shall: A. Be on the form set forth in Attachment G; B. Be signed by an approved Surety(or Sureties) that: 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 16 Automated Meter Inkastructure System Equipment and Services Contract Between:City of Auburn and Ferguson C. Be conditioned upon the faithful performance of the Contract by the Supplier within the prescribed time; D, Guarantee that the Surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1. Of the Supplier(or any employees, subcontractors, or lower tier subcontractors of the Supplier) to faithfully perform the Contract, or 2. Of the Supplier(or any employees, subcontractors, or lower tier subcontractors of the Supplier) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materials person, or any person who provide supplies or provisions for carrying out the Work. E. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and, F. Be signed by an officer of the Supplier empowered to sign official statements (sole proprietor or partner). If the Supplier is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of individual signing the bond to bind the corporation (i,e,, a corporate resolution, power of attorney, or a letter to such effect by the president or vice-president. G. The bonds will remain in force for one(1) year following Final Acceptance Date of the Contract to insure Contract defects during the one-year warranty period in Section 2,14. 1.25 Prevailing Wage Requirements, RCW 39.12 This Contract is subject to payment of prevailing wages in accord with Title 39.12 RCW, Supplier and all entities contracting with Supplier for completion of the work required by this Contract shall pay all workers at least the prevailing wage for each classification as established by the Industrial Statistician for the Department of Labor& Industries and shall otherwise fully comply with the Washington Prevailing Wage Act and associated regulations, Supplier is directed to the Washington Department of Labor& Industries website for prevailing wage rates required for this Contract, The rates that apply to this Contract shall be the most recent rates published by the Industrial Statistician as of the date Supplier executes the Contract and shall be attached to the final executed contract as Attachment H. SECTION 2. ADDITIONAL CONTRACT TERMS AND CONDITIONS 2.1. Execution of the Contract and Total Price A. The documents constituting the Contract between the City and the Supplier are intended to be complementary so that what is required by anyone of them shall be as binding as if called for by all of them, In the event of any conflicting provisions or requirements within the several 17 Automated Motor Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson parts of the Contract Documents, they shall take precedence as listed on the Contract Form, The date the Contract Form is countersigned by the City is the Contract Effective Date, No other act of the City shall constitute Contract award. After Contract award, the City shall issue a "Notice to Proceed"detailing the Work to be performed. Purchase of Equipment shall be by Purchase Order. The Contract Price shall not be adjusted unless authorized by a Change Order in accordance with Subsection 1.2 Contract Changes and the Claim Procedures required by Subsection 1,14. B. City Equipment and City Services may be purchased at the City's option based on the unit prices set forth in Attachment B. C. The Contract may be executed in two counterparts, each of which shall be deemed an original and which shall together constitute one Contract, D. Cooperative purchase by other governmental or municipal agencies shall only be allowed in compliance with RCW 39.34 and the execution of an Intergovernmental Cooperative Purchasing Agreement as appropriate. 2.2. Contract Term and Notice to Proceed A. The term of this Contract shall commence on the Effective Date of the Contract and continue until December 31, 2017 as set forth in the Contract Schedule unless terminated earlier pursuant to the provisions of Subsection 1.4. B. Notice(s) to Proceed shall be issued referencing this Contract. Notices to Proceed shall define and authorize the Work by the Supplier based on the Work contained in Attachment A, The Notice(s) to Proceed issued by the City may confirm duly executed Change Orders to the Contract terms, funding or other matters subject to Subsection 1.2, Contract Changes. The Supplier shall commence the Work upon receipt of the Notice to Proceed and shall diligently prosecute the same in conformity with the Contract Schedule, which the City may change from time to time for any reason. 2.3. Schedule The schedule by which the Supplier shall provide the Equipment and Services required by this Contract is attached hereto as Attachment D and incorporate herein by this reference, 2.4. Notices All notices or Documentation required or provided pursuant to this Contract shall be in writing and shall be deemed duly given when delivered to the addresses first set forth below. 18 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson For Project Management related notices or Documentation: City of Auburn _ Ferguson Enterprises, Inc, Susan Fenhaus, Water Utility Engineer , Project Manager 25 West Main Street Address 24025 Snohomish Woodinville Rd Auburn, WA 98001 Address Woodinville, WA 98072 Phone: (253) 804-5061 Phone: (503) 209-2027 Email: sfenhaus@auburnwa.gov Email: @ferguson,com A. Invoice Schedule The Contract Schedule that identifies the major milestones in the Work is attached hereto as Attachment D and incorporated herein by this reference. FAILURE TO COMPLY WITH THESE REQUIREMENTS OR TO PROVIDE AN INVOICE IN CONFORMANCE WITH THE CONTRACT MAY DELAY PAYMENT. _) B. Subcontractor Prompt Payment The Supplier shall pay each Subcontractor under this Contract for satisfactory performance of its subcontract according to the terms agreed to between the Supplier and each of its Subcontractors. The Supplier shall pay any and all bills when due for all charges in connection with the Work. Failure to comply with the provisions of this paragraph shall constitute a default under this Contract.At any time the City may request, as a condition precedent to payment under this Subsection 2.5, reasonable and customary lien releases from Subcontractors for the completed portion of the Subcontractor's work shall be provided to the City in a form acceptable to the City. C. Payment Procedures for Equipment and Implementation Services and Other Purchases Attached as Attachment D is the Contract Schedule that identifies the major Implementation Services milestones. Within thirty (30)days of the Notice to Proceed for this Contract, the Supplier shall submit to the City a more detailed schedule of values that accurately defines the Work(or deliverables) performed for each water meter route designated by the City and a refined value of such Work. The final schedule of values shall substantially conform to the preliminary schedule attached as Attachment D and shall be subject to the Project Manager's approval prior to implementation. Such approval shall not be unreasonably withheld or delayed. The revised and approved Schedule of Values shall include line items, which reflect the values associated with the major components of the AMI system in such detail to allow the Project Manager to monitor and track monthly progress and percentage completion of the Work to ensure timely progress and approval of progress payments. Payment terms are NET 45. Progress payments are subject to and conditioned on the successful, timely completion of each water meter route. Progress payments will be made against the allocated funds for each milestone as invoiced and approved by the Project Manager. Such approval shall not be unreasonably withheld or delayed. However, the Supplier 19 Automated Meter Infrastructure System Equipment and Services Contract Between,City of Auburn and Ferguson shall not be entitled to any payment for successive milestones if the deliverables from the previous milestone have not been accepted by the City. Following the request by purchase order for Equipment and the delivery of the same, the Supplier shall invoice the City. The City will pay for actual equipment or hardware that is on hand for this project. The City will make payments according to the contract based installation services on completion of each water meter route. The quantities provided for each month are estimated annual requirements. The City will place orders as needed in lots per month or as determined by the City. Payments are subject to retainage in the amount of 5%of each invoice. The retainage shall be fully paid to Contractor within sixty (60) days following completion of the Work, provided, however, that if the Work is to be completed in phases, the retainage for each Phase shall be paid upon completion of such phase. D. General Condition Before any payment can be made, the Supplier must submit a completed W-9 form to the City. 2.5 Not Used 2.6. Pricing Prices for Equipment and Services furnished under this Contract shall remain effective through December 31, 2017. All adjustments to the contract price and equitable adjustments including all claims under Subsection 1.14 herein shall be in accord with this pricing and subparagraph 2.8 herein. Future purchases of equipment beyond December 31, 2017, including new equipment needed to extend AMI system service to new City customers or an expanded City service area, will be based on the published list price less 12%for all equipment in effect for the year of purchase, or current pricing at time of order, whichever is less. AMI system equipment purchased under this contract will be based upon orders placed by the City, Deliveries of ordered equipment will be shipped to the City. Supplier will pay all freight charges for such deliveries, including return of equipment that the City is submitting for warranty replacement. Supplier will agree to the pricing terms of this contract as long as the supplier retains the distribution rights to the Sensus product line in this territory and current Sensus Distributor pricing discount scheme remains in effect. 2.7. Shipping Charges All prices shall include freight FOB to the delivery point(s)designated by the City. The City shall reject requests for additional compensation for freight charges. 20 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson 2.8. Direct Costs Related to Additional Work All direct costs for additional work, if any, performed by the Supplier at the City's request, and included in a Change Order, shall be billed at cost plus 10% and in accordance with subparagraph 2.6 above, The Supplier's costs for travel, lodging, meal expenses, equipment, materials and supplies, equipment rental and all other costs related to the Work are included in the Total Price (section 2.1A) and will NOT be billed separately to the City. The Supplier or Sensus Metering Systems' costs for travel, lodging, meal expenses, equipment, materials and supplies, equipment rental and all other costs related to additional work will be included in the price negotiated for the additional work and will NOT be billed separately to the City. 2.9. Acceptance Process The City may give iterative acceptances as the Work is accomplished either by phase or milestone, as described in Attachment A. The Supplier shall give the City"notice of completion"of Work related to a specific milestone following the Supplier's substantial completion of all such Work associated with the Milestone or phase. A, Acceptance Process Upon completion of the milestone deliverables the Supplier shall notify the City in writing (e-mail to address identified in section 2.4 preferred) and the Acceptance process will commence. Acceptance shall be based on conformance with the milestone guidelines. After notice by Supplier of completion of the milestone, City will issue a written notice of milestone Acceptance or provide Supplier with a notification of rejection, which will include documentation of the specific grounds for rejection, outlining items not in compliance with the deliverable guidelines. Acceptance shall not be unreasonably withheld or delayed. B. Correction of Deficiencies Process If a deliverable is rejected, the Supplier will have a commercially practicable time to correct items documented in the City's notification of rejection, Following the delivery of Suppliers' notice that the Work has been corrected, the City will issue a written notice of Acceptance or provide Supplier with a notification of rejection, which will include documentation of the specific grounds for the rejection, outlining Work not in compliance with the milestone. The project schedule will be adjusted accordingly in the event that a dispute regarding the method or accuracy of the correction causes a delay. If the deliverable(s)fails to comply with the milestone after Suppliers'second attempt to correct the Work and no agreed resolution is reached between the City's Project Manager and the Supplier's Project Manager, the City will determine the appropriate corrective actions. 2.10. Final Acceptance Process The City shall begin the Final Acceptance process in accordance with the Contract as follows: 21 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson A. Final Acceptance shall be based on successful completion of the Scope of Services, as described in Attachment A. B. If the City Accepts the Work, the City will send a notice of Final Acceptance to the Supplier indicating the successful completion of the performance testing described in the Scope of Services, Attachment A, C. If the City determines that the Work is not acceptable, the City shall notify the Supplier in writing, describing the deficiencies, D. The Supplier shall either provide a detailed, written plan to achieve Final Acceptance or to make corrections or replacements within a mutually agreed upon time period with no charge to the City. The Parties shall mutually agree on a start date for beginning another Performance test as described in Attachment A, Scope of Services. E. If the City Accepts the Work following a second or subsequent Performance Test the City will send a notice of Final Acceptance to the Supplier. F. If the Supplier does not correct or replace the unacceptable Work the City may declare a breach of contract. G. Final Acceptance shall not be unreasonably withheld or delayed. 2.11. Warranty Provisions Subject to Subsection 1.4, Supplier warrants that all products supplied shall be new and shall be installed in accord with manufacturer's instructions and requirements in a good and workmanlike manner. Supplier's warranties under this Contract do not include the performance or suitability of any manufactured or prefabricated goods and all such warranties are limited to those offered by the respective manufacturer or fabricator. To the extent permitted, Supplier hereby assigns all manufacturer or fabricator warranties to the City and agrees to assist the City in any claims under those warranties, 2.12. Express Warranties for Implementation Services A, The Supplier warrants that: 1. The Implementation Services shall in all material respects conform to the requirements of this Contract. 2. Qualified, professional personnel with in-depth knowledge shall perform the Implementation Services in a timely and professional manner, and that the Implementation Services shall conform to the standards generally observed in the industry for similar Implementation Services. 3. The Implementation Services shall be in compliance with all manufacturer warranties and installation instructions, applicable laws, rules and regulations. 22 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson B. Subject to Subsection 1.4, upon receipt of notice from the City that the Implementation Services were not performed in accordance with the limited warranty herein, the Supplier shall re-perform the services to the City's reasonable satisfaction in accord with the provisions of Subparagraph 2.14 below, 2.13. Equipment Warranty For specific terms of the Equipment Warranty, see Attachment E incorporated in its entirety as if fully set forth herein. The sole and exclusive remedy for Equipment alleged to be defective in workmanship or material will be the repair or replacement of the Equipment, subject to the manufacturer's inspection and warranty. In addition, the annual maintenance agreement between the City and the Supplier is provided in Attachment C. 2.14. Defective Work and Supplier Warranty Service A. Supplier agrees to return to the project and repair or replace any of its installation work and services that fail to perform as required by the Contract for a period of twelve (12) months from Final Acceptance Date of the work (the"Warranty Service Period"). Supplier's warranty service is in addition to all other obligations and duties under this Contract including but not limited to Supplier's warranty that the work comply with the requirements of this Contract. During the Warranty Service Period, if the City determines that Supplier's work is not performing as required under this Contract, the City will give Supplier written notice of the deficiency and Supplier will respond by repairing or replacing the work to the City's reasonable satisfaction within five(5)working days of receiving the notice. The Supplier's obligation to repair or replace work is limited to the work performed by Supplier and its subcontractors and does not extend to work necessitated by equipment defects, work performed by the City, or work required due to normal wear and tear, abuse, or neglect. If the City is not reasonably satisfied with the repair or replacement or with Supplier's actions or response, the parties will attempt to negotiate a resolution of the matter and failing that will submit the dispute to voluntary mediation if the parties agree or otherwise to litigation in accord with the venue provisions of Subsection 1.5. Any related claims by the Supplier for additional compensation, equitable adjustment,or additional time must meet the claim notice provisions of Subsection 1.14. B. In addition to the Supplier Warranty Service described in Subsection 2.14(A), if the City determines that Supplier's work is not fully and completely in accordance with any requirement of the Contract, it may give written notice and description of such non-compliance to the Supplier in the manner set forth in Subsection 1A. Within ten (10) business days of receiving the City's notice that the Supplier's work is not in accordance with the requirements of the Contract, Supplier will respond by either repairing or replacing the work or presenting the City with a reasonably thorough and prompt remedy. The Supplier's obligation to repair or replace work is limited to the work performed by Supplier and its subcontractors and does not extend to work necessitated by equipment defects, work performed by the City,or work required due to normal wear and tear, abuse, or neglect. If the City is not reasonably satisfied with the 23 Automated Meter Infrastructure System Equipment and Services Contract 8etween:City of Auburn and Ferguson repair or replacement or with Supplier's actions or response, the parties will attempt to negotiate a resolution of the matter and failing that will submit the dispute to voluntary mediation if the parties agree or otherwise to litigation in accord with the venue provisions of Subsection 1.5, Any related claims by the Supplier for additional compensation, equitable adjustment, or additional time must meet the claim notice provisions of Subsection 1,14, 2.15 Accrual of Actions. The parties mutually agree that as to acts or failures to act occurring prior to the date of Substantial Completion of the work under this contract, any alleged cause of action shall be deemed to have accrued in any and all events no later than such date of Substantial Completion. 2.16 Responsible Contractor. Supplier warrants and represents that it meets all mandatory responsibility criteria under RCW 36.04.350 including but not limited to being a registered contractor under RCW 18.27 at the time this Contract is executed. Supplier further warrants that it will require all of its subcontractors, if required by law, to meet these criteria if required to register under these provisions, SECTION 3. INSURANCE REQUIREMENTS 3.1 Evidence and Cancellation of Insurance A. Prior to execution of the Contract, the Supplier shall file with the City evidence of insurance and endorsements from the insurer(s) certifying to the coverage of all insurance required herein. All evidence of insurance shall be certified by a properly authorized officer, agent, general agent or qualified representative of the insurer(s) and shall certify the name of the insured, the type and amount of insurance, the location and operations to which the insurance applies, and the expiration date. B. Failure to provide such insurance in a timeframe acceptable to the City shall enable the City to suspend or terminate the Supplier's Work hereunder in accordance with Contract provision regarding "Termination for Convenience/Default," Suspension or termination of this Contract shall not relieve the Supplier from its insurance obligations hereunder. 3.2. Insurance Requirements Description The Supplier shall not commence any work until it has obtained, at its own expense, all insurance including the required insurance, Supplier shall include all costs for insurance in the Pricing Matrix (see Attachment B), The Supplier shall take out, pay for and maintain throughout the duration of and specifically for the work the insurance as specified in the following section. Insurance Requirements A, The Supplier shall obtain and keep in force during the term of the contract, Commercial General Liability insurance policies and any and all other insurance, including those required 24 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson herein, that will fully protect the City from any and all losses, costs and damages arising out of Suppliers' work or products. Such insurance shall be with insurance companies which have an A.M. Best's rating of"A VII" or better, and who are approved by the Insurance Commissioner of the State of Washington pursuant to Title 48 RCW. B. Providing of coverages in the stated amounts shall not be construed to relieve the Supplier from liability in excess of such limits. C. Prior to the execution of the Contract, the Supplier shall purchase a Commercial General Liability insurance policy meeting the requirements set forth herein. The Supplier shall file with the City at the time of execution of the Contract Agreement, a Certificate of Insurance evidencing and confirming that all required insurance coverages have been obtained and are in force. The certificate shall be accompanied by such policy endorsements as are necessary to comply with the requirements set forth herein, including but not limited to Additional Insured endorsement forms CG 2010 0413 and CG 2037 0413, set forth in Attachment F or their most recent equivalent which are necessary to cover both on-going and completed operations. Failure of the Supplier to fully comply with the requirements regarding insurance will be considered a material breach of Contract and shall be cause for immediate termination of the Contract and of any and all City obligations, regarding same, Supplier agrees to keep its completed operations coverage in effect for a minimum of three (3) years after final acceptance. D, The Supplier shall not begin work under the Contract or under any special condition until all insurance required by law and the Contract has been obtained and is in effect. Said insurance shall provide coverage to the Supplier and City as required herein. The coverage so provided shall protect against claims from bodily injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Supplier or by anyone directly or indirectly employed or retained by either of them, to do all or any part of the work, E. In the event the Supplier is required to make corrections on the premises after the project has been inspected and accepted, it shall obtain at its own expense, and prior to commencement of any corrective work, such insurance coverage as is required herein above for such periods when corrective operations are being performed. F. The insurance policies shall specifically name the City, its elected and appointed officers, officials, employees, volunteers, as additional Insured with regards to damages and defense of claims arising from: (a) activities performed by or on behalf of the Supplier; (b) products and completed operation of the Supplier, and (c) premises owned, leased or used by the Supplier. The insurance shall be maintained in full force and effect at the Supplier's expense throughout the term of the contract. G. The commercial general liability and property damage insurance shall include coverage to protect the Supplier from contingent liability, which may arise from operations of their subcontractors. Also, the Supplier shall secure certificates of insurance as evidence that each subcontractor carries insurance to provide coverage under this Contract for the same limits as is required by the Supplier. The Supplier shall submit copies of its subcontractor insurance certificates to the City and the Engineer as evidence of insurance coverage. H. Supplier agrees to give the City at least 30 days prior written notice of cancellation or, nonrenewal. I. The coverages provided by the Supplier's insurance policies shall be primary to any insurance maintained by the City, except as respects losses attributable to the negligence of the City. 25 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson Any insurance that might cover this Contract which are maintained by the City shall be in excess of the Suppliers insurance and shall not contribute with it. J. The Supplier's insurance policies shall protect each Insured in the same manner as though a separate policy had been issued to each. The inclusion of more than one Insured shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other insured. K. The General Aggregate provision of the Supplier's insurance policies shall be amended to show that the General Aggregate Limit of the policies apply separately to this project. L. The Supplier's insurance policies shall not contain deductible or self-insured retention's in excess of reasonable amounts based upon the size and net-worth of the Supplier. M. Reserved. N. City is not required to provide Supplier's insurance companies with any special notification of any change or modification of this Contract or of extension of time, or of decreased or increased work, or of the cancellation of the Contract or of any other act or acts by the City or its authorized employees and agents, under the terms of this Contract and failure to so notify the aforesaid insurance companies of changes shall in no way relieve the insurance companies of their obligation under this Contract, 0. Not applicable P. The Supplier shall maintain Workers' compensation Insurance and/or Longshore and Harbor Workers Insurance as required by State or Federal statue, for all of their employees to be engaged in work on the Project under this contract and in case any such work is sublet, the Supplier shall require the subcontractor similarly to provide Workers' Compensation Insurance and/or Long shore and Harbor Workers' Insurance for all of the latter's employees engaged in such work. The Supplier's Labor& Industries account number shall be noted on the Certificate of Insurance. Q. Workmen's Occupational Disease Insurance shall be taken out covering all persons whom the Supplier may employ in carrying out the work contemplated under this Contract. R. In the event any class of employees engaged in the work under this Contract is not covered under Worker's Compensation insurance or Longshore and Harbor Workers' Insurance as required by State and Federal statute, the Supplier shall maintain and cause each subcontractor to maintain Employer's Liability Insurance for limits of at least $1,000,000 each employee for disease or accident, and shall furnish the City with satisfactory evidence of such, S. The Supplier shall be solely and completely responsible for safety and safety conditions on the job site, including the safety of all persons and property during performance of the work. The services of the City's or engineer's personnel in conducting construction review of the Supplier's performance is not intended to include review of the adequacy of the Supplier's work methods, equipment, bracing scaffolding, or trenching, or safety measures in, on, or near the construction site. The Supplier shall provide safe access for the City and its inspectors to adequately inspect quality of work and the conformance with project specifications, T, The Supplier shall be solely and completely responsible to perform all work and furnish all material in strict compliance with all applicable State, City, County and Federal laws, 26 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson regulations, ordinances, orders and codes. The Supplier's attention is directed to the requirements of the Washington Industrial Safety and Health Act, WISHA, RCW 49.17. The City will not pay any progress payments until the Supplier has fully complied with this section. This remedy is not exclusive and the City may take such other action as is available under other provisions of this contract, or otherwise in law. U. The Contractual coverage of the Supplier's policy shall be sufficiently broad enough to insure the provisions of the Hold Harmless Agreement of this contract(see Section 1.13). Types and Limits of Insurance Required 1. Commercial General Liability • $2,000,000 each occurrence Bodily Injury and Property Damage • $2,000,000 General Aggregate • Employees and Volunteers as Additional Insured for both on-going and completed operations • Premises and operations • Broad form property damage including underground, explosion and collapse hazards (XCU) • Products completed operations (through guaranty period) • Blanket contractual • Subcontractors • Personal Injury with employee exclusion deleted • Employers liability(Stop gap) 2. Automobile Liability • $2,000,000 per accident Bodily Injury and Property Liability covering; o Any owned automobile o Hired automobiles o Non-owned automobile 3. Umbrella Liability • $2,000,000 per occurrence • $2,000,000 aggregate As an alternative to the above indicated Commercial General Liability and Umbrella Liability insurance policies the Supplier may provide the City with a City and Supplier Protective Policy with a limit of coverage of$5,000,000. SECTION 4. SPECIFICATIONS Information contained within the Supplier's Proposal, taken together with the information contained in the Contract Documents, constitute the specifications. SECTION 5. ADD/DEDUCT PRICING At the City's option, it may add or deduct equipment at the prices set forth in Attachment B to this Contract. At the City's sole discretion it may purchase additional AMI units and/or AM components at the prices set forth in Attachment B to this Contract. 27 Automated Meter Infrastructure System Equlpmenl and Services Contract Between:City of Auburn and Ferguson SECTION 6. PERMITS AND LICENSES The Supplier and any subcontractors are required to obtain a City of Auburn business license prior to beginning any work. 28 Automated Meter Infrastructure System Equipment and Services ConVact Between City of Auburn and Ferguson ATTACHMENT "A" Project CP1317,Water Meter& Billing System Improvements, Contract No. 15-11 SCOPE OF SERVICES 28 i 3 (1 I Scope of Services 1.0 Summary 1.1 This Scope of Services describes activities, roles and responsibilities of Ferguson Waterworks("FWW"or "Ferguson"),associated with the Advanced Metering Infrastructure(AMI)system within the defined service j territory and City boundaries,excluding those areas serviced by other water purveyors,for City of Auburn customers. 1.2 Ferguson Waterworks will perform water meter, register and/or radio change outs on every endpoint (approximately 15,000)from 5/8"to 12"meters for City of Auburn project. 1.3 FWW will provide the fully-functioning AMI system as defined herein that transmits and integrates the water meter readings from all endpoints into the City of Auburn's customer billing system(Springbrook). 2.0 General Responsibilities. 2.1 Ferguson Waterworks: F 2.1.1 Conduct a propagation study to determine the locations best suited for installation of the { FlexNet Base Stations and to ensure proper communications with end point transmitters and the Regional Network Interface(RNI). 2.1.2 Attend regularly scheduled meetings during implementation. 2.2 City of Auburn: f 2.2.1 Provide a key point of contact to work with Ferguson. i 2.2.2 Provide Ferguson a map of its Service Territory with latitude and longitude ("lat/long") coordinates of its Service Territory boundaries,a list of meter locations,and a list of preferred Customer tower locations. ! 2.2.3 Work with Ferguson to develop a shipping schedule to include network and metering ' components for the Sensus AMI System.The shipping schedule will be updated at least quarterly, but may be updated on a more frequent basis as implementation proceeds. The shipping schedule shall identify each geographic area of the deployment, the specific locations of meters (street addresses and/or lat/long if available) in that area, and the estimated date of installation in that area The plan shall estimate the number of meters by Sensus part number and form type to be installed for each quarter of the project until completion. 2.2.4 Be responsible for monthly fees)associated with the network access for all sites where network access is needed. 2.2.5 Provide communications link between the RNI and the FlexNet Base Station. One of the following should be used to access these components: (i) Cisco VPN; (ii) Open VPN j Connection; or(iii)SSH access via port 22 to Linux NC. If Customer is providing SSH access, Port 22 on the firewall must be opened and redirected to the internal IP address of the Sensus RNI. i 2.2.6 Purchase any routers, hubs, mounting equipment, uninterruptible power supply and/or security equipment needed to connect the RNI to Customer's internal I network, if software is hosted by City. 2.2.7 Be responsible for the payment of any taxes, renewal, regulatory or license fees associated with the network collector hardware sites. _. 2.2.8 Be responsible for applying for and purchasing any needed work permits. 2.2.9 Purchase registers required for retrofit of existing Badger meters 3" or larger (approximately 60 meters). 2.2.10 Pre-drill meter box lids with the correct size hole for the 520M SmartPoint Transmitter. I 1 3.0 Software as a Service-See Attachment C, of the Contract(Sensus AMI Base Terms)for details j i i I f I r 1 4.0 Assumptions for Deployment I i 4.1 Water Meter Assumptions j 4.1.1 Most meters are located outdoors in pits. Meters not located outdoors in pits will require scheduled appointments. 4.1.2 FWW is not responsible for meter box adjustments or replacements 4.1.3 FWW is not responsible for pipe modifications or repairs of any kind 4.1.4 For meter box pits with excessive dirt or water,a problem ticket will be created. Installer will be responsible for removal of water from meter pit. Excessive water will be defined as continuous water flow. Meter box pits with excessive dirt will be determined if the dirt is in excess over the top of the meter nuts. If this is the case,will escalate the location to the City of Auburn project manager for review and corrective work by the City. 4.1.5 All water meter exchanges will be like for like, no resizing 4.1.6 FWW will provide Command Links(in working condition)and software to be used for module programming:one per water meter installer and two spares 4.1.7 Meter box lids will be pre-drilled with the correct size hole for the 520M SmartPoint Transmitter 4.1.8 FWW will be responsible for correcting any leaks at the valves,couplings or service lines that I could be attributed to the meter installation if reported within the one(1)year warranty period.The warranty period will begin after the completion of each phase of installation. 4.2 General Assumptions and Notes i 4.2.1 FWW to provide warehouse space. j i 4.2.2 Pricing assumes meters will be available in warehouse at least 1 month prior to installation. 4.2.3 Project duration is 3 calendar years. Start Time will be determined by signed contract date. ! 4.2.4 The City will provide customer communications regarding the project. 4.2.5 There will be no City of Auburn imposed work stoppages or interruptions,excluding Holidays listed in Section 11.1. Meters will be installed according to the schedule established in Attachment D of the Contract.The City will determine order of meter installation, and will coordinate with other City j construction projects,activities and events to provide the least disruption to citizens. 4.2.6 Standby Rate: applies when FWW staff has to stay at meter site due to hazardous condition or awaiting the City staff. 4.2.7 Clean-up Rate:Applies to new installations not able to be completed during the normally i scheduled route duration. i t 4.2.8 FWW will provide permits for confined space entry and all equipment, material and labor required for confined space entry. 4.2.9 City's meter location address data is 95%accurate. 4.2.10 Standardized leased vehicles are not required; installers can use their own vehicles.The vehicles will have the FWW company logo on them. 4.2.11 FWW will locate the meter box. If the meter is on private property, in a dangerous location or is in use,the FWW representative will enter onto the property only for the expressed purposed of attempting to make contact with the resident. If contact is made,the FWW representative will identify himself including showing appropriate identification and explain the purpose of the contact. After two(2)attempts to make contact in the same day, FWW will escalate the work order to the City of Auburn Project Manager to schedule an appointment for installation. The new installation must be scheduled while the install crew is in the current route. Any installation outside this time ' will be billed at a cleanup rate. 4.2.12 Installation rates comply with prevailing wage rates for Washington State Department of Labor& Industries(King County and Pierce County). 4.3 Equipment 4.3.1 Meters and radios: iPerl, OMNI R2, OMNI C2, OMNI T2, and Sensus 520M MXU single port and dual port. , 4.3.2 Programming Equipment: Trimble Nomad 900 handheld and Command Link. 4.3.3 Base Stations: Sensus M400 two-way collector. 4.3.4 Antenna and cable. I 4.3.5 RNI for hardware equipment. i 5.0 Installation Procedures 5.1 Retrofit-Only Work Instructions 5.1.1 If contact is made with the customer, inform them that you will be performing work on their water meter and their water service will not be interrupted. Provide the customer an estimate of time that it will take you to complete this process. Proceed with retrofit. 5.1.2 If contact was not made with the customer, proceed with retrofit and leave a door hanger after work is complete. i 5.1.3 For large Badger meters, replace register, install and activate radio. 5.1.4 For Sensus iPerl meters, install and activate radio. 5.1.5 Leave the area in the condition that you found it before you started the meter change-out. Check meter for leakage in the box and leave area clean from debris and tools.Any debris or dirt removed from the pit to effect the installation will be replaced in the pit upon completion. 3� 5.1.6 Under no circumstance will a meter pit or vault be left uncovered and unsupervised by FWW. f 5.1.7 All Site Photos shall be taken prior to leaving the meter location. i 5.2 Full Meter Exchange Work Instructions 5.2.1 If contact is made with the customer, inform them that you will temporarily shut off their water to change-out their water meter. Provide the customer an estimate of time that it will take you to I complete this process. Proceed with meter exchange. 5.2.2 If the customer is currently using water and will not allow the install to be performed, raise a problem ticket. 5.2.3 If no contact is made with the customer and no large amounts of water are being used, proceed with meter exchange.Leave a door hanger after exchange is completed. i 5.2.4 If no contact is made with the customer but large amounts of water are being used, raise a problem ticket and move to the next location. f 5.2.5 If it is not possible to exchange the meter for some reason, raise a problem ticket and move to the J( next location. 5.2.6 When changing-out the meter and gaskets, avoid getting any debris such as dirt, bark,etc., into the service line.Tighten the meter nuts snuggly during installation. Install the radio in the meter box lid per manufacturer's recommendation. 5.2.7 Prior to restoring water service, open the hose bib closest to the area where you think the service enters the foundation of the home. 5.2.8 Turn on the water at the meter, return to the hose bib, and flush the complete service line until all � the air and discolored water has left the line. (There should be a burp of air at the hose bib before leaving.) I 5.2.9 Leave the area in the condition that you found it before you started the meter change-out.Check meter for leakage in the box and leave area clean from debris and tools.Any debris or dirt removed from the pit to effect the installation will be replaced in the pit upon completion. 5.2.10 Under no circumstance will a meter pit or vault be left uncovered and unsupervised by FWW. 5.2.11 All Site Photos shall be taken prior to leaving the meter location. 5.3 Deliverables The following deliverables are to be provided to the City of Auburn: 5.3.1 Legacy Meter Out Read 5.3.2 Legacy Meter Number 5.3.3 New Meter In Read 5.3.4 New Meter Serial Number i 5.3.5 Radio ID 1 5.3.6 MXU Type"C" Fixed ! I 5.3.7 Installation date and time 5.3.8 Installer-field worker identification number 5.3.9 Installation problem tickets using the problem escalation codes specified in Section 5.4. 5.3.10 Photos:All Photos can be viewed and uploaded for the Ferguson work force software. GPS information will be collected thru the Sensus Flex Net System and sent to City of Auburn CIS system. 5.3.10.1 Pre-installation Site Photo(extending at least one foot outside meter box footprint) 5.3.10.2 Legacy Register Face Photo(Showing Last Read) 5.3.10.3 New Register Face Photo(Showing New Read) 5.3.10.4 Post-installation Site Photo(extending at least one foot outside meter box footprint) 5.4 If Unable to Change-Out Water Meter If unable to perform retrofit or change-out, raise a problem ticket using the following problem escalation(PE)codes. - 'Problem.Resolution. PE Group +r PE'Itemi` P.hafo , j:<.. ,t•; Process Cannot Access Meter Access Obstructed Y PATH 1:City Escalation Cannot Access Requires Key/Code Y PATH 1: City Escalation Cannot Access Aggressive Animal Y PATH 2: Call Center Cannot Access Locked Gate/Fence Y PATH 2:Call Center Cannot Access Unable to Locate N PATH 2: Call Center Customer Issue Refusal N PATH 1: City Escalation Customer Issue Requires Appointment N PATH 2: Call Center Customer Issue Missed Appointment N PATH 2: Call Center Information Pre-existing Leak Y PATH 1: City Escalation Information Description(Note) If required PATH 4: Informational Meter Issues Serial Number Mismatch Y PATH 1: City Escalation Meter Issues Meter Size Mismatch Y PATH 1: City Escalation i Meter Issues Flooded Meter Box Y PATH 1: City Escalation Meter Issues Dirt in Pit Y PATH 1: City Escalation Meter Issues Meter Box Damaged Y PATH 1: City Escalation Other-Blocker Description (Note) If required PATH 1: City Escalation Out of Scope Confined space(OSHA) Y PATH 2: Call Center Out of Scope Incorrect Meter Type Y PATH 1;City Escalation Out of Scope Meter pit in street Y PATH 1: City Escalation Suspected Meter Bypassed Y PATH 1: City Escalation Tampering Tam erind Inverted/Backward Meter Y PATH 1: City Escalation i 1 i E 6.0 FWW Responsibilities 6.1 General. FWW shall provide the necessary services,software, and facilities for the installation of the System. 6.2 Installation Services. FWW will provide meter replacement and such other services as are described in this Scope of Services and the manufacturer's installation specifications.All installers shall be trained by a Sensus Certified Trainer. Services will be completed utilizing FWW trained Installers and FWW supervisors. Additionally, FWW will provide a project manager who will be experienced in the installation of AMI meters. I I ! I i 6.2.1 FWW shall supply all necessary personnel and supplies for installation of the meters, including, without limitation, personnel protective equipment, tools,products, services, supplies, training, and on-site support for deployment of the System. FWW shall perform installations in accordance with R the Installation Procedures as detailed in Section 3.0. 6.3 FWW will utilize the Work Order Management System("WOMS")to track,collect, and report ceitical project j information regarding field forces and field assets. FWW will provide ten(10) Licenses to City of Auburn. This number does not include licenses used in the field by FWW personnel. Additional licenses may be purchased separately. 6.4 Vehicles. FWW shall be responsible for all vehicles it uses on the project.FWW shall provide service vehicles i on site stocked with common fittings and supplies needed for normal service restoration and/or replacement. FWW' vehicles, including private vehicles used for the work, shall have the company logo prominently displayed on both sides of the vehicle.Any employee of FWW that drives a vehicle in connection with this project must have a valid driver's license for the class of vehicle being driven. 6.5 Meter salvage. FWW will be responsible for returning all legacy meters and registers from the endpoint installation to City of Auburn project manager for recycling by the City. 6.6 FWW appearance and identification. FWW will wear uniform identifying their company name, picture ID and supervisor contact information. 1 6.7 Customer Issues. FWW must notify City of Auburn Project Manager,at time of incident, regarding any customer complaints received during the project. I 6.8 Water Meters. FWW shall provide all water meters required for installation one month in advance so as not to i impede installation activities. 6.9 AMI Radios. FWW shall provide all AMI radios required for installation one month in advance so as not to impede installation activities. 6.10Programming Equipment. FWW shall provide all programming equipment and software required for installation I prior to project deployment so as not to impede installation activities. ; 6.11 Materials. FWW will provide all seals, gaskets, mounting brackets, nuts and bolts,and any other miscellaneous materials that are needed. 6.12 Warehouse Storage. FWW shall provide warehouse space and necessary equipment, i.e. pallet jack,fork lift, etc. for storage of new and legacy meters,cross-dock facilities. 6.13FWW will provide all meters and radios required including meters over 3".All meters not installed under this contract shall be delivered to the City facilities. 7.0 City of Auburn Responsibilities 7.1 Door Hangers. City of Auburn will provide to FWW all door hangers. FWW will provide message to use on door hangers,and will provide such information to allow sufficient time for City to prepare door hangers. 7.2 Pre-Installation Notices. City of Auburn will be notifying their customers of the project prior to installation. 7.3 PER Tickets. City of Auburn will respond promptly to Production Escalation Report(PER)tickets, as appropriate. 7.4 Sensitive Customers. City of Auburn will identify in the CIS data provided to FWW all medical needs and highly sensitive customers requiring pre-scheduled appointments as known by the City. 7.5 CIS Data. City of Auburn will provide to FWW all CIS data needed to determine the location of meters to be installed. Meter location address data shall be at least 95%accurate. For each site, information will be provided that will indicate whether the meter register only is to be removed and an AMR-compatible retrofit register installed, or whether the meter is to be completely replaced; City shall provide either Street Address and/or GPS location of the meter. 7.6 Meter Box Lids:The meter box lids shall be configured to obtain the maximum signal strength from transmitters installed in meter pits or vaults. City of Auburn shall replace or retrofit all meter box lids and any other lids needed to obtain the performance requirements specified herein. 7.6.1 City of Auburn will drill 1-7/8 Inch AMI radio holes in all lids prior to FWW performing scheduled work. In the event that a hole is not drilled to the sufficient size, FWW will document and bill City of Auburn on a time and materials basis, using the Stand-By Rate for the work of re-sizing the hole. 7.7 City Project Manager. City of Auburn will designate an employee or agent who will manage the project on behalf of City.The function of this Project Manager is to coordinate with FWW and ensure compliance with the specifications and scope of work. II I I 1 i I I I i I 8.0 Systems Acceptance Testing Period. I i 8.1 After the first full route of meters are installed, City of Auburn and FWW staff will conduct a System Acceptance Testing(SAT)of the system SAT includes meter and radio installation procedures, CIS I integration confirmation and Sensus FlexNet confirmed meter reads, FWW will not be permitted to perform work until this testing has been completed and approved.The SAT period is not to exceed 3 business days. After 3 business days, FWW will be permitted to continue performing meter installations. System Acceptance will be deemed acceptable by the City of Auburn when the Sensus FlexNet System receives 98.5%success in a 4 day billing window. See Section 14.6 for Acceptance Criteria 9.0 Additional Project Related Information 9.1 Installation sequence i I 9.1 A City of Auburn and FWW shall establish an overall schedule for installation of the entire project. 10.0 Work Hours j 10.1 All meter change out work will be done between 7:00am to 5:00pm Monday through Friday unless pre- approved by City of Auburn. No work will be done on City legal holidays except where required or authorized by City of Auburn. Legal holidays shall be defined as those holidays annually observed by City of Auburn.These are: Labor Day,Veterans Day,Thanksgiving(2 days), Christmas(1 day), New Year's Day, Martin Luther King Day, President's Day, Memorial Day, and Independence Day(a total of 10 days). s 11.0 Scheduling. 11.1 If FWW personnel is unable to perform an installation,the installer shall leave a City of Auburn-provided door hanger informing the Customer that the meter installation attempt was made and advising the Customer that an i appointment must be scheduled to perform the installation.Such door hanger shall provide a toll free number that the Customer should call for appointment purposes. FWW shall be paid for the initial visit at the applicable meter exchange price. 11.2 FWW shall attempt to contact the Customer by phone two(2)times after FWW attempts to install the meter at j the Customer's premises FWW will make an appointment to perform the installation. 11.3 If FWW is unable to locate an Customer's premises,they shall escalate a problem ticket to the City of Auburn Project Manager. 11.4 If FWW is able to make an appointment with such Customer,then FWW agrees to use commercially reasonable efforts to perform the installation at the appointment time. FWW shall be paid for the additional visit at the applicable meter exchange price. There will be a maximum of one charge per meter location. 11.5 After three failed(3)attempts as described above(defined as one in person and two via phone calls), FWW will identify this Customer as returned to City. i 12.0 Acceptance of completed work 12.1 Acceptance of completed work.All work will be considered acceptable based on meeting all of the criteria listed below. 12.1.1 There are no visible leaks post-installation.The Meter and Radio are installed per the manufacturer's installation guidelines.The installer received an"Activation Success"message during the Radio activation process. 12.1.2 The meter pit was covered and the site was left in workable condition. 12.1.3 City of Auburn will be inspecting 10%of all installations in each route to verify that all of the criteria listed above are met.These inspections must be completed within 1 business day of receiving the meter exchange file from FWW. 1 12.14 The route will be accepted and approved for billing and payment if greater than 95%of the inspected sample meets all of the criteria listed above. If City of Auburn determines 5%or more of j the inspected sample in a route do not meet all the criteria listed above,then FWW and City of Auburn will revisit 100%of the meters in that route to guarantee the proper installation at no additional cost to City of Auburn. 13.0 Quality control 13.1 Quality control program. FWW will validate 100%of the legacy meter readings(compare pictures to data)and 10%of project pictures for quality. 13.2 Improper installations. FWW shall be responsible for replacing any meter,transmitter,or appurtenances improperly set. FWW shall correct any damage to couplings,threads, unions or meters by use of improper tools or cross threading by an installer. 14.0 City of Auburn Sensus FlexNet BaseStation Installation Scope of Work Summary: 14.1 Ferguson Enterprises, Meter&Automation Group will provide both the City with Instruction Manuals necessary for completing each step outlined in the Scope of Work. 14.2 FWW will provide all site work and mounting of equipment for Base Stations at the Lea Hill and Lakeland Hills Reservoirs. General Responsibilities: 14.3 The City Shall: 14.3.1 Provide 120V 30 amp Electrical to each BaseStation Cabinet mounting location 14.3.2 Provide padlocks for BaseStation Security 14.4 Ferguson Waterworks Shall: 14.4.1 Provide overall Project Management of the Installation of Infrastructure and Backhaul, Configure BaseStations, Configure Backhaul, Request Commissioning of BaseStations,Assist with Software Implementation and Configuration, Provide and Assist with Training on Endpoint Installation, Logic and RNI Software Training,System Optimization,and Overall System Management. 14.4.2 Provide Cellular Backhaul-LS300 Airl-ink Modems with Magnetic Antenna 14.4.3 Provide Conduit for Power Supply to the BaseStation Cabinet. Install conduit for Heliax Antenna Cable, sweeps for the Heliax Cable will be 36"Schedule 80 Rigid PVC. Any conduit necessary for the Cellular Backhaul Antenna is at the discretion of the City. 14.4.4 Provide any floor mounts or strut brackets for installation of the M400 BaseStation Cabinet. 14.4.5 Provide Project Management-MS Project Schedule to be provided 14.4.6 Provide Specifications for Infrastructure Installation. 14.4.7 Assist with Site Preparation. 14.4.8 Will contract with Pre Approved Installation Contractor for Antenna and BaseStation Connections. 14.4.9 Oversee Infrastructure Installation i 14.4.10 Oversee Installation of Cellular Backhaul 14.4.11 Perform initial Configuration of the BaseStation 14.4.12 Request Sensus RF Technician Commission BaseStation and Certify Installation 14.4.13 Supply and assist with the Configuration of Logic and RNI Software in a Hosted Environment. 14.4.14 Provide training on Endpoint Installation,Software and System Maintenance. 14.5 Antenna and BaseStation Installation Contractor(Provided by Ferguson)Shall: 14.5.1 Provide Installation of the BaseStation and OMNI Directional Antenna per Installation Specifications. (See: BaseStation Installation Manual and Metro 50 Installation Manual) i 14.5.2 Provide all Bracketing needed to mount the antennae. I 14.5.3 Verify Installation of the Metro50 BaseStation Cabinets to designated location. i 14.5.4 Provide all strapping hardware needed to secure the Heliax Cable I f 14.5.5 Make all Data and Power Terminal, and Antenna Cable Connections to the BaseStation per specifications. 14.5.6 Perform Cable Sweeps and provide documentation from Spectrum Analyzer as to Return Loss and Signal Strength. 14.6 Acceptance Milestones and Criteria 14.6.1 Milestone 1-Network Deployment 14.6.1.1 Network deployment is achieved when: 1)the BaseStation(s)have been installed;2)the RNI has been configured; 3)Logic Software has been integrated with City of Auburn's Springbrook Billing Software and the Integration has been validated. 14.6.2 Milestone 2-System Acceptance 14.6.2.1 System acceptance is achieved when the system performance has reached a level of 98.5%(during a 4 day reading window)or better successful reads. 14.6.2.2 System performance is calculated by dividing the number of installed endpoints that are registered on the network that have successfully provided a reading during a five day reading window by the total number of installed endpoints that are registered on the network. 14.6.2.3 System acceptance will be performed on a route by route basis. A complete route will be installed,optimized and then evaluated for acceptance. I 14.6.2.4 When calculating the system performance the following exceptions apply. An endpoint will not be included in the count of installed endpoints(included in neither the dividend nor the divisor)if any of the following occur: s 14.6.2.4.1 If daily reads are lost due to a BaseStation Power Failure that lasts more than 24 hours ! 14.6.2.4.2 A Force Majeure Event or Act of God that affects the endpoint or BaseStation 14.6.2.4.3 The endpoint is removed from service 14.6.2.4.4 The endpoint is damaged or tampered with 14.6.2.4.5 The endpoint cannot communicate to the system due to an object being placed over it(e.g. parked automobile, RV,etc.) 14.6.2.4.6 The endpoint is installed in an area outside of the service area. 14.7 Manuals: Sensus FlexNet System manuals to be provided as part of the scope of services. 14.7.1 Logic Integration Manual 14.7.2 Logic User Manual 14.7.3 Logic Reference Manual 14.7.4 BaseStation Installation Manual R3 14.7.5 BaseStation M400 Installation Manual R2 14.7.6 Field Logic Connect Manual 14.8 Submittals: FWW shall provide submittals for the following: 14.8.1 Site plan and equipment for Base Stations 14.8.2 Meters and endpoint transmitters 14.8.3 Programming equipment 14.8.4 Submittal Transmittal Process: 14.8.4.1 All submittals shall be made electronically and shall be transmitted via e-mail to PWSubmittals @auburnwa.gov.The e-mail subject line of electronic submittals shall include the following: CP1317,Water Meter&Billing System Improvements- <—Submittal Title»>. Each electronic e-mail shall be limited to 7 MB's in size. All electronic submittals shall be clear, sharp high contrast electronic files in Word 2007, Excel 2007, or PDF formats. Hard copies may be submitted instead of electronic format upon approval of the City. 14.8.4.2 All submittals indicated above shall accompany a City of Auburn "Request for Submittal Approval"(RSA)form as a cover letter.The RSA form is a writable Portable Document Format(PDF)form and shall remain writable until the city returns the signed reviewed submittal. 14.9Training 14.9.1 Minimum 5 non-consecutive days training onsite. 14.9.2 Training specific for each area of expertise. 14.9.3 Prerequisite training,scheduled 1-2 weeks prior to initial training. 14.9.4 Initial training, scheduled after installing meters for a couple weeks to train the users with real City of Auburn data. 14.9.5 Secondary advanced training,scheduled 4-6 months after initial training. 15.Olntegration 15.1 FWW is responsible for furnishing all code and instructions necessary to the City or to the City's utility billing software vendor(Springbrook)at City's direction to allow data transfer to and from the installed AMI system. The City is using Version 7.16.0.0 Build#36788 of the utility billing software. Data shall transfer without error or loss of information from the AMI system to the billing software. 15.2The following is an example of the type of information that will be required in the transfer file. Details of the transfer file are to be identified by Springbrook, in collaboration with Sensus,and with review by the City.The AMI system shall accept the input fields from the billing system software in a standard ASCII formatted file: 15.2.1 Input Field(billing system to AMI system)Type and Field Length 15.2.2 Account Number{Char 441 15.2.3 Service Code{Not used) 15.2.4 Service Sequence{Int 41 E 15.2.5 Route/Book/Group{Not used} 15.2.6 Read Sequence{Int 4) 15.2.7 Customer First Name{Char 20) # 15.2.8 Customer Middle Initial{Char 1) { 15.2.9 Customer Last Name{Char 60) i 15.2.10 Meter Location{Char 60) f ( t 15.2.11 Street Number{Char 501 15.2.12 Suffix{Not used} 15.2.13 Meter Number{Char 10) 15.2.14 High Reading(Int 4) 15.2.15 Low Reading{Int 4) 15.2.16 Dials{Not used) 15.2.17 Previous Reading{Int 41 15.2.18 Meter ID#{Char 10) 15.2.19 Read Type(Char 10) I i i i I i I i i i I II Automated Meter infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson ATTACHMENT "B" Project CP1317,Water Meter& Billing System Improvements,Contract No. 15.11 PRICING MATRIX i i I 9'1=N=RGffi MAMON' 24025 Woodinville-Snohomish Rd. T� T V ate�'� vorks Woodinville, WA 98072 Tel: 253-375-3055 i Fax 425-806-8510 Meter &Automation Group thomas.ericksonC@ferouson.com Cify`,of Auburn . 2415- Phase 1- Large:Meters and=District 5 ;. Dater..'- .. .°4/24'/2015 Sensus:FlexNetM'ate:naI,andlilns.tall.;Pricng Item No Qty Description Unit Unit Price Total Sensus FlexNet Hardware & Software _ _ :1'= 520M�SmartPoint�antl Meters N;ti , �$ °347�833:2�7:: n., �.,-her, t= _9.1 ¢ 2133 Sensus 520M MXU Single Port ea $ 118.06 $ 25,146.78 1.2 0 Sensus 520M MXU Dual Port ea $ 14336 $ - 1.3 4 5/8x3/4 Inch Iperl Meter ea $ 127.14 $ 508.56 1.4 43 1 Inch Iperl Meter ea $ 201.43 $ 8,661.49 1.5 34 1-1/2 Inch OMNI R2 Meter ea $ 449:60 $ 15,286.40 1.6 27 2 Inch OMNI R2 Meter ea $ 630.83 $ 17,032.41 1.7 53 3 Inch OMNI C2 Meter ea $ 1,517.38 $ 80,421.14 1.8 32 4 Inch OMNI C2 Meter ea $ 2,635.45 $ 84,334.40 1.9 12 6 Inch OMNI T2 Meter ea $ 4,623.17 $ 55,478.04 1.11 7 8 Inch OMNI T2 Meter ea $ 7,353.64 $ 51,475.48 1.12 1 10 Inch OMNI T2 Meter ea $ 9,488.57 $ 9,488.57 2> :Pro "cammin° E'"ui ment'.` :< _ _'.... .. _ �,:Y,"w-w"Y..-'.. - 2.1 4 Trimble Nomad 900 Handheld ea $ 3,750.00 $- 15,000.00 2.2 4 Command Link ea $ 383.26 $ 1,533.04 - `:F. •."2, a.. _ -_ `-A:'Y=: ..J" :.5: ^��n `�.;:'.'X`t' ;sy' .. .".MV^`ii' - -`v-;�:- 5�:9;... _ :.I + 1 :i Sensus':AMI`Collection»E'gwiprrient,.i 40 _ _ <::' _. ,000:00 3.1 2 Sensus M400 Two-Way Collector _ , . a ...__0.,..0 . . 4. 00 .... r ea $ 20,000.00 $ 40,000.00 4 ' ensus.Lo is Software And Trainin - $ 37 325.00 _...-. 4.1 1 RNI Logic Software Hosted 15K (Year 1) ea $ 15,625.00 $ 15,625.00 4.2 1 Logic Installation and Configuration Fee(One Time) ea $ 15,000.00 $ 15,000.00 4.3 1 Sensus RNI Logic Core Training ea $ 6,700.00 $ 6,700.00 4.4 1 Sensus/City of Auburn-Customer Access Portal ea $ 48,867.50 TBD ffiftowi Sensus F119Net Ha dware &So#W944,. vtal` $ 441 fi91�3 Sensus FlexNet Installation - ,: - '5�` :Senses,,520M�andNM"eter.ilns;tall`� °��' .92,' 5.1 5.1 4 5/8x3/4 Inch Iperl and 520M Install ea $ 50.71 $ 202.84 5.2 43 1 Inch Iperl Meter ea $ 50.71 S 2,180.53 5.3 34 1=112 Inch OMNI R2 Meter ea $ 114.09 $ 3,879.06 5.4 27 2 Inch OMNI R2 Meter ea $ 114.09 $ 3,080.43 5.5 53 3 Inch OMNI C2 Meter ea $ 313.74 $ 16,628.22 5.6 32 4 Inch OMNI C2 Meter ea $ 470.61 $ 15,059.52 5.7 12 6 Inch OMNI T2 Meter ea $ 705.91 $ 8,470.92 i 5.8 7 8 Inch OMNI T2 Meter ea $ 1,235.34 $ 8,647.38 I 5.9 1 10 Inch OMNI T2 Meter ea $ 1,853.02 $ 1,853.02 5.11 1 RetroFit Sensus 520M Radio on New Meter ea $ 38.00 TBD F;IezNe't'Co`Ilection E;quip`m'enf ;Install`%a;, .; i35;oo0:00' 6.1 2 Sensus Met o!50 Install ea 35,000.00 $ 70,000.00 Collector Site Prep Includes: (price not-to exceed) Site Preparation Contractor, Electrical Contractor Antenna Contractor Mono Pole Misc Charges 6.2 1 Ferguson CISlntegration Workforce Software- lot. ;No Charge 6.3 7 Project Management(TBD by Project Deployment) Month $ 5;O Q0:00. 35,000.00 6.4 ' 1 Mobilization (TBD by;Project Deployment) lot '` $ 30;000:00= 1­ : 30,000:00 _6.5 Standby_Rate _hr $ 1;115.46 As Needed 6.6 Robte Clean=up Rate hr $ - 11:5.46- As-Needed `"3'et`. - nth°:-- -,s•*�.:;, mss-,,�___ ._fy'r'G��9- �-s.v';z°S--�a;-�.�,w-}.-r;�—;r�_ ��..—__ y.�- '£��'$-fix y'f;" '"•z•si:'�M1��4.'_.i'°` _T_"`..�Y_.>.. I �_� � �•.�+5•ans�us;:IFle�Npt &S�InstalFafilom:�Total=„ w�>�.<°;,��`����,;�. � �::. .=,��M -r�� 195 .0.0.1.,92:{ .,, ..«�-�J.i-ra-:.�=,:_2r.:°..:�»e. __,.��u^-�.—'+�����c�,.,-v�-r .�.::S:S�.aew--r+-,�:.�: _ -2,°�_c�..,... - ;�z���•a���"Sr:n.'� �s::.: ��.v.:+��-'^s:.°:.�:r.__..a-i x-:`_3;_n'°"�„??t,; rr.-.T'`'•�i:':`�"�§" 4=.. �-.�;�T 'ri � `G;-`=:iY-,min`.,"-^,.>" n.,.k•. -`:?... z:,�,^-._ ,.� _ �-' xF ':;•:•�°_ - w}� .'�.- �T ii (',+ *,�'."e,- ns��"'v.. �x.'-.y�`.+7� '.mac;"^;F' _;^:'"."'®v.l;,. .�,. .. ._ ..,v..�,, ., �--�__� � ,_ � M�.,-:._..�__ . ..�: ..�Y,:��..��.�4ti:� �.�' �, •3.23' f i E i i I I } i ° 24025 Woodinville-Snohomish Rd. 1===ERGUS0N Waterworks Woodinville, WA 98072 Tel: 253-375-3055 .Meter &Automation Group Fax 425-806-8510 thom as.erickson Cojerg u son.com City ofAuburn 2416- Phase 2'V,i'stric:t ,1 &-3 Date: 4!24)2015 � • - " ' ,. Sensus;FIeX Net.:Mate,rial:=and:'Install:Pricing Item No Qty Description Unit Unit Price Total Sensus FlexNet Hardware.& Software •z�:>-::_ate,:-. ,-�..�_._�- °--__.,....... .._. . _:�, :,:�,.Y 1.1 5415 Sensus 520M MXU Single Port ea $ 118.06 $ 639,294.90 1.2 0 Sensus 520M MXU Dual Port ea $ 143.36 $ - 1.3 4692 5/8x3/4 Inch Iperl Meter ea $ 127.14 $ 596,540.88 1.4 371 1 Inch Iperl Meter ea $ 201.43 $ 74,730.53 1.5 252 1-1%2 Inch OMNI R2 Meter ea $ 449.60 $ 113,299.20 1.6 100 2 Inch OMNI R2 Meter ea $ 630.83 $ 63,083.00 1.7 0 3 Inch OMNI C2 Meter ea $ 1,517.38 $ - 1.8 0 4 Inch OMNI C2 Meter ea $ 2,635.45 $ - 1'.9 0 6 Inch OMNI T2 Meter ea $ 4,623.17 1.11 0 8 Inch OMNI T2 Meter ea $ 7,353.64 $ - 1.12 0 10 Inch OMNI T2 Meter ea $ 9,488.57 $ - " •M2_ -� ',:..:Pro'rain min E 'ul , _ 2.1 0 Trimble Nomad 900 Handheld eaf $ 3,750.00 �$ - 2.2 0 Command Link ea $ 383.26 $ - 3:.,-; Sensus.�AM1 Collection_`Egwipment�=' '-�yw _ $' _:�` 3.1 0 Sensus M400 Two-Way Collector ea $ 20,000.00 $ `Sensus Logic.toftware.ar tl-Training: _ $ 23;125 00;' 4.1 _1_°wi Year 2 RN Logic Software Hosted 15K ea $ 23,125.00 $ 23,125.00 4.2 0 Logic Installation and Configuration Fee(One Time) ea $ 15,000.00 $ - 4.3 0 Sensus RNI Logic Core Training ea $ 6,700.00 $ - 4.4 0 Sensus/City of Auburn-Customer Access Portal ea $ 48,867.50 TBD �; �'�r.:-': - S.e susFlex=Net�Har?clwar�e & Software-Total= "` p::c $ 15100Z351 ! Sensus FlexNet Installation 5: _`Sensus 520 M a'n'd Mefer';Install` 2gsso 5.1 4692 5/8x3/4 Inch Iperl and 520M Install ea $~ 50.71 S 237,931.32 5.2 371 1 Inch Iperl Meter ea $ 50.71 $ 18,813.41 5.3 252 1-1/2 Inch OMNI R2 Meter ea $ 114.09 $ 28,750.68 5.4 100 2 Inch OMNI R2 Meter ea $ 114.09 $ 11,409.00 5.5 0 3 Inch OMNI C2 Meter ea $ 313.74 $ - 5.6 0 4 Inch OMNI C2 Meter ea $ 470.61 $ - 5.7 0 6 Inch OMNI T2 Meter ea $ 705.91 $ - 5.8 0 8 Inch OMNI T2 Meter ea $ 1,235.34 $ - 5.9 0 10 Inch OMNI T2 Meter ea $ 1,853.02 $ - 5.11 1 RetroFit Sensus 520M Radio on New Meter ea $ 38.00 TBD R. th -'E" tion; _quip $-, 35,000::f6:1 -:,O,:", 'S6n§U'S'M6t�6'.50,install" fte" :"-CoI116cf6r Site Prep Indludes' (p noi,tid exceed): Site t;o'htractor -Contractor ''Antenna Contractor m--bno'Pole msc'Gha,rges `Ferguson CIS,Integration,.Workfor6e�'S of tw�a`�,e,; lot 2 No Charge� :-Q!3'.', 1"2' TBID b,y-Proje,dt'�Deol' "'I:)' Month $ 69,000,00 gymep, '000.00 1 obili2;�tidn.- TBID by Noject,[De' loymen t $ -86;000-.-00 - 0 t 10 11:'5:46-,,. Stbn fir $ "h r "I'T-5-�"Q -.'A8'NeedEid-- 16.6 1!!VII;ITZ1'!Ili UM, MORIN —'-I tf0 0 0 0 E A &7L _7 4 I s 1 OFERGUSON 24025 Wood inville=Snohomish Rd. e Waterworks Woodinville, WA 98072 Tel: 253-375-3055 Meter & Automation Grou Fax 425-806-8510 j thomas.erickson(D,,ferguson.com - ;City of Auburn 2017_-" :P.hase 3.D:isfrict 2 &•`4:.' ;.,:,, Date: 4/2412015' ,°.3r Sensus FlexNet Material and'!dstall'S:Pricing Item No Qty Description Unit Unit Price Total Sensus FlexNet Hardware--& Software i 1�x `�520M-�S'martR.:.:,ointa'rid=Metes: ,��'=L - 2'361 e20715 t °s' q<: 1.1 8475 Sensus 520M MXU Single Port ea $ 118.06 $� µ1,000,558.56µ 1.2 0 Sensus 520M MXU Dual Port ea $ 143.36 $ - 1.3 7241 5/8x3/4 Inch Iperl Meter ea $ 127.14 $ 920,620.74 1.4 629 1 Inch Iperl Meter ea $ 201.43 $ ' 126,699.47 1.5 377 1-1/2 Inch OMNI R2 Meter ea $ 449:60 $ 169,499.20 1.6 228 2 Inch OMNI R2 Meter ea $ 630.83 $ 143,829.24 1.7 0 3 Inch OMNI C2 Meter ea $ 1,517.38 $ - 1.8 0 4 Inch OMNI C2 Meter ea $ 2,635.45 $ - 1.9 0 6 Inch OMNI T2 Meter ea $ 4,623.17 $ - 1.11 0 8 Inch OMNI T2 Meter ea $ 71353.64 $ - 1.12 0- 10 Inch OMNI T2 Meter ea $ 9,488.57 $ - :.:, Programming, ui"merit':' - 2.1 0 Trimble Nomad 900 Handheld ea $ 3,750.00 $ - 2.2 0 Command Link ea $ 383.26 $ - 3 SerisuSSAMI Collection E ui meet 3.1 0 Sensus M400 Two-Way Collector ea $ m 20,000.00 $ - .-_ i9s:^L.: 4: Sensus,'Lo icSoftw.areand`'Trainiii `24`189:33. °'• 4.1 1 Year 3 RN Logic Software Hosted 15K ea $ 24,189.33 $ 24,189.33 4.2 0 Logic Installation and Configuration Fee(One Time) ea $ 15,000.00 $ - 4.3 0 Sensus RNI Logic Core Training ea $ 6,700.00 $ - ! 4.4 0 Sensus/City of Auburn-Customer Access Portal ea $ 48,867.50 TBD j r . ,��•u..x ,=;=S.e:nsusFteyxNet�Har•:dw-are;.f�8�,,,5'iaftw"are: Sensus FlexNet Installation _ I :: - - ,'aw.e'.cy'rma x.,j- -.9- ----' _ ,zz-- -- - :- --�i - .. -__=?';,w,�y-',r - -.i;'•¢P:�•.yn.;:,: .. ::ac^,i.M.W. 5.1 7241 5/8x3/4 Inch Iperl and 5201VI Install ea $ 50.71 w$ 367,191.11 I 5.2 629 1 Inch Iperl Meter ea $ 50.71 $ 31,896.59 5.3 377 1-1/2 Inch OMNI R2 Meter ea $ 114.09 $ 43,011.93 5.4 228 2 Inch OMNI R2 Meter ea $ 114.09 $ 26,012.52 5"5 0 3 Inch OMNI C2 Meter ea $ 313.74 $ - 5.6 0 4 Inch OMNI C2 Meter ea $ 470.61 $ - 5.7 0 6 Inch OMNI T2 Meter ea $ 705.91 $ - 5.8 0 8 Inch OMNI T2 Meter ea $ 1,235.34 $ - I 5.9 0 10 Inch OMNI T2 Meter ea $ 1,853.02 $ - 5.11 1 RetroFit Sensus 520M Radio on New Meter ea $ 38.00 TBD I i i i i i 6116ctibwEAWO, 'HC.'Ih 61F 6"1 0 Sensus Mdtro 50 Install- ea 35,000.00 $ CO116ctor Site Prep Includes:(prib&nbtAo exceed)- Site-Preparation Contractor Electrical Contractor- Antenna Contractor Mono-Pole Misctharges 6.:2 0 Ferguson,QIS Int6ge..ation Wtir'lkf6rce Softwa-r-e- lot No Charge 12 Project Management TBD b y,Prdjedt.`D6 0lbyrheA,, Month 80,00.00 6,4 0 Mobili za tion TBJ-by Pr6ject Dbpldynen t) lot '30,000,00 y -115� 6 6.�' ' StaOdb-'-kate fir $ .4 _.As:Needed' .6.6 Route Clean-up-Rate hr $ -11.5.-146 As Neqdeld, Nk, Lffi:tq lfftf Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson ATTACHMENT "C" Project CP1317, Water Meter& Billing System Improvements, Contract No. 15-11 SENSUS AMI BASE TERMS&ANNUAL MAINTENANCE AGREEMENT i o SEnsus I I Advanced Metering Infrastructure (AMI) Agreement between City of Auburn ("Customer") i 1 and j Sensus USA Inc. ("Sensus") IN WITNESS WHEREOF, the parties have caused this AMI Agreement ("Agreement") to be executed by their duly authorized representatives as of the day and year written below.The date of the last party to sign is the"Effective Date." This Agreement shall commence on the Effective Date and continue for/until: 5 Years ("Term"), provided that it may be extended for a longer period by written agreement. This Agreement contains two parts: Part(1) is The FCC Notification for Spectrum Manager Lease,to be filed with the FCC by Sensus on behalf of the Customer and Part(2)is a AMI Agreement between Sensus and Customer.Together,these two parts create the Agreement. Sensus US�nc. Customer: City of Auburn By: �, ��/vii By: Name: Name: Nancy kus I I Title: %f e c QQGv D f- 9 2 s' Title: Mayor Date: O� /T� Date: 6-20- 1b Contents of this Agreement: Part 1:Notification for Spectrum Manager Lease i Part 2:AMI Agreement i Exhibit A Software as a Service Exhibit B Technical Support I CONFIDENTIAL I Page 1 of 10 SEnss Part 1:Notification for Spectrum Manager Lease In order for Sensus to apply to the FCC on the Customers behalf for a spectrum manager lease,Customer must complete the inform adon below in boxes one(1)through ten(10)and certify via { authorized signature. Customers signature will indicate that Customer authorizes Sensus to file the spectrum manager lease notification on FCC Form 608 with the Customer as spectrum Lessee,and if Customer does not already have one,ownership disclosure information on FCC Form 602. Customer/LesseeName: City of Auburn Attention To: Colin Schmalz Name of Real Party in Interest: City Of Auburn Street Address: 25 W Main Street city: Auburn State: WA zip: 98001 Phone: 253-931-3000 r Fax: Email: cschmalz@auburnwa.gov i Is Customer contact information same as above?UlYes❑No(If No,complete box 2 below) i Additional Customer/Lessee Contact Information ❑ City of Auburn 2 Company Name: Attention To: j I Street Address: City: j I State: Zip: Phone: Fax: Email: i I F3] Customer/Lessee is a(n)(Select one):[I Individual I❑Unincorporated Association I❑Trust i ['Government Entity I❑Corporation I❑Limited Liability Company I❑General Partnership ❑Limited Partnership I❑Limited Liability Partnership I❑Consortium I❑Other I j FCC Form 602:FCC File Number of Customer's Form 602 Ownership information: If Customer has not filed a Form 602,Sensus will file one for Customer. Please a complete questions 5,6,and 7 below if Customer does not have a Form 602 on file. Customer must complete items 8,9 and 10 irres ecfive of whether Customer has an ownership report on file. j P5 Customer Tax ID: 91-6001228 j Individual Contact For FCC Matters 6 Please designate one individual(the Director of Public Works or similar person)who is responsible to the FCC for the operation of the FlexNet radio system.This person would need to obtain his or her own personal FRN(FCC Registration Number)by going to the link below and completing the individual FRN registration. Name Colin Schmalz True: Network Communications Engineer j Email: cschmalz @auburnwa.gov Phone: 253-804-5021 Personal FRN: 0001563824 Link for obtaining personal FRN:https:Happs.f cc.gov/coresWeblregEntityType.do Ownership Disclosure Information I Please list the names of the Board President and all Board Members below,as well as verify citizenship and ownership interests in any entity regulated by the FCC. 7 Such ownership must be disclosed where a board member member owns 10%or more,directly or Indirectly,or has operating control of any entity subject to FCC regulation.If any answer to Ownership question is Yes,or any answer to Citizenship uestion is No,provide an attachment with further explanation. US Citizen? Ownership Disclosure? Board President: ❑Yes 0 N ❑Yes []No Board Member. ❑Yes 0 N ❑Yes ❑No Board Member: ❑Yes [I No ❑Yes ❑No Board Member: []Yes ❑No ❑Yes [I No CONFIDENTIAL j Page 2 of 10 I I � � s o Snsus Board Member ❑Yes ❑No ❑Yes ❑No i Board Member: ❑Yes ❑No ❑Yes E3 No t Board Member: j ❑Yes [I No ❑Yes ONO i Board Member: ❑Yes El No ❑Yes 0 N Board Member ❑Yes El No ❑Yes ONO ` i Board Member: ❑Yes El No []Yes El No ) I r Alien Ownershi questions(if the answer is Yes,provide an attachment explaining the circumstances 1 Is the CustomerlLessee a foreign government or the representative of any foreign government? ❑Yes No Basic Qualification Information F91 1)Has the Customer or any party to this application had any FCC station authorization,license,or construction permit revoked or had any ❑Yes ( No application for an initial,modification or renewal of FCC station authorization,license or construction ermit denied b the Commission? 2)Has the Customer or any party to this filing,or any party directly or indirectly controlling the Customer or any party to this filing ever been convicted of a felony by any state or federal court? ❑Yes Mo 3)Has any court finally adjudged the Customer or any party directly or indirectly controlling the Customer guilty of unlawfully monopolizing or attempting to unlawfully monopolize radio communication,directly or Indirectly,through control of manufacture or sale of radio apparatus,exclusive ❑Yes IN No traffic arrangement,or any other means or unfair methods of competition? CustomerlLessee Certification Statements 1 The Customer/Lessee agrees that the Lease is not a sale or transfer of the license itself. Ixyes Fi-o-1 2)The Customer/Lessee acknowledges that it is required to comply with the Commission's Rules and Regulations and other applicable law at all j times, and if the CustomerlLessee fails to so comply,the Lease may be revoked,cancelled,or terminated by either the Licensee or the Eves Commission. I 3)The Customer/Lessee cerffes that neither it nor any other party to the ApplicationlNotification is subject to a denial of Federal benefits pursuant to Section 5301 of the Anli-Drug Abuse Act of 1988,21 U.S.0§862,because of a conviction for possession or distribution of a controlled substance ffYes j See Section i.2002(b)of the rules,47 CFR§1.2002 b,for the definition of"party to the a lication"as used in this certification.)f 4)The Customer/Lessee hereby accepts Commission oversight and enforcement consistent wth the license and lease authorization. The Lessee acknowledges that It must cooperate fully with any Investigation or Inquiry conducted either by the Commission or the licensee, allow the ( Yes Commission or the Licensee to conduct on-site inspections of transmission facilities,and suspend operations at the direction of the Commission or the Licensee and to the extent that such suspension of operation would be consistent with applicable Commission policies. 5)The CustomerlLessee acknowledges that in the event an authorization held by a Licensee that it has association with it a spectrum leasing arrangement that is the subject of this filing is revoked,cancelled,terminated,or otherwise ceases to be in effect,the CustomerlLessee will have no [yes continuing authority to use the leased spectrum and will be required to terminate its operations no later than the date on which the Licensee ceases , to have any authority tooperate under the license,unless otherwise authorized by the Commission. 6)The Customer/Lessee agrees the Lease shall not be assigned to any entity that is not eligible or qualified to enter into a spectrum leasing l [ayes arrangement under the Commission's Rules and Regulations. 7)The Customer/Lessee waives any claim to the use of any particular frequency or of the electromagnetic spectrum as against the regulatory power I of the United Slates because of the previous use of the same,whether by spectrum lease or otherwise. OSYes I 8)The Customer/Lessee certifies that it is not in default on any payment for Commission licenses and that it is not delinquent on any non-tax debt LX Yes to an federal agency. IXYes The Customer/Lessee certifies that all of its statements made In this ApplicationlNotification and in the schedules,exhibits,attachments,or documents incorporated by reference are i material,are part of this ApplicationlNotification,and are true,complete,correct,and made in good faith.The Customer/Lessee shall notify Sensus in writing in the event any information supplied on this form changes. T e or Printed Name of Party Authorized to Sign —7 First Name: MI: Last Name: Suffix:Nancy Backus Title: Customer Name: I Mayor City of Auburn Signature: Date: 1 r FAILURE TO SIGN THIS AP I TI MAY RESULT IN DISMISSAL OF THE APPLICATION AND FORFEITURE OF ANY FEES AID. WILLFUL FALSE STATEMENTS ADE ON THIS FORM OR ANY ATTACHMENTS ARE PUNISHABLE BY FINE AND/OR IMPRISONMENT(U.S.Code,Title 18,Section 1001) ANDIOR REVOCATION OF ANY STATION LICENSE OR CONSTRUCTION PERMIT(U.S.Code,Title 47,Section 312(a)(1))AND/OR FORFEITURE(U.S,Code Title 47, Section 503). CONFIDENTIAL I Page 3 of 10 0 0 0 © s n s u r--1 Part 2:AMI AGREEMENT 1. Equipment. A. Purchase of Equipment.Customer shall purchase all Equipment from Sensus'authorized distributor pursuant to the terms and conditions(including any warranties on such Equipment)agreed by Customer and Sensus'authorized distributor. This Agreement shall not affect any terms and conditions,including any warranty terms,agreed by Customer and Sensus'authorized distributor. If Customer elects to purchase any equipment or services directly from Sensus, or if Customer pays any fees or other costs to Sensus, then Sensus' Terms of Sale shall apply. The "Terms of Sale" are available at: http://na.sensus.comfTC/TermsConditions.pdf,or 1-800-METER-IT. B. THERE ARE NO WARRANTIES IN THIS AGREEMENT, EXPRESS OR IMPLIED. THERE ARE NO IMPLIED WARRANTIES, INCLUDING WITHOUT LIMITATION,WARRANTIES AS TO FITNESS FOR A PARTICULAR PURPOSE OR MERCHANTABILITY,AND ALL SUCH WARRANTIES ARE HEREBY i EXPRESSLY EXCLUDED. 2. Services. i A. Installation of Equipment. Installation services will be as agreed between the Customer and Sensus' authorized distributor Sensus will not provide installation services pursuant to this Agreement. ; B. Software Implementation. Sensus shall install and configure the Software and shall install the Software on the Server Hardware. C. IT Systems Integration Services. Integration of the Software into Customers new or existing internal IT systems is not included in this Agreement. D. Technical Support. Sensus shall provide Customer the technical support set forth in Exhibit B. E. Project Management.Project Management of the AMI System is not included in this Agreement. I 3. Software. A. Software as a Service(SaaS).Sensus shall provide Customer with Software as a Service,as defined in Exhibit A,only so long as Customer is current in its payments for such services. 4. Spectrum A. Definitions in this Section 4. In this Section 4 only,"Sensus"shall mean Sensus USA Inc.and its wholly owned subsidiary,Sensus Spectrum LLC. B. Spectrum Lease. Sensus hereby grants to Customer,and Customer accepts,a spectrum manager lease("Lease")over the frequencies of certain FCC license(s)("FCC License")solely within Customers Service Territory. (The frequencies of the FCC License within Customers geographic Service Territory ; are called the "Leased Spectrum"). Customer shall pay the Ongoing Fees for use of the Leased Spectrum;if no Ongoing Fees are specifically listed for use of the Leased Spectrum,then Sensus shall partition$900 from the other Ongoing Fees and such amount is hereby allocated to this spectrum lease pursuant to this Agreement. C. FCC Forms. At the Federal Communications Commission(FCC),Sensus will;(1)obtain an FCC Registration Number(FRN)for Customer,(2)submit on behalf of Customer the FCC Form 602 Ownership Disclosure Information if Customer has not already done so; and (3) file a FCC Form 608, notification/application for long-term spectrum manager lease.This Lease becomes effective when the FCC accepts the FCC Form 608. D. Lease Application. In order to complete the FCC lease application,Customer will promptly: I. Complete and sign the representations in Part 1 of this Agreement such that Customer demonstrates it qualifies for a spectrum lease under FCC rules. Customers signature will indicate that Customer authorizes Sensus to; (1)obtain an FRN on behalf of Customer, (2)submit the FCC Form 602 Ownership Disclosure Information on behalf of Customer if Customer has not already done so;and(3)file the spectrum manager lease notification on FCC Form 608 with the Customer as spectrum lessee. ii. Give Sensus the coordinates of the boundaries of Customers Service Territory or,alternatively,approve Sensus'estimation of the same. iii. If Customer has not already done so;Customer hereby authorizes Sensus to apply on Customers behalf and obtain for Customer a Federal Registration Number(FRN,the FCC's unique identifier for each licensee)and shall supply Sensus with Customers Taxpayer Identification Number(TIN). iv. Provide any other information or other cooperation reasonably necessary for the Parties to perform as set forth herein. E. Permitted Use of Spectrum Lease. Customer may transmit or receive over the Leased Spectrum only in the Service Territory and only using FlexNet equipment manufactured by Sensus and used in accordance with Sensus'specifications. Customer may use the Leased Spectrum only to read and direct meters in support of Customers primary utility business or any other operation approved by Sensus in writing. Without limiting the foregoing,Customer is prohibited from reselling,subleasing or sublicensing the Leased Spectrum or from transmitting voice communications over the Leased Spectrum. F. Term of Spectrum Lease. Unless terminated earlier(because, for example, Customer stops using the FlexNet equipment or because this Agreement terminates or expires for any reason),this Lease will have the same term as the FCC license. If Customer is operating in compliance with this Agreement and is current on any payments owed to Sensus,when the FCC License renews,the Parties will apply to the FCC to renew this Lease. G. Termination of Spectrum Lease. The Lease will terminate:(a)two months after Customer stops transmitting with FlexNet equipment manufactured by i Sensus;(b)upon termination,revocation or expiration of the FCC License;(c)upon Customers breach of this Agreement;or(d)upon termination or expiration of this Agreement for any reason. H. FCC Compliance. The following FCC requirements apply I. Pursuant to 47 CFR 1.9040(a); (a) Customer must comply at all times with applicable FCC rules. This Agreement may be revoked by Sensus or the FCC if Customer fails to so comply; (b) If the FCC License is terminated,Customer has no continuing right to use the Leased Spectrum unless otherwise authorized by the FCC; (c) This Agreement is not an assignment,sale or other transfer of the FCC License; i (d) This Agreement may not be assigned except upon written consent of Sensus,which consent may be withheld in its discretion;and I (e) In any event,Sensus will not consent to an assignment that does not satisfy FCC rules. ii. Referencing 47 CFR 1.9010,Sensus retains de jure and de facto control over the applicable radio facilities,including that, 4 (a) Sensus will be responsible for Customers compliance with FCC policies and rules. Sensus represents and warrants that it has engineered the I FlexNet equipment and accompanying software and other programs to comply with FCC rules.Customer will operate the FlexNet equipment subject to Sensus'supervision and control and solely in accordance with Sensus'specifications. Sensus retains the right to inspect Customers radio operations hereunder and to terminate this Agreement or take any other necessary steps to resolve a violation of FCC rules,including to order Customer to cease transmission. Sensus will act as spectrum manager in assigning spectrum under the FCC License so as to avoid any harmful interference or other violation of FCC rules. Sensus will be responsible for resolving any interference complaints or other FCC rule I violations that may arise;and I CONFIDENTIAL I Page 4 of 10 o ® SEnsus i O (b) Sensus will file any necessary FCC forms or applications and Customer agrees reasonably to assist Sensus with such filing by providing any necessary information or other cooperation. Sensus will otherwise interact with the FCC with respect to this Agreement,the FCC License or FlexNet equipment. I. Interference. Customer agrees to report to Sensus promptly,and in no event later than 72 hours afterward,any incident related to the Leased Spectrum, including where Customer experiences harmful interference,receives a complaint or other notice of having caused harmful interference,or receives any type of communication from the FCC or other government agency regarding radio transmission. j 5. General Terms and Conditions. ! A. Intentionally Omitted B. Limitation of Liability. I. Sensus'aggregate liability in any and all causes of action arising under,out of or in relation to this Agreement,its negotiation,performance,breach or termination (collectively"Causes of Action")shall not exceed the greater of;(a)the total amount paid by Customer directly to Sensus under this Agreement;or(b)ten thousand US dollars(USD 10,000.00). This is so whether the Causes of Action are in tort,including,without limitation,negligence or strict liability,in contract,under statute or otherwise. As separate and independent limitations on liability,Sensus'liability shall be limited to direct damages. Sensus shall not be liable for;(i)any indirect,incidental,special or consequential damages;nor(ii)any revenue or profits lost by Customer or its Affiliates from any End User(s),irrespective whether such lost revenue or profits is categorized as direct damages or otherwise;nor(iii)any In/Out Costs; nor(iv) manual meter read costs and expenses; nor(v) damages arising from maincase or bottom plate breakage caused by freezing temperatures, water hammer conditions, or excessive water pressure. The limitations on liability set forth in this Agreement are fundamental inducements to Sensus entering into this Agreement. They apply unconditionally and in all respects. They are to be interpreted broadly so as to give Sensus the maximum protection permitted under law. ii. To the maximum extent permitted by law,no Cause of Action may be instituted by Customer against Sensus more than TWELVE(12)MONTHS after the Cause of Action first arose. In the calculation of any damages in any Cause of Action,no damages incurred more than TWELVE(12)MONTHS prior to the filing of the Cause of Action shall be recoverable. C. Termination. Either party may terminate this Agreement earlier if the other party commits a material breach of this Agreement and such material breach is not cured within forty-five(45)days of written notice by the other party.Upon any expiration or termination of this Agreement,Sensus'and Customer's obligations hereunder shall cease and the software as a service and spectrum lease shall immediately cease. D. Force Majeure. If either party becomes unable,either wholly or in part,by an event of Force Majeure,to fulfill its obligations under this Agreement,the obligations affected by the event of Force Majeure will be suspended during the continuance of that inability. The party affected by the force majeure will take reasonable steps to mitigate the Force Majeure.'Force Maieure"means an event beyond a party's reasonable control,including,without limitation,acts of God,hurricane,flood,volcano,tsunami,tornado,storm,tempest,mudslide,vandalism,illegal or unauthorized radio frequency interference,strikes,lockouts, or other industrial disturbances,unavailability of component parts of any goods provided hereunder,acts of public enemies,wars,blockades,insurrections, riots,epidemics,earthquakes,fires,restraints or prohibitions by any court,board,department,commission or agency of the United States or any States,any i arrests and restraints,civil disturbances and explosion. E. Intellectual Property, No Intellectual Property is assigned to Customer hereunder.Sensus shall own or continue to own all Intellectual Property used, created,and/or derived in the course of performing this Agreement To the extent,if any,that any ownership interest in and to such Intellectual Property does I not automatically vest in Sensus by virtue of this Agreement or otherwise,and instead vests in Customer,Customer agrees to grant and assign and hereby I does grant and assign to Sensus all right,title,and interest that Customer may have in and to such Intellectual Property.Customer agrees not to reverse engineer any Equipment purchased or provided hereunder. 'Intellectual Property"means patents and patent applications,inventions(whether patentable or not), trademarks, service marks,trade dress,copyrights, trade secrets, know-how,data rights,specifications, drawings,designs, maskwork rights, moral rights,author's rights,and other intellectual property rights,as may exist now or hereafter come into existence,and all renewals and extensions thereof, regardless of whether any of such rights arise under the laws of the United States or of any other state,country orjurisdiction,any registrations or applications j thereof,and all goodwill pertinent thereto. r F. Confidentiality. Both parties shall(and shall cause their employees and contractors to)keep all Confidential Information strictly confidential and shall not disclose it to any third party,except to the extent reasonably required to perform and enforce this Agreement or as required under applicable law,court order or regulation. As used herein,"Confidential Information"means any and all non-public information of either party,including the terms of this agreement,all technical information about either party's products or services,pricing information,marketing and marketing plans,Customer's End Users'data,AMI System performance,AMI System architecture and design,AMI System software,other business and financial information of either party,and all trade secrets of either party. The Confidential Information may be transmitted orally,in writing,electronically or otherwise observed by either party. Notwithstanding the I foregoing,"Confidential Information"shall not include;(i)any information that is in the public domain other than due to Recipient's breach of this Agreement;(ii) any information in the possession of the Recipient without restriction prior to disclosure by the Discloser;or(iii)any information independently developed by the Recipient without reliance on the information disclosed hereunder by the Discloser."Discloser"means either party that discloses Confidential Information, and"Recipient"means either party that receives it. G. Non-Waiver of Rights. A waiver by either party of any breach of this Agreement or the failure or delay of either party to enforce any of the articles or other provisions of this Agreement will not in any way affect,limit orwaive that party's right to enforce and compel strict compliance with the same or other articles or provisions. H. Assignment and Sub-contracting. Either party may assign,transfer or delegate this Agreement without requiring the other party's consent;(i)to an Affiliate; (ii)as part of a merger,or(iii)to a purchaser of all or substantially all of its assets. Apart from the foregoing,neither party may assign,transfer or delegate this Agreement without the prior written consent of the other,which consent shall not be unreasonably withheld. Furthermore,Customer acknowledges Sensus may use subcontractors to perform RF Field Equipment installation,the systems integration work(if applicable),or project management(if applicable),without requiring Customer's consent. j I. Amendments. No alteration,amendment,or other modification shall be binding unless in writing and signed by both Customer and by a vice president(or I higher)of Sensus. J. Governing Law and Dispute Resolution. This Agreement shall be governed by,construed and enforced in accordance with the laws of the State of t Washington. Any and all disputes arising under,out of,or in relation to this Agreement,its negotiation,performance or termination("Disputes')shall first be resolved by the Parties attempting mediation in Washington.If the Dispute is not resolved within sixty(60)days of the commencement of the mediation,it shall be litigated in the state or federal courts located in Washington. TO THE MAXIMUM EXTENT PERMITTED BY LAW,THE PARTIES AGREE TO A BENCH TRIAL AND THAT THERE SHALL BE NO JURY IN ANY DISPUTES. K. Restriction on Discovery. The Parties acknowledge the abundance of documents,data,and other information stored in an electronic manner and the time and costs associated with retrieving relevant electronic data from the Parties during the Discovery portion of a claim. Accordingly,the Parties shall utilize only printed or hard-copy documents,data, and other information in Discovery and shall not use or request electronic or e-Discovery methods for any claim, demand,arbitration or litigation subject to this Agreement. All relevant and unprivileged printed or hard-copy materials shall be subject to Discovery,but i i CONFIDENTIAL I Page 5 of 10 i o � o ° SEA us 0 neither Party has an obligation to maintain printed or hard-copy tiles in anticipation of a claim,demand,litigation,or arbitration proceeding. L. Survival. The provisions of this Agreement that are applicable to circumstances arising after its termination or expiration shall survive such termination or expiration. M. Severability. In the event any provision of this Agreement is held to be void,unlawful or otherwise unenforceable,that provision will be severed from the remainder of the Agreement and replaced automatically by a provision containing terms as nearly like the void, unlawful,or unenforceable provision as possible;and the Agreement,as so modified,will continue to be in full force and effect. N. Four Corners. This written Agreement represents the entire understanding between and obligations of the parties and supersedes all prior understandings, i agreements,negotiations,and proposals,whether written or oral,formal or informal between the parties. There are no other terms or conditions,oral,written, electronic or otherwise. There are no implied obligations. All obligations are specifically set forth in this Agreement. Further,there are no representations that k induced this Agreement that are not included in it. The ONLY operative provisions are set forth in writing in this Agreement. I 0. Counterparts.This Agreement may be executed in any number of counterparts,each of which shall be deemed an original,but all of which together shall constitute one and the same instrument. Additionally,this Agreement may be executed by facsimile or electronic copies,all of which shall be considered an original for all purposes. 6. Definitions. As used in this Agreement,the following terms shall have the following meanings: A. "Affiliate"of a party means any other entity controlling,controlled by,or under common control with such party,where"control"of an entity means the ownership, directly or indirectly,of 50%or more of either;(i)the shares or other equity in such entity;or(ii)the voting rights in such entity B. "AMI System"identifies the Sensus FlexNet Advanced Meter Infrastructure System comprised of the SmartPoint Modules,RF Field Equipment,Server Hardware, software licenses,FCC licenses,and other equipment provided to Customer hereunder. The AMI System only includes the foregoing,as provided by Sensus. The AMI System does not include goods,equipment,software,licenses or rights provided by a third party or parties to this Agreement. C. "Echo Transceiver"identifies the Sensus standalone,mounted relay device that takes the radio frequency readings from the SmartPoint Modules and relays them by radio frequency to the relevant FlexNet Base Station. D. "End User"means any end user of electricity,water,and/or gas(as applicable)that pays Customer for the consumption of electricity,water,and/or gas,as applicable. E. "Field Devices"means the meters and SmartPoint Modules. F. "FlexNet Base Station"identifies the Sensus manufactured device consisting of one transceiver,to be located on a tower that receives readings from the SmartPoint Modules(either directly or via an Echo Transceiver)by radio frequency and passes those readings to the RNI by TCP/IP backhaul communication.For clarity,FlexNet Base Stations include Metro Base Stations. G. "FlexWareTM Software"identifies the Sensus proprietary software used in the RNI and any Patches,Updates,and Upgrades that are provided to Customer pursuant to the terms of this Agreement. H. "Harris Software"means the specific items of software provided by N.Harris Computer Corporation only to the extent Customer,(i)has been provided pricing for that specific item of Harris Software;and(ii)is current in its payments for that specific item of Hams Software. I. "In/Out Costs"means any costs and expenses incurred by Customer in transporting goods between its warehouse and its End User's premises and any costs and expenses incurred by Customer in installing,uninstalling and removing goods. J. "Intellectual Property'means patents and patent applications,inventions(whether patentable or not),trademarks,service marks,trade dress,copyrights,trade secrets, know-how,data rights,specifications,drawings,designs,maskwork rights,moral rights,author's rights,and other intellectual property rights,including any derivations and/or derivative works,as may exist now or hereafter come into existence,and all renewals and extensions thereof,regardless of whether any of such rights arise under the laws of the United States or of any other state,country orjurisdiction,any registrations or applications thereof,and all goodwill pertinent thereto. K. "LW Identifies the load control modules. L. "Ongoing Fee"means the annual or monthly fees,as applicable,to be paid by Customer during the Term of this Agreement. M. "Patches"means patches or other maintenance releases of the Software that correct processing errors and other faults and defects found previous versions of the Software. For clarity,Patches are not Updates or Upgrades. N. "Permitted Use"means only for reading Customer's meters in the Service Territory The Permitted Use does not include reading third party meters or reading meters outside the Service Territory. I 0. "Release"means both Updates and Upgrades. P. "Remote Transceiver"identifies the Sensus standalone,mounted relay device that takes the radio frequency readings from the SmartPoint Modules and relays them directly to the RNI by TCP/IP backhaul communication. Q. "RF Field Equipment'means,collectively,FlexNet Base Stations,Echo Transceivers and Remote Transceivers. R. "RNr'identifies the regional network interfaces consisting of hardware and software used to gather,store,and report data collected by the FlexNet Base Stations from the SmartPoint Modules.The RNI hardware specifications will be provided by Sensus upon written request from Customer. S. "Service Territory'identifies the geographic area where Customer provides electricity,water,and/or gas(as applicable)services to End Users as of the Effective Date. i This area will be described in the parties'spectrum lease filing with the FCC. T. "Server Hardware"means the RNI hardware. U. "SmartPoint"I Modules"identifies the Sensus transmission devices installed on devices such as meters,distribution automation equipment and demand/response ) devices located at Customer's End Users'premises that take the readings of the meters and transmit those readings by radio frequency to the relevant FlexNet Base Station,Remote Transceiver or Echo Transceiver. V. "Software"means all the Sensus proprietary software provided pursuant to this Agreement,and any Patches,Updates,and Upgrades that are provided to Customer pursuant to the terms of this Agreement. W "TouchCoupler Unif identifies an inductive coupler connection from a water register to the SmartPoint Module. X. "Updates"means releases of the Software that constitute a minor improvement in functionality Y. "Upgrades'means releases of the Software which constitute a significant improvement in functionality or architecture of the Software. Z. "WAN Backhaul"means the communication link between FlexNet Base Stations and Remote Transceivers and RNI. I CONFIDENTIAL Page 6 of 10 Oo Snss j o I Exhibit A I Software as a Service I I. Description of Services This exhibit contains the details of the Software as a Service that Sensus shall provide to Customer if both;(i)pricing for Software as a Service has been provided to the Customer,and(ii)the Customer is current in its payments for Software as a Service. A. Termination of Software as a Service. Customer shall have the option at any time after full deployment but before the end of the Term to terminate the j Software as a Service by giving Sensus one hundred twenty(120)calendar days prior written notice. Upon delivery of the notice,Customer shall purchase the I necessary RNI(s)and shall pay all applicable fees,including any unpaid Software as a Service fees,. Such notice,once delivered to Sensus,is irrevocable. Should Customer elect to terminate the Software as a Service,Customer acknowledges that;(a)Customer shall purchase the RNI hardware;(b)Customer will purchase the necessary software license(s);(c)Sensus will cease to provide the Software as a Service;the parties will fulfill their respective obligations provided that the Customer shall only be obligated to purchase software licenses if it elects to continue to use and host the Sensus software. Sensus acknowledges and i agrees at the time of termination and subsequent purchase,the Customer is the sole owner of any hardware purchased by the City from Sensus. Customer shall I own all raw end user data. Sensus shall continue to own all Intellectual Property created during the term of the Agreement,including any aggregated and anonymized data. B. Software as a Service Definition. i 1."Software as a Service"means only the following services: I. Use of RNI hardware,located at Sensus'or a third party's data center facility(as determined by Sensus),that is necessary to operate the AMI System. ii. Initial training(not to exceed five days)on the use of the AMI System and all product documentation,including any updates to product documentation. iii. Providing Patches,Updates,and Upgrades to latest Sensus FlexWare Software releases. iv. Providing FCC spectrum,pursuant to the terms of the spectrum lease,to operate the AMI System(for USA customers). v. Providing remote firmware maintenance for FlexNet Base Stations and SmartPoint Modules(Customer must provide IP access to each FlexNet'Base i Station in order to perform secure shell(SSH) functions). vi. Providing certain third party software required to operate the RNI(specifically,Microsoft SQL server,Microsoft Windows Server,Red Hat Linux OS,and other Bundled Software). i vii. Providing secure Web portal access to the hosted FlexWare Software application for the Customer(Customer system administrator grants RNI access to authorized Customer personnel as they are added). viii. If requested,submitting a"daily reading file"in standard file format containing hourly consumption reads and all available alarms collected by the AMI System,including exception reports,such as zero consumption reads and non-responding meters(including traceability to the meter location when the meter installer provides the location information). ix. 24x7x365 server and network monitoring and trouble ticket generation,advanced security monitoring and preventative maintenance monitoring using i diagnostic software tools. x. Network optimization after the final propagation study and FlexNet Base Station site plan is verified by Sensus,and network tuning of endpoints deployed in the Service Territory. xi. Performing daily off-site vaulting of encrypted backup tapes containing one year of history for auditing purposes. xii. Providing current Sensus fixed base reporting software(for up to 50,000 SmartPoint Modules)for up to thirteen(13)months of hourly data retention for basic reporting,route processing and querying functionality. xiii. Providing telephone support consistent with the Sensus Technical Support as set forth in Exhibit B. xiv. Providing"hot failover"disaster recovery solution within twenty four(24)hours, i xv Providing FlexNet Base Station parts repair or replacement,at Sensus'discretion. This excludes field repair labor and field maintenance labor. 2. "Software as a Service"does not include any of the following services: I, Normal periodic processing of accounts or readings for Customer's billing system for billing or other analysis purposes(other than daily file delivery). I ii. Field labor to troubleshoot any SmartPoint Modules in the field in meter populations that have been previously accepted. j iii. First response labor to troubleshoot FlexNet Base Station,Echo Transceivers,Remote Transceivers or other field network equipment. iv. Parts or labor required to repair damage to any field network equipment that is the result of a Force Majeure event. v. Customer understands that the Sensus route manager meter data management(MDM)application is limited to 50,000 or fewer SmartPoint Modules,and Customer must utilize an enterprise MDMS(or other suitable solution)to manage reading data when system size exceeds 50,000 SmartPoint Modules. If an item is not listed in subparagraphs(1)or(2)above,such item is excluded from the Software as a Service and is subject to additional pricing. II. Further Agreements A. System Uptime Rate 1.Sensus(or its contractor)shall host the FlexWare Software application on computers owned or controlled by Sensus(or its contractors)and shall provide i Customer access to the hosted FlexWare Software application via internet or point to point connection(i.e.,Hosted-Access use),according to the terms below.Sensus endeavors to maintain an average System Uptime Rate equal to ninety-nine(99.0)per Month(as defined below). The System Uptime Rate shall be calculated as follows: System Uptime Rate= 100 x (TMO—Total Non-Scheduled Downtime minutes in the Month) TMO 2.Calculations I. "Targeted Minutes of Operation"or"TMO"means total minutes in the applicable month("Month")minus the Scheduled Downtime in the Month. ii. "Scheduled Downtime"means the number of minutes during the Month,as measured by Sensus,in which access to the FlexWare Software is scheduled to be unavailable for use by Customer due to planned system maintenance, Sensus shall provide Customer notice(via email or otherwise)at least seven(7)days in advance of commencement of the Scheduled Downtime. iii. "Non-Scheduled Downtime"means the number of minutes during the Month,as measured by Sensus,in which access to FlexWare Software is unavailable for use by Customer due to reasons other than Scheduled Downtime or the Exceptions,as defined below(e.g.,due to a need for unplanned maintenance or repair). 3.Exceptions."Exceptions"mean the following events: CONFIDENTIAL I Page 7 of 10 D o ® nsus I i. Force Majeure; ii. Emergency Work,as defined below;and iii. Lack of Internet Availability,as described below. 4.Emergency Work. In the event that Force Majeure,emergencies,dangerous conditions or other exceptional circumstances arise or continue during TMO, Sensus shall be entitled to,take any actions that Sensus,in good faith,determines is necessary or advisable to prevent,remedy,mitigate,or otherwise address actual or potential harm,interruption,loss,threat,security or like concern to any of the Host Systems or the FlexWare Software("Emergency Work "). Such Emergency Work may include,but is not limited to:analysis,testing,repair,maintenance,re-setting and other servicing of the hardware,cabling, networks,software and other devices,materials and systems through which access to and/or use of the FlexWare Software by the Customer is made available(the"Host Systems").Sensus shall endeavor to provide advance notice of such Emergency Work to Customer when practicable and possible. 5.Lack of Internet Availability.Sensus shall not be responsible for any deterioration of performance attributable to latencies in the public internet or point-to- point network connection operated by a third party.Customer expressly acknowledges and agrees that Sensus does not and cannot control the flow of data II to or from Sensus'networks and other portions of the Internet,and that such flow depends in part on the performance of Internet services provided or controlled by third parties,and that at times,actions or inactions of such third parties can impair or disrupt data transmitted through,and/or Customer's connections to,the Internet or point-to-point data connection(or portions thereof).Although Sensus will use commercially reasonable efforts to take actions Sensus may deem appropriate to mitigate the effects of any such events,Sensus cannot guarantee that such events will not occur.Accordingly,Sensus disclaims any and all liability resulting from or relating to such events. B. Host Site-Security. Although Sensus may modify such security arrangements without consent or notice to Customer,Customer acknowledges the following are the current arrangements regarding physical access to and support of the primary hardware components of the Host Systems: 1 1.The computer room(s)in which the hardware is installed is accessible only to authorized individuals. 2.Power infrastructure includes one or more uninterruptible power supply(UPS)devices and diesel generators or other altemative power for back-up electrical power. 3.Air-conditioning facilities(for humidity and temperature controls)are provided in or for such computer room(s)and can be monitored and adjusted for humidity and temperature settings and control.Such air systems are supported by redundant,back-up and/or switch-over environmental units. 4.Such electrical and A/C systems are monitored on an ongoing basis and personnel are available to respond to system emergencies(if any)in real time. 5.Dry pipe pre-action fire detection and suppression systems are provided. 6.Data circuits are available via multiple providers and diverse paths,giving access redundancy. C. Responsibilities of Customer 1. Customer shall promptly pay all Software as a Service fees. 2. Customer may not(i)carelessly,knowingly, intentionally or maliciously threaten,disrupt, harm,abuse or interfere with the FlexWare Software, Host Systems or any of their functionality,performance,security or integrity,nor attempt to do so;(ii)impersonate any person or entity,including,but not limited r to,Sensus, a Sensus employee or another user,or(iii)forge, falsify,disguise or otherwise manipulate any identification information associated with Customer's access to or use of the FlexWare Software application. i 3. The provisioning, compatibility, operation, security, support, and maintenance of Customer's hardware and software ("Customer's Systems") is exclusively the responsibility of Customer.Customer is also responsible,in particular,for correctly configuring and maintaining(1)the desktop environment used by Customer to access the FlexWare application hosted by Sensus;and(ti)Customer's network router and firewall,if applicable,to allow data to flow between the Customers Systems and Sensus'Host Systems in a secure manner via the public Internet 4. Each of Customer's authorized users will receive a username and password upon completion of the applicable Sensus registration process("Authorized Users").Such usemames and passwords will allow Authorized Users to access the FlexWare Software application.Customer shall be solely responsible for maintaining the security and confidentiality of each user ID and password pair associated with Customer's account,and Sensus will not be liable for any loss,damage or liability arising from Customer's account or any user ID and password pairs associated with Customer.Customer is fully responsible I for all acts and omissions that occur through the use of Customer's account and any user ID and password pairs.Customer agrees(i)not to allow anyone 1 other than the Authorized Users to have any access to,or use of Customers account or any user ID and password pairs at any time;(ii)to notify Sensus immediately of any actual or suspected unauthorized use of Customers account or any of such user ID and password pairs,or any other breach or suspected breach of security,restricted use or confidentiality;and(iii)to take the Sensus-recommended steps to log out from and otherwise exit the ! FlexWare Software application and Host Systems at the end of each session.Customer agrees that Sensus shall be entitled to rely,without inquiry,on I the validity of the user accessing the FlexWare Software application through Customers account,account ID,usemames or passwords. D. Disaster Recovery. In the case of a disaster and loss of access to or use of the FlexWare Software application,Sensus shall use commercially reasonable efforts to restore operations at the same location or at a backup location within twenty four(24)hours.Customer acknowledges and agrees that such an event may result in partial or degraded service when restored.The pre-disaster/loss level of service shall be restored as a soon as commercially reasonable. If Sensus is providing Customerwith a license to use Hams Software,Customer agrees to the following: Customer License Agreement 1. No license is given to the Customer for the source code to the Harris Software.The Customer agrees that it will not attempt to derive,or permit or help others to derive the source code relating to the Harris Software or attempt to otherwise convert or alter the Harris Software into human readable code.The Customer further agrees that it will not attempt to duplicate,or permit or help others to duplicate,the source code relating to the Harris Software. 2. The Customer shall have no right to modify the Harris Software supplied by Sensus for Customer's use under this Customer License Agreement without the prior written approval and direction of Sensus and Harris. 3. Customer shall not sublicense or permit the sublicense of any of the rights granted to the Customer related to the Harris Software. 4. The Customer agrees that it will not,except as otherwise expressly provided in this Customer License Agreement or except as dictated by Customer's standard computer system's backup procedures and/or test environments,make or allowolhers to make copies or reproductions of the Harris Software or other proprietary information in any form. 5. The Customer will ensure that the Universal Copyright Convention symbol and other copyright and proprietary notices of Harris will remain on the Harris Software in machine-readable form. 6. The Customer will take the same care to safeguard the Harris Software as it takes to safeguard its own confidential information and such care shall not be any less than would be taken by a reasonable person to safeguard its own confidential information. 7. No third party,other than duly authorized agents or employees of the Customer authorized pursuant to the licenses issued hereunder,shall have access to or use of the Harris Software. B. To enable Harris to provide effective support,the Customer shall allow Hams to have remote access to the Harris Software and shall permit Harris to use online diagnostics if required during problem diagnosis CONFIDENTIAL I Page 8 of 10 I O I 0 o i ® c e n s u s I Exhibit 8 I Technical Support I 1. Introduction Sensus Technical Services provides utility customers with a single point of contact for Tier 1 support of technical issues as well as any coordination of additional i resources required to resolve the issue.Requests that require specialized skills are to be forwarded to a senior support engineer or Technical Advisor within the i team for further analysis.If Technical Services has exhausted all troubleshooting efforts for the product type,the issue will escalate to the Engineering Support Team.Occasionally,on-site troubleshooting/analysis may be required.The preferred order of on-site support is: a) The Customer(for assistance with the easiest and lowest time-consuming activities such as power on/power off). b) The local distributor. c) Sensus employees or contracted personnel,if required to fulfill a contract commitment. I 2. Support Categories j 2.1 General questions regarding functionality, use of product, how-to, and requests for assistance on Sensus AMR,AM[, RF Network Equipment, Metering Products and Sensus Lighting Control. 2.2. Proactive reporting and resolution of problems. 2.3. Reactive reporting to isolate,document,and solve reported hardware/software defects. i 2.4. Responding to service requests and product changes. 2.5. Addressing customer inquiries with printed or electronic documentation,examples,or additional explanation/clarification. 3. Support Hours 3.1. Standard Support Hours:Toll-free telephone support(1-800-638-3748 option#2)is available Monday thru Friday from 8:OOAM EST to 6:OOPM EST.After- hours,holiday and weekend support for Severity 1 and Severity 2 issues is available by calling 1-800-638-3748,option#8. 4. Support Procedures ! 4.1. Customer identifies an issue or potential problem and calls Technical Services at 1-800.638-3748 Option#2.The Customer Service Associate or Technical i Support Engineerwill submit Support ticket. 4.2. The Customer Service Associate or Technical Support Engineer will identify the caller name and utility by the assigned software serial number,city,and state in which the call originated.The nature of the problem and severity levels will be agreed upon by both parties(either at the time the issue is entered or prior to j upgrading or downgrading an existing issue)using the severity definitions below as a guideline.The severity level is then captured into a support ticket for creation and resolution processing.Any time during the processing of this ticket,if the severity level is changed by Sensus,the customer will be updated. Severity Levels Description: Sev1 Customer's production system is down.The system is unusable resulting in total disruption of work.No workaround is available and requires immediate attention. f Example:Network mass outage,all reading collection devices inoperable,inoperable head end software(e.g.,FlexWare,Sensus MDM). ! Sev2 Major system feature/function failure. Operations are severely restricted; there is a major disruption of work, no acceptable work-around is available,and failure requires immediate attention. Examples: Network equipment failure(e.g., FlexNet Echo, FlexNet Remote, Base Station transceiver, or VGB); inoperable reading devices (e.g., AR5500,VXU,VGB,or CommandLink);head end software application has important functionality not working and cannot create export file for billing system operations. i Sev3 The system is usable and the issue doesn't affect critical overall operation. i Example:Minor network equipment failure(e.g.,EcholRemote false alarms or Base Station transceiver false alarms);head end software application operable but reports are not running properly,modification of view or some non-critical function of the software is not running. Sev4 Minor system issues,questions,new features,or enhancement requests to be corrected in future versions. 1 Examples:Minor system issues,general questions,and'How-To"questions. j 4.3. The Customer Service Associate or Technical Support Engineer identifies whether or not the customer is on support.If the customer is not on support,the customer is advised of the service options as well as any applicable charges that may be billed. I 4.4. Calls are placed in a queue from which they are accessible to Technical Support Engineers on a first-come-first-serve basis.A first level Customer Service Associate may assist the customer,depending on the difficulty of the call and the representative's technical knowledge.Technical Support Engineers(Tier 1 support)typically respond/resolve the majority of calls based on their product knowledge and experience.A call history for the particular account is researched to note any existing pattern or if the call is a new report.This research provides the representative a basis and understanding of the account as well as any i associated problems and/or resolutions that have been communicated. a. Technical Services confirms that there is an issue or problem that needs further analysis to determine its cause.The following information must be j collected:a detailed description of the issue's symptoms,details on the software/hardware product and version,a description of the environment in which the issue arises,and a list of any corrective action already taken. j b. Technical Services will check the internal database and product defect tracking system,to see if reports of a similar problem exist,and if any working solutions were provided.If an existing resolution is found that will address the reported issue,it shall be communicated to the customer.Once it is confirmed that the issue has been resolved,the ticket is closed. c. If there is no known defect or support that defines the behavior,Technical Services will work with the customer to reproduce the issue.If the issue can be reproduced,either at the customer site or within support center test lab,Technical Services will escalate the ticket for further investigation/resolution. ` If the issue involves units that are considered to be defective with no known reason,the representative will open a Special Investigation RMA through the j Support system.If it is determined that a sample is required for further analysis,the customer will be provided with instructions that detail where to send the product sample(s)for a root cause analysis.Once it is determined that the issue cannot be resolved by Tier 1 resources,the ticket will be escalated to Tier 2 CONFIDENTIAL I Page 9 of 10 ! FIUS support for confirmation/workarounds to resolve immediate issue.Technical Services will immediately contact the customer to advise of the escalation.The response and escalation times are listed in Section 5.At this time,screen shots,log files,configuration files,and database backups will be created and attached to the ticket. 5. Response and Resolution Targets: I Sensus Technical Support will make every reasonable effort to meet the following response and resolution targets: Severity Standard Target Standard Target Resolution Resolution(one or more of the following) Response Immediately assign trained and qualified ° Satisfactory workaround is provided. Services Staff to correct the error on an o Program patch is provided. 1 30 Minutes expedited basis. Provide ongoing . Fix incorporated into future release. communication on the status of a - Fix or workaround incorporated into the Support ! correction. Knowledge Base. . Satisfactory workaround is provided. i Assign trained and qualified Services a Program patch is provided. 2 4 hours Staff to correct the error. Provide . Fix incorporated into future release. communication as updates occur, o Fix or workaround incorporated into the Support Knowledge Base. • Answer to question is provided. e Satisfactory workaround is provided. j 3 1 Business Day 90 business days a Fix or workaround incorporated into the Support Knowledge Base. • Fix incorporated into future release. C Answer to question is provided. 4 2 Business Days 12 months . Fix or workaround incorporated into the Support Knowledge Base. 6. Problem Escalation Process. 6.1. If the normal support process does not produce the desired results,or if the severity has changed,the issue may be escalated as follows to a higher level of authority. 6.1.1.Severity 1 issues are escalated by Sales or Technical Services to a Supervisor if not resolved within 2 hours;to the Manager level if not resolved within 4 hours;to the Director level if not resolved within the same business day;and to the VP level if not resolved within 24 hours. 6.1.2.A customer may escalate an issue by calling 1-800-638-3748,Option 2.Please specify the Support ticket number and the reason why the issue is being escalated. 6.1.3.In the event that a customer is not satisfied with the level of support or continual problem with their products,they may escalate a given Support ticket to Manager of Technical Services(1-800-638-3748,Option 2). 7. General Support Provisions and Exclusions. 7.1. A Dell-provided three-year ProSupport hardware service plan plus a 4 hour"Mission Critical"upgrade accompanies the serverlsystem hardware that Sensus procures on behalf of the customer.Sensus does not warrant third party server hardware.The customer may renew the ProSupport service plan directly with Dell.The"Dell Master Services Agreement"and"Pro Support for IT Services Description"documents may be found atwww.dell.com/service contracts. 7.2. Sensus procures certain third party software licenses(e.g.Red Hat Enterprise Linux)required to operate the FlexNet-based applications on the Dell hardware. Sensus registers all the applicable third party software licenses in the customer's name and ships all documentation and licensing information to the customer with the server.The customer is responsible for maintaining all third party software licenses. 7.3. In the event of a server hardware failure at the customer site,Sensus will provide replacement Sensus proprietary software(e.g.,FlexWare)either on digital j I media or downloadable from an internet site,as necessary.The method of software redistribution is at Sensus'discretion.The customer is responsible for re- i installing the replacement software.Sensus installation support is not covered under this standard Technical Support program but may be provided as a fee- based service. i 7.4. Sensus provides online documentation for Sensus products through the Sensus User Forum(http://myflexnetsystem.com/Module]UseriLogin).All Sensus customers are provided access to this online database,which includes operation,configuration and technical manuals.Sensus also hosts periodic user group teleconferences to facilitate the interchange of product ideas,product enhancements,and overall customer experiences.The customer shall provide names and email accounts to Sensus so Sensus may provide access to the Portal. 7.5. Specialized support from Sensus is available on a fee basis to address support issues outside the scope of this support plan or if not covered under another specific maintenance contract.For example,specialized systems integration services or out of warranty network equipment repair that is not covered under a separate maintenance contract. i I I CONFIDENTIAL j Page 10 of 10 Automated Noter Infraskoture System Equipment and 8ervloes Contrsot Bolwoon:Clly of Auburn and Ferguson ATTACHMENT "D" Project CP1317,Water Meter&Billing System Improvements, Contract No, 15,11 CONTRACT SCHEDULE City of Auburn and Ferguson Waterworks AMI Deployment Project Schedule To Be Provided Within 30 Days of Signed Contract i 2015 2016 2017 Task Name I Start Finish .Au Se Oct Nov Dec Jan(Feb MarlAprl_M_a_y Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Junl Jul lAualSep Oct Nov Dec Contract Negotiations Complete Mon 8/17/15 Mon 8/17/15] ® 8/1 I and Contract Signed I i i Notice to Proceed Tue 8118115 Tue 8118/151 ® 8!1$ Project Management Kick-Off Mon 8124/15 Mon 8/24/151 8/2 ! Meeting j I Order Lead-time for Collectors, Tue 8125/15 Mon 10/5/15: Meters,Radios,and Software j i f I i Logic Software Integration& Tue 9/1/15 Mon 10112/15) Installation Collectors Site Preparation and Thu 9/3/15 Thu 10/1/15 Installation Sensus Validation Meeting Thu 9!24/15 Fri 9/25/15 Phase 1-Large Meters 8 District 5 Mon 10/5/15 Thu 12/24/15 Installation Prerequisite Software Training Tue 11/10/15 Wed 11/11/1: I Software Training Mon 11/16/15 Wed 11/18/15 6 i Radio Installation and Field Thu 11/19/15 Fri 11/20/15 Programming Training j Phase II-District 1 8 3 Mon 1/4/16. Thu 918!16 Phase III-District 4 8 2 - Tue 1/3/17' Fri 9/8117 j i Provide Sensus Manuals Tue 11/24/15 Tue 11/24/15 @I 11Q4 Closeout Project Thu 12/14/17 Fri 12/15/17 Task Inactive Milestone Finish-only Split Inactive Summary External Tasks V Milestone C Manual Task _ External Milestone Project:AMISchedule3 Summa Date.Tue 7/28/15 ry IV Duration-only Progress Project Summary Manual Summary Rollup O Deadline External Tasks Manual Summary p External Milestone 4v Start-only Page 1 Automated Meter Infrastructure 8yetem Equipment and SBMIces ConVaot Botwoom Clty of Auburn and Foryuson ATTACHMENT "E" Project CP1317,Water Meter&Billing System Improvements, Contract No, 15.11 EQUIPMENT WARRANTY i i i i Sensus Limited Warranty G•500 R18 L General Product Coverage comfiperl or by request from 1-800-METER-IT, for twenty(20)years from the date of Sensus USA Inc ("Sensus")warrants Its products and parts to be free from defects In Sensus shipment.The IPERL System warranty does not include Die external housing, material and workmanship for one(1)year from the data of Sensus shipment and as VIII.Maincaso... set forth below, All products are sold to customer("Customer')pursuant to Sensus' of the SR,SR II and PMM In both standard and low lead alley meters are warranted to Terms of Sale,available at;htlp://sensus comlTC/('Terms of Sale"), be free from defects in material and workmanship for IwanlyDve(26)years from the H. SR lie and accuSTRIll 518",3/4"&1"Motors... dateof Sensus shipment,Composite and E-coaled maireases will be free from defects are warranted to perform to AWWA New Meter Accuracy Standards for five(6)years in matenrlai and workmanship for fifteen(15)years from the dale of Sensus shipment, ` from the dale of Sensus shipment or until the regis-Arallon shown below,whichever IX.Sensus"W"Series Turbo Motors,OMNIRA Mentors and Propeller Meters... occurs fifsl.Serous further warrants that(he SR II melerwill perform to at leastAWWA are warranted to perform to AWWA Now Meter Accuracy Standards for one(1)year Repaired Mae(Accuracy Standards for fifteen(16)years from the date of Sensus from the date of Sensus shipment. shipment or until the registration shown below,whichever occurs first; New MoterAccuracy Repair MoterAccuracy X. Sensus anted to a Motors,.. are warranted to be free from defects In material and workmanship,under normal 6/8"SR II Meter and 600,000gailons 1,600,000 gallons use aril service,for 18 months from the date of Sensus shipment or 12 months from accuSTREAM Meter startup,whichever occurs first. 3/4"SR II Meter and 760,000 gallons 2,260,000 gallons XI. Sensus Registers.., accuSTREAM Meier are warranted to be free from defects In material and workmanship from the date 1"SR it Meter and of Sensus shipment for lute periods stated below or until the applicable registration 1"SR 11R Meter Meter 1,000,000 gallons 3,000,000 gallons for AWWA Repaired Meier Accuracy Standards,as set forth above,are surpassed, whichever occurs 8rsl; III. SR®51811,314"&1"Motors... 6/8'thru 2'SR,SR II,PMM,accuSTREAM are warranted to perform to AWWA New Meter Accuracy Standards for one(1)year Standard Registers 26 years from the date of Sensus shipment.Sensus further warrants that the 5/8",314"and 1" SR meter will perform to at IeastAWWA Repaired MoterAccuracy Standards for fifteen 5/8'thru 2"SR,SR 11,PMM,accuSTREAM 10 ears (15)years from the date of Sensus shipment or until the registration shown below, Encoder Registers 10y ears occurs first: Electronic Communication Index(ECI) 10 years j Repair Meter Accuracy All HSPU,IMP Conlactor,R,E,R,Eleo,ROM 1 year 5/8"SR Meter 1,600,000 gallons Standard and Encoder Registers for:"W"Turbo 314"SR Meter 2,260,000 gallons and Propeller Meters 1 year I 1"SR Meter 3,000,000 gallons OMNI Register with Battery 10 years i IV. SR 1.1/2"&2"Motors.., XII. Sensus Electric Motors... are warranted to perform to AWWA Now Meter Accuracy Standards for one(1)year are warranted to be free from defects In material and workmanship for one(1)year from the dale of Sensus shipment.Sensus further warrants that(he 1.1/2'and 2"SR from the date of Sensus shipment. Spare parts and components are warranted to be meter will per-form to at least AWWA Repaired Meier Accuracy Standards for ton free from defects In material and workmanship for one(1)year from the date of Sensus (10)years from the dale of Sensus shipment or until the registration shown below, shipment. whichever occurs first: Repaired or refurbished equipment repaired by Sensus is warranted to be free from Repair MoterAccuracy defects in material and workmanship for ninety(90)days from the date or Sensus 1.1/2"SR Meter 5,000,000 gallons shipment or for the thne remaining on the original warranty period,whichever Is longer. 2"SR Meter 8,000,000 gallons XIII.Batteries,IPERL Systo n Components,AMR and FlexNotTM System AMI Interf000 Devices V. PMMQ 51811,314",1"Motors... ... are warranted to be free from defects In material and workmanship from the date of are warranted to perform to AWWA New Meter Accuracy Standards for one(1)year Sens from the dale of Sensus shipment.Sensus further warrants that the 518',3/4",and us shipment for the period staled below: V PMM meter will perform to at least AWWA Repaired Meier Accuracy Standards for Electronic Touchli 10 years fifteen (15)years from the dale of Sensus shipment or until the registration shown below,whichever occurs first: RadoRead'MXU(Model 6050,61 OR or 620R) 20 years" Repair MoterAccuracy and Batteries 6/8"PMM 1,600,000 gallons ACl-Pak°htslrumontntion 1 year 3/4"PMM 2,000,000 gallons TouchRead°Coupler and AMR Equipment 1 year 1"PMM 3,000,000 gallons FloxNel Water or Gas SmartPolntT11 Modules and Batteries 20 years' VI. PMM 1.112",2"Motors.., Hand Held Device 1 year Are warranted to perform to AWWA New Meter Accuracy Standards for one(i)year from the dale of Sensus shipment,Sensus further warrants that the 1.112",and 2" Vehicle Gateway Base Station 1 year PMM meter will perform to at least AWWA Repaired Meter Accuracy Standards for Flat Base Station(including the Metro and M400 base stations) 1 year Ion(10)years from Ilia date of Sensus shipment or until the registration shown below, Echo Transceiver 1 year whichever occurs first: Repair MoterAccuracy XIII,Batteries,IPERL System Components,AMR and FloxNet",System AMI Interface Devices...(continued) 1.1/2"PMM 6,000,000 gallons Remoio TranecoNer i year 2"PMM 8,000,000 gallons IConA and FlexNet Electricity SmnrtPolnl Module t year VII. IPERL'"'Water Management Systems... IPERL System Battery and IPERL System Components 20 years" that ragts(erwater flow are warranted to perform to the accuracy levels set forth In Ilia Resldenllal Electronic Register 20 years" IPERL Water Management System Data Sheet(IPL-110),available at www.sensus, (continued) SEnsus Sensus (Limited Warranty "Sensus will repair or replace non-performing; a socket that is not functional,or Is not In sale operating condition,ar is damaged,or RadioRead®MXU(Model 6050,51 OR and 620R)and Batteries, Is In need of repair; tempered with;modified or repaired with parts or assemblies not FlexNe!Water or Gas SmarlPolnl Modules(configured to the factory selling of six certfied in writing by Sensus,including without limitation,communication parts and assemblies;improperly modified or repaired(including as a result of modifications transmissions per day under normal system operation of up to one demand read to required by Sensus);convened;altered;damaged;read by equipment not approved each Smaf(Point Module per month and up to Iwo firmware downloads during the life by Sensus;for water meters,used will)substances other than water,used with non. of the product)and batteries, potable water,or used with water that contains dirt,debris,deposits,or other Impurities; Residential Electronic Registorwlth hourly reads subjected to misuse, Improper storage, Improper care, Improper maintenance, IPERL System Batteries, and/or the IPERL System flowluba,the flow sensing and or Improper periodic testing (collectively, "Exceptions.'). If Sensus Identifies any dale processing assemblies,and the register("IPERL System Components')with Exceptions during examination, troubleshooting or performing any type of support hourly foods at no cost for the first ten(10)years from the date of Sensus ship1monl, on behalf of Customer,then Customer shall pay for and/or reimburse Sensus for and for the remaining ten (10)years,at a prorated percentage,applied towards all expenses incurred by Sensus In examining,troubleshooting,performing support the published list prices In effect for the year product Is accepted by Sonsus under activities,repairing or replacing any Equipment that satisfies any of the Exceptions warranty conditions according to the following schedule; defined above. The above warranties do not apply In the event of Force Ma)eure,as defined In the Terms of Sale, Years Replacement Price Years Replacement Price THE WARRANTIES SET FORTH IN THIS SENSUS LIMITED WARRANTY ARE 1-10 0% 16 551/0 THE ONLY WARRANTIES GIVEN WITH RESPECT TO THE GOODS,SOFTWARE p/� LICENSES AND SERVICES SOLD OR OTHERWISE PROVIDED BY SENSUS, VV 11 30% 17 % SENSUS EXPRESSLY DISCLAIMS ANY AND ALL OTHER REPRESENTATIONS 12 36% 18 66% AND WARRANTIES, INCLUDING WITHOUT LIMITATION, WARRANTIES AS 13 40% 1g 70% TO FITNESS FOR A PARTICULAR PURPOSE, MERCHANTABILITY, NON- 13 AND TITLE, 14 46% 20 760/0 SENSUSASS UMESNOLIABILITYFORCOSTSOR EXPENSES ASSOC IATEDWITH 15 50% 1 >20 100% LOST REVENUE OR WITH THE REMOVAL OR INSTALLATION OF EQUIPMENT. Nate:Software supplied and licensed b Sonsus Is warranted accord�in to the terms THE FOREGOING REMEDIES ARE CUSTOMER'S SOLE AND EXCLUSIVE pp y g REMEDIES FOR THE FAILURE OF EQUIPMENT, LICENSED SOFTWARE OR of the applicable software license agreement. Sensus warrants that network and SERVICES TO CONFORM TO THEIR RESPECTIVE WARRANTIES. monitoring services shall be performed In a professional and workmanlike manner. Return... XVI,Limitation of Liability.. XIV, Sensus'obligation, and Customer's exclusive remedy,under this Sensus Limited SENSUS'AGGREGATE LIABILITY INANY AND ALL CAUSES OF ACTION ARISING Warranty Is,at Sensus'option,to either(1)repair or replace the product,provided UNDER,OUT OR THIS AGREEMENT,ITS NEGOTIATION, RELATION the Customer(a)returns the product to the location designated by Sonsus within the PERFORMANCEE,, BREACH TERMINATION (COLLECTIVELY "CAUSES OF ACTION')SHALL NOT EXCEED THE TOTAL AMOUNT PAID BY CUSTOMER TO warranty period;and(b)prepays the freight costs both to and from such location;or(11) SENSUS UNDER THIS AGREEMENT. THIS IS SO WHETHER THE CAUSES OF deliver replacement components to rile Customer,provided the Customer Installs,at ACTION ARE IN TORT, INCLUDING,WITHOUT LIMITATION,NEGLIGENCE OR Its cost,such components In or on the product(as Instructed by Sonsus). STRICT LIABILITY,IN CONTRACT,UNDER STATUTE OR OTHERWISE, The return of products for warranty claims must follow Sensus'Returned Materials AS A SEPARATE AND INDEPENDENT LIMITATION ON LIABILITY, SENSUS' Authorization(RMA)procedures.Water meter returns must Include documentation LIABILITY SHALL BE LIMITED TO DIRECT DAMAGES. SENSUS SHALL NOT BE of the Customer's test results,Test results must be obteined according to AWWA LIABLE FOR: (1)ANY INDIRECT, INCIDENTAL, SPECIAL OR CONSEQUENTIAL standards and must specify the meter sorlal number, The test results will not be valid DAMAGES;NOR(II)ANY REVENUE OR PROFITS LOST BY CUSTOMER OR ITS If the meter is found to contain foreign materials. If Customer chooses not to test a AFr-ILIATES FROM ANY END USER(S), IRRESPECTIVE OF WHETHER SUCH Sonsus water motor prior to returning It to Son-sus,Sonsus will repair or replace the LOST REVENUE OR PROFITS IS CATEGORIZED AS DIRECT DAMAGES OR meter,at Sensus'optlon,alter the meter has been tested by Sensus,The Customer OTHERWISE; NOR(III)ANY INIOUT COSTS;NOR(IV)MANUAL METER READ will be charged Sensus'than current testing lee.Sensus SmartPolnts modules and COSTS AND EXPENSES; NOR(V)DAMAGES ARISING FROM MAINCASE OR MXU's returned must be affixed with a completed return evaluation label. For all BOTTOM PLATE BREAKAGE CAUSED BY FREEZING TERMPERATURES, returns,Sensus reserves the right to request meter read-Ing records by serial number WATER HAMMER CONDITIONS,OR EXCESSIVE WATER PRESSURE. "IN/OUT to validate warranty claims, COSTS"MEANS ANY COSTS AND EXPENSES INCURRED BY CUSTOMER IN For products that have become discontinued or obsolete('Obsolete Product'),Sensus TRANSPORTING GOODS BETWEEN ITS WAREHOUSE AND ITS END USER'S may,at Its discrelion,replace such Obsolete Product with a different product model PREMISES AND ANY COSTS AND EXPENSES INCURRED BY CUSTOMER IN ("New Product',provided that the Now Product has substantially shullar features as INSTALLING, UNINSTALLING AND REMOVING GOODS, 'END USER" MEANS the Obsolete Product. The New Product shall be warranted as set forth in this Sensus ANY END USER OF ELECTRICITYMATERrGAS THAT PAYS CUSTOMER FCR Limited Warranty. THE CONSUMPTION OF ELECTRIC ITYANATER/GAS,AS APPLICABLE. THIS SECTION XIV SETS FORTH CUSTOMER'S SOLE REMEDY FOR THE The limitations on liability sat forth In this Agreement are funds mental Inducements to FAILURE OF THE PRODUCTS, SERVICES OR LICENSED SOFT1WARE TO Sensus entering Into this Agreement,They apply unconditionally and In all respects. CONFORM TO THEIR RESPECTIVE WARRANTIES. They are to be Interpreted broadly so as to give Sensus the maximum protection XV,Warranty Exooptions and No Implied Warranties... permitted under law, This Sensus Limited Warranty does not include costs for removal or Instal-lallon of To the maximum extent permitted by law,no Cause of Action may be Instituted by products,or costs for replacement labor or materials,which ore the responsibility of Customer against Sensus more than TWELVE(12)MONTHS after the Cause of the Customer, The warranties In this Sensus Limned Warranty do not apply to goods Action firs!ar000. In the calculation of any damages In any Cause of Action,no that have been,Installed Improperly or In non•recommandeti Installations;Installed to damagoe Incurred more than TWELVE(12)MONTHS prior to the filing of the Cause of Action shall be recoverable, 8601 Six Forks Road,Suite 700 Raleigh, 27615 S E Al s r �s 1.800.636.8.3748 Y i 1J Automated Meter InfrasVucture System Equipment and Services Contract Between:City of Auburn and Ferguson I ATTACHMENT `tF" i Project CP1317, Water Meter&Billing System Improvements, Contract No. 15.11 f INSURANCE CERTIFICATIONS AND ENDORSEMENTS i i C i E i i i i I i I I I i Page 1 of 2 Search > WESTCHESTER FIRE INSURANCE COMPANY WESTCHESTER FIRE INSURANCE COMPANY General I Contact I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back to Search General information Contact information Name: WESTCHESTER FIRE INSURANCE COMPANY Registered address Mailing address Corporate family group: ACE LTD GRP Whatis 436 WALNUT ST PO BOX 436 WALNUT ST PO BOX this' 1000 1000 Organization type: PROPERTY PHILADELPHIA, PA 19103 PHILADELPHIA, PA 19103 WAOIC: 25 Telephone Telephone NAIL: 10030 907-263-0200 907-263-0200 Status: ACTIVE Admitted date: 07/09/1974 Ownership type: STOCK ^back to top Types of coverage authorized to sell What is this? !Insurance types j tCasualty Marine j !Property _ (Surety !Vehicle back to top Agents and agencies that represent this company (Appointments) y,,,at is ths? View agents View agencies back to top Company complaint history Whatis this? View complaints back to top Disciplinary orders 2008-2015 What is this No disciplinary orders are found The orders posted here are unverified electronic duplicates of the official orders actually entered. To be certain you have the official version of the order as entered, request a hard copy from Renee Moines at 360-725-7047 or email legal @oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^back to top ............... Premium tax filings by tax year Whatis this http://www.insurance.wa.gov/consumertooIkit/Company/CompanyProfile.aspx?WAOIC=25 8/17/2015 Page 2 of 2 2014 2013 2012 2011 2010 back to top National information on insurance companies Want more information about this company?The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies,plus has information and tips to help you understand current insurance issues. back to .............top.. Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. 1A.M. Best ! (Weiss Group Ratings (Standard and Poor's Corp IMoovestors Service (Fitch IBCA, Duff and Phelps Ratings back..to o .........t.....p http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=25 8/17/2015 Westchester Fire Insurance Company - Company Profile - Best's Credit Rating Center Page 1 of 2 Ratings & Criteria Center Welcome Back JoAnne Andersen My Member Center I Log Out Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa I Latin America I MENA&SCA Home I About Us I Contact Us I Sitemap Rating Search: Search n Advanced Search Add to BestAlert Ratings&Criteria m 8 Print this pale »Rating Process and Definitions+ .__. »Methodology+ »Credit Rating Releases+ Westchester Fire Insurance Company (�) »Get a Credit Rating »Best's Special Reports A.M.Best 0:003368 NAIC#'10030 FEIN#'920040526 »Add Best's Credit Ratings Search Mailing Address View Additional Address Information To Your Site P.0 Box 1000 Assigned to Few,cm drr gOr Rit0gill »BestMark for Secure-Rated Philadelphia,PA 19106 insurance :BEST companies , A"-Supwior Insurers United States »Contact that have,in Analyst our opinion,a superior ability to »Awards and Recognitions Web:www.aceusa.com I News&Anal Phone:215-640-1000 meet their ongoing insurance sis y Y obligations. Products&Services _ Industry Information „ Based on A.M.Best's analysis,058303-ACE Limited is the AMB Ultimate Parent and identifies the topmost entity of the corporate Corporate v structure.View a list of operating insurance entities in this structure. Regulatory Affairs v Best's Credit Ratings Support&Resources y Financial Strength Rating,View Definition Best's Credit Rating Analyst Conferences and Events a Rating: A++u(Superior) Rating Issued by A.M.Best Company,Inc. Affiliation Code: g(Group) Senior Financial Analyst:Darian Ryan /ind a Besl'c Credit Ruling Financial Size Category: XV($2 Billion or greater) Vice President:Michael J.Lagomarsino,CFA,FIRM Enter a Company Name Implication: Negative »Advanced Search Action: Under Review Disclosure Information Effective Date: July 02,2015 Initial Rating Date: June 30,1973 View A.M.Best's Rating Disclosure Form A.M.Best Rating Services Contact Information n Long-Term Issuer Credit Rating View Definition A.M.Best Places Ratings of ACE Limited and Its Long-Term: aa+u } Subsidiaries Under Review With Negative Implications Implication: Negative July 02,2015 Action: Under Review Effective Date: July 02,2015 Initial Rating Date: August 16,2005 u Denotes Under Rewew Best's Rauna Rating History A.M.Best has provided ratings&analysis on this company since 1973 and it has received Secure Financial Strength Ratings every year during the most recent 5 year historical period. Financial Strength Long-Term Issuer Credi Effective Date Rating. •Effective Date Rating 7/2/2015 A++u 7/2/2015 as+u 4/30/2015 A++ 4/30/2015 aa+ 4/11/2014 A++ 4/11/2014 aa+ 6/14/2013 A+ 6/14/2013 Be 6/12/2012 A+ 6/1212012 as 6/21/2011 A+ 6/21/2011 as Reports and News Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M.Best Group. �!f AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical _j commentary,detailed business overview and key financial data. Report Revision Date:7/2/2015(represents the latest significant change). Historical Reports are available in AMB Credit Report Archive f Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style reports feature balance sheet,income statement,key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2015 Best's Statement File-P/C,US Contains data compiled as of 8/14/2015 Quality cross Checked. • Single Company-five years of financial data specifically on this company • Comparison -side-by-side financial analysis of this company with a peer group of up to five other companies you select. Composite -evaluate this company's financials against a peer group composite.Report displays both the average and total composite of Your selected peer group. pBest's Key Rating Guide Presentation Report-includes Best's Financial Strength Rating and financial data as provided in s} the most current edition of Best's Key Rating Guide products.(Quality Cross Checked). Financial and Analytical Products Best's Insurance Reports-Online-P/C US&Canada Best's Key Rating Guide-P/C.US&Canada http://www3.ambest.com/ratings/entities/SearchResults.aspx?AltSrc=9 8/17/2015 Westchester Fire Insurance Company - Company Profile - Best's Credit Rating Center Page 2 of 2 Best's Statement File-P/C.US Best's Executive Summary Report-Comparison-Property/Casualty Best's Executive Summary Report-Composite-Property/Casualty Best's Statement File-Global Best's Regulatory Center Market Share Reports Best's State Line-P/C,US Best's Corporate Changes and Retirements-P/C.US/CN Best's Insurance Expense Exhibit(IEE)-P/C,US Best's Schedule P(Loss Reserves)-P/C.US Best's Regulatory Center Best's Schedule D(Corporate Bonds)-US Best's Schedule D(Common Stocks)-US Best's Schedule D(Municipal Bonds)-US Best's Schedule F(Reinsurance)-P/C.US Best's Schedule DA(Short Term Investments)-P/C&UH,US Best's Schedule BA(Other Lonq Term Investments)-P/C&L/H,US European Union Disclosures A.M Best-Europe Rating Services Limited(AMBERS),a subsidiary of A.M Best Company,is an External Credit Assessment Institution(ECAI)in the European Union(EU) Therefore,credit ratings issued by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A M.Best Asia-Pacific Limited(AMBAP),Australian Registered Body Number(ARBN No.150375287),is a limited liability company incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.411055)under the Corporations Act 2001.Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of fnanaal product.AMBAP Credit Ratings are intended for wholesale clients only,as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AM BAP only and not any specific credit analyst.AMBAP Credit Ratings are statements of opinion and not statements of fact.They are not recommendations to buy,hold or sell any securities or any other form of financial product,including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. Important Notice:A.M.Best's Credit Ratings are independent and objective opinions,not statements of fact A M.Best is not an Investment Advisor,does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice.A.M.Best's credit opinions are not recommendations to buy,sell or hold securities,or to make any other investment decisions.For additional information regarding the use and limitations of credit rating opinions,as well as the rating process,information requirements and other rating related terms and definitions,please view Understanding Best's Credit Ratings Customer Service I Product Support I Member Center I Contact Info I Careers About A.M.Best I Site Map I Privacy Policy I Security I Terms of Use I Legal&Licensing Copyright 2015 A.M.Best Company,Inc ALL RIGHTS RESERVED. A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U.S.A. http://www3.ambest.com/ratings/entities/SearchResults.aspx?A1tSrc=9 8/17/2015 A CERTIFICATE OF LIABILITY INSURANCE page 1 of 3 08/17/2001 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAMP Willis of Maryland, Inc. PHONE FAX c/o 26 Century Blvd. 610-964-8700 610-254-5600 P. o. Box 305191 E-MAIL certificates @willis.com A OR Nashville, TN 37230-5191 INSURE R(S)AF FORD]NG COVERAGE NAIC# INSURERA. National Union Fire Ins. Co. of Pittsburg 19445-002 INSURED Ferguson Enterprises, Inc. and Subsidiaries INSURERB: National Union Fire Ins. Co. of Pittsburg 19445-000 (See Attached Named Insured Schedule) INSURERC:National Union Fire Ins. Co. of Pittsburg 19445-001 12500 Jefferson Avenue Newport News, VA 23602 INSURERD:New Hampshire Insurance Company 23841-001 INSURER E. INSURER F COVERAGES CERTIFICATE NUMBER:23468896 REVISION NUMBER:See Remarks THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL SUB POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY y Y GL3333235 8/1/2015 8/1/2016 EACH OCCURRENCE $ 2,000,000 ppOqWMqRGEJ7 ENTED CLAIMS-MADE ]{ OCCUR PREMESQEe occurence) $ 11000,000 MED EXP(Any one person) $ 10 000 PERSONAL&ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 51000,000 POLICY PRO- JECT X LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY ADS CA7469808 8/1/2015 8/1/2016 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 C X ANYAUTO VA CA7469810 8/1/2015 8/1/2016 BODILY INJURY(Per person) S B ALLOWNED SCHEDULED MA CA7469809 8/1/2015 8/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIREDAUTOS X NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ Insured Damacre B X UMBRELLALIAB X OCCUR 19086570 8/1/2015 8/1/2016 EACHOCCURRENCE $ 5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED RETENTION$ $ D WORKERS COMPENSATION WCO24780918 8/1/2015 8/1/2016 X 1 PER oTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVEN] N/A E.L.EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? !Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 ff yes,describe under DESCRIPTIONOF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additonal Remarks Schedule,may be attached if more space is required) THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 8/17/2015 WITH ID: 23468731 Project #CP1317, Contract #15-11, Water Utility Meter & Billing System Improvements The City of Auburn and its officers, elected officials, employees, agents and volunteers are Additional Insureds per the attached endorsement CG 20 26 04 13. See Attached for Additional Workers' Compensation Policies: CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Auburn 25 W Main Street Auburn, WA 98001 Coll:4749074 Tpl:1984793 Cert: 68896 ©v119c8888-o20114 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 031419 LOC#: ADDITIONAL REMARKS SCHEDULE Page-2-of�- AGENCY NAMED INSURED Ferguson Enterprises, Inc. and Subsidiaries Willis of Maryland, Inc. (See Attached Named Insured Schedule) POUCY NUMBER 12500 Jefferson Avenue Newport News, VA 23602 See First Page CARRIER NAIC CODE See First Page EFFECTIVE DATE: See First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Workers' Compensation - ME Policy No. WCO24780914 Carrier: New Hampshire Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - CA Policy No. WCO24780913 Carrier: Ins. Co. of the State of PA Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - FL Policy No. WCO24780912 Carrier: New Hampshire Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - OR Policy No. WCO24780915 Carrier: New Hampshire Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - WI Policy No. WCO24780916 Carrier: Illinois National Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - MA Policy No. WCO24780917 Carrier: Ins. Co. of the State of PA Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - AK, AZ, VA Policy No. WCO24780921 Carrier: New Hampshire Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 ACORD 101(2008/01) Coll:4747865 Tp1:1980839 Cert:23465116 ©2008ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 031419 LOC#: A`°R°® ADDITIONAL REMARKS SCHEDULE Page__3_of 3 AGENCY NAMED INSURED Ferguson Enterprises, Inc. and Subsidiaries Willis of Maryland, Inc. (See Attached Named Insured Schedule) POLICY NUMBER 12500 Jefferson Avenue Newport News, VA 23602 See First Page CARRIER NAIC CODE See First Page EFFECTIVEDATE: $ee First Page ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Workers' Compensation - NJ & PA Policy No. WCO24780920 Carrier: New Hampshire Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 Workers' Compensation - IL, KY, NC, NH, UT & VT Policy No. WCO24780919 Carrier: New Hampshire Insurance Company Policy Period: 08/01/2015 - 08/01/2016 Statutory Limits: EL Each Accident $2,000,000 EL Disease - Each Employee $2,000,000 EL Disease - Policy Limit $2,000,000 City of Auburn is included as an Additional Insured under General Liability as required by written contract but only with respect to liability arising out of Named Insured's operations. General Liability policy shall be Primary and Non-Contributory with any other insurance in force for or which may be purchased by Additional Insured. Waiver of Subrogation applies in favor of Additional Insured with respects to General Liability as per written contract or agreement. ACORD 101 (2008/01) Coll:4747865 Tpl:1980839 Cert:23465116 ©200BACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD Willis Ferguson Enterprises,Inc. and Subsidiaries. List of Named Insureds Air Cold Supply Ferguson Enterprises V, Inc. Air Cold Supply/Webb Distributors Ferguson Enterprises, Inc. Alamo Pipe& Supply Ferguson Enterprises, Inc. dba Alaska Pipe & Supply WPCC Forwarding Arkansas Supply, Inc. Ferguson Enterprises, Inc. A Corp of Virginia Ar-Jay Building Products, Inc. (dba Ferguson Enterprises NY—Metro, Inc. The Ar-Jay Center) Ferguson Fire & Fabrication, Inc. Builders Appliance Center, LLC Ferguson Fire & Fabrication, Inc. (fka Sierra Build.com, Inc. Craft, Inc.) CAL-STEAM, a Wolseley Company Ferguson Full Service Supply Camellia Valley Supply Ferguson Heating&Cooling Castle Supply Company, Inc. Ferguson Holdings, Inc. CastleNorth Ferguson Hospitality Sales CFP Ferguson Industrial Plastics and Pump Chadwick Division City Lights Design Showroom Ferguson Integrated Systems Division, Inc. Clayton Group, Inc. Ferguson Intermountain Piping Clayton International, LLC Ferguson International Cline Contract Sales Ferguson Process Services Colgan Cabinets Ferguson Valve &Automation Colgan Distributors Ferguson Waterworks Crow Company Ferguson Waterworks-Midwest Pipe D & C Plumbing&Heating Supply Ferguson Waterworks -Municipal Pipe Davis&Warshow, Inc. Ferguson Waterworks - Red Hed Davidson Electric Wholesale Supply Ferguson Waterworks EPPCO The Davidson Corporation, a Ferguson Waterworks International Delaware Corporation Frischkorn, Inc. The Davidson Group Companies, Inc Galleria Bath&Kitchen Showplace - Davidson Group Leasing Gilmour Supply Company, Inc. Davidson Pipe Company Inc., a Global HVAC Distributors, Inc. New York Corporation Ferguson Enterprises, Inc. dba Groeniger Davidson Pipe Supply Company, Inc. & Company Davies Water Gulf Refrigeration Supply Decorative Product Source, Inc. HP Products Corporation E&J Plumbing&Heating Supply Co. HP Logistics, Inc. Economy Plumbing and Heating Supply Co. High Country Plumbing Supply Endries International, Inc. Home Equipment Company, Inc. Energy&Process Corporation Indiana Plumbing Supply Co., Inc. Equarius, Inc. dba Equarius Waterworks, Industrial Hub of the Carolinas Meter&Automation Group AG Products Factory Direct Appliance J.D. Daddario Company Ferguson Bath Kitchen and Lighting Gallery Joseph G. Pollard Co., Inc. Ferguson Enterprises IV, Inc. Kandall Fabricating Ferguson Enterprises of Montana, Inc. Karl's Appliances,A Ferguson Enterprise Ferguson Enterprises of Virginia, Inc. Lane Piping Co. Willis Ferguson Enterprises,Inc. and Subsidiaries. List of Named Insureds Lawrence Plumbing Supply Co. Western Air Systems and Controls, Inc. Lincoln Products WIA of California, Inc. Linwood Pipe and Supply Wolseley Industrial Group Louisiana Utilities Supply Company Wolseley Industrial Plastics Louisiana Chemical Pipe, Valve &Fitting, Wolseley Investments Acquisitions, Inc. Inc. dba Wolseley Industrial Group Wolseley Investments, Inc. LUSCO Wolselely NA Construction Services, LLC Lyon Conklin &Co., Inc. Wolseley North America, Inc. Mastercraft Cabinets Wolseley North American Consulting, LLC McFarland Supply Co., Inc. Wolseley North American Services, Inc. Monotube Pile Corporation WPCC Forwarding Northern Water Works Supply, Inc. Onda-Lay Pipe and Rental, Inc. Page's Appliances Palermo Supply Park Supply Pipe Products Plumbing Decor Plumb Source Powell Pipe & Supply Company Power Equipment Direct Inc. R Supply Company Record Supply Company Redlon&Johnson Reese Kitchen, Bath&Lighting Gallery S.G. Supply Company S.G. Supply Company dba SG Supply Co., a Ferguson Enterprise Sierra Craft, Inc. Ship-Pac, Inc. d/b/a HP Products Corp. SOS Sales Specialty Pipe &Tube, Inc. Specialty Pipe &Tube of Texas, Inc. Summer&Dunbar Supply North Central Group Stock Loan Services LLC Tarpon Wholesale Supplies T&A Valve Industries, Inc. The Parnell-Martin Companies LLC The Plumbers Warehouse The Stock Market Tubeco Fabrication, Inc. United Automatic Water Works Supplies Webb Distributors P OL ICY NUMBER: COMMERCIALGENERAL LIABILITY GL 3333236 CG 20 26 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided underthe following: C OM MERC IAL G EN ERAL LIABIL ITY COV ERAG E PART SCHEDULE Name Of Additional Insured Person(s) Or Organimtion(s): Any person or organization to whom you become obligated to include as an additional insured underthis policyasa result of any contract oragreement you enterinto. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II - Who Is An Insured is amended to is required by a contract or agreement, the include as an additional insured the person(s) or insurance afforded to such additional insured organization(s) shown in the Schedule, but only vsil not be broader than that which you are with respect to liability for bodily injury- required by the contract or agreement to "propertydamage—or'personalandadvenising provide for such additional insured. injury caused,in whole orin part,by your acts B. With respect to the insurance afforded to these or omissions or the acts or omissions of those additional insureds, the following is added to acting on your behalf: Section III- Limits Of Insurance: 1. In the performance of your ongoing If coverage provided to the additional insured is operations;or required by a contract or agreement, the most 2. In connection with your premises owned by `+ve will pay on behalf of the additional insured or re nted to you. is the amount of insurance Howe 1. Required by the contract oragreement;or 1. The insurance afforded to such additional 2• Available under the applicable Limits of insured only applies to the extent permitted Insurance showninthe Declarations, by law; and whicheveris less. 2. If coverage provided to the a dditio na I i nsu red This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 26 04 13 0 Insurance Services Office,Inc.,2012 Page 1 of 1 0 ENDORSEMENT This endorsement,effective 12:01 A.M. 811115 forms a part of policy No. GL 3333235 issued to Wolseley Investments, Inc. By National Union Fire Ins urance Company of Pittsburgh,Pa THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-OWNERS, LESSEES,OR CONTRACTORS- COMPLETED OPERATIONS This endorsement m ode es insurance pro vaded under the fallo wwy- COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF ADDITIONAL INSURED PERSON OR ORGANIZATION: a nd a rry othe r e ntityr as requr red r n the owne rkontracto r a@ ree me nt LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: ADDITIONAL PREMIUM: (if No entry appears above,information required to complete this endorsement vill be shovAm in the Declarations as applicable to the endorseme nt.) SECTION 11-WHO IS AN INSURED is amended to include as an insured, The person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed forthat additional insured and included in the "products-completed operations hazard". PJI otherterms and conditions re main unchanged. Authorize d Representative or Countersi reture (in States Where A pplica ble� 97837(4108) Page 1 of 1 ENDORSEMENT This endorsement.effective 12:01 A.M. 811(2015 forms a part of PolicyNo. GL 3333235 issued to Wolseley Investments, Inc. by National Union Fire Insurance Company of Pittsburgh,Pa THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY AMENDMENT OF OTHER INSURANCE This endorsement modfiies insurance provided under the f0awng: COMMERCIAL.GENERAL LIABILITYC OVERAGE FORM Section IV - Commercial General Liability Conditions, 4. - Other Insurance, b. - Excess Insurance, is amended to read: b. Excess Insurance This insurance is excess overanyof the otherinsurance whetherprimary,excess,contingent or o n a ny+of he r ba sis. (1) Unless such insurance is specifically purchased to apply as excess of this policy,or (2} you a re obligated by contract to provide prima ry i mura roe. When this insurance is excess, we will have no duty under Coverage A or B to defend any claim or"suit"that any other insurer has a duty to defend. If no other insurer defends, %,w vAl undertake to do so,but we vwll be entitled to the insured's rights against all those other insurers When this insurance is excess overotherinsurance,we will pay only our share of the amount of the lass, if any, that exceeds the sum of: (1} The total amount that all such other insurance would pay forthe loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts underall that otherireurance. We will share the remaining lass,if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply i n excess of the Limits of Insurance shown in the Declarations of this Coverage Part. AUTHORIZ ED REPRESENTATIVE 67265(3187) POLICYNUMBER: COMMERCIALGENERAL LIABILITY GL 3333235 CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS(COMPLETED OPERATIONS LIABLITYCOVERAGEPART SCHEDULE Name Of Person Or Organization: Where required by writte n contract or agree me nt. Information required to complete this Schedule,if not shown above,v-ill be shown in the Declarations. The folloving is added to Paragraph B. Transfer Of Rights Of Recovery Against Others To Us of Sec- tion IV- Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments wve make for injury or damage arising out of your ongoing opera- tions or -your work-done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 O Insurance Services Office, Inc.,2008 Page 1 of 1 ❑ Page 1 of 2 A Search > NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA General I Contact I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back to Search General information Contact information Name: NATIONAL UNION FIRE INSURANCE COMPANY OF Registered Mailing address PITTSBURGH, PA address Corporate family group: AMERI FLOOR CAN INTL GRP What is this.,2704 COMMERCE DR WATER ST 18TH FLOOR Organization type: PROPERTY SUITE B NEW YORK, NY 10038 HARRISBURG, PA 17110 WAOIC: 927 Telephone NAIC: 19445 Telephone 212-770-7000 212-770-7000 Status: ACTIVE Admitted date: 03/03/1904 Ownership type: STOCK back p t to o ............... Types of coverage authorized to sell What is this? Insurance types Casualty Disability Marine Ocean Marine Property S u rety Vehicle back to tqp Agents and agencies that represent this company (Appointments) What is this? View agents View agencies ^back to top Company complaint history What is this? View complaints back to cop Disciplinary orders 2008-2015 What is this? Year Order Number 2009 09-0150 .. .............. 2009 09-0151 2009 09-0152 http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfiIe.aspx?WAOIC=... 8/17/2015 Page 2 of 2 12013 13-..0090 ......... ............... 2013 13-0091 The orders posted here are unverified electronic duplicates of the official orders actually entered. To be certain you have the official version of the order as entered, request a hard copy from Renee Moines at 360-725-7047 or email legal @oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^back to top Premium tax filings by tax year whatisthis7 2014 2013 2012 2011 2010 ^back to top National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best ... ............ ..... . Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings back to top http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=... 8/17/2015 National Union Fire Insurance Company of Pittsburgh, Pa. - Company Profile - Best's Cre... Page 1 of 2 Ratings & Criteria Center Welcome Back JoAnne Andersen My Member Center I Loa Out Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa I Latin America I MENA&SCA Home I About Us I Contact Us I Sitemap Rating Search: Search »Advanced Search Add to BestAlert Ratings 8 Criteria � LaJ Print this page »Rating Process and Definitions -- »Methodology+ »Credit Rating Releases+ National Union Fire Insurance Company of Pittsburgh, Pa. (�) »Get a Credit Rating »Best's Special Reports A.M.Best#:002351 NAIC#:19445 FEIN#:250687550 »Add Best's Credit Ratings Search Administrative Office View Additional Address Information Assigned to `p-61�e� +a Be Your Site 175 Water Street 18th Floor insurance BEST »BestMark for Secure-Rated New York.NY 10038 companies A-ewalbnt Insurers United States that have,in »Contact an Analyst our opinion,an excellent ability to »Awards and Recognitions Web:www aig.com meet their ongoing insurance News&Analysis Phone:212-770-7000 obligations. Products&Services Industry Information u Based on A.M.Best's analysis,058702-American International Group,Inc is the AMB Ultimate Parent and identifies the topmost Corporate d entity of the corporate structure.View a list of operating insurance entities in this structure. Regulatory Affairs Best's Credit Ratings Support&Resources y Financial Strength Ratin View DefnitL2n Best's Credit Rating Analyst Conferences and Events d Rating: A(Excellent) Rating Issued by A.M.Best Company,Inc. Affiliation Code: p(Pooled) Senior Financial Analyst:Jacqalene Lentz Find u Best's Credo/Ru/il;q Financial Size Category: XV($2 Billion or greater) Assistant Vice President:Jennifer Marshall,CPCU,ARM Enter a Company Name Outlook: Stable »Advanced Search ® Action: Affirmed Disclosure Information Effective Date: February 27,2015 Initial Rating Date: December 31,1907 View A M Best's Rating Disclosure Statement A.M.Best Rating Services Contact Information s Long-Term Issuer Credit Ratin View Definition TI A.M.Best Affirms Ratings of American International Long-Term: a > Group,Inc.and Its U.S.Property/Casualty Subsidiaries Outlook: Stable February 27,2015 Action: Affirmed Effective Date: February 27,2015 Initial Rating Date: April 06,2005 u Denotes Under Review Best's Ratino Rating History A M.Best has provided ratings&analysis on this company since 1907 and it has received Secure Financial Strength Ratings every year during the most recent 5 year historical period. Financial Strength Long-Term Issuer Credit Effective Date Rating Effective Date Rating 2/27/2015 A 2/2712015 a 2/20/2014 A 2/2012014 a 1/25/2013 A 1/25/2013 a 1/2712012 A 1/27/2012 a 12/20/2010 A 12/20/2010 a Related Financial and Analytical Data The following links provide access to related data records that A.M.Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB#Company Name Company Description 091358 Nat[Union Fire Ins Co Pittsburgh PA PAB Represents the Property/Casualty financials for the Panama Branch of this legal entity Reports and News Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M.Best Group. =;( AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:7/13/2015(represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style reports feature balance sheet,income statement,key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2015 Best's Statement File-P/C,US Contains data compiled as of 8/14/2015 Quality cross checked. Single Company-five years of financial data specifically on this company Comparison -side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite -evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. http://www3.ambest.com/ratings/entities/SearchResults.aspx?AltSrc=9 8/17/2015 National Union Fire Insurance Company of Pittsburgh, Pa. - Company Profile - Best's Cre... Page 2 of 2 Best's Kev Rating Guide Presentation Report-includes Best's Financial Strength Rating and financial data as provided in the most current edition of Best's Key Rating Guide products.(Quality cross checked). Financial and Analytical Products Best's Insurance Reports-Online-P/C,US&Canada Best's Key Rating Guide-P/C,US&Canada Best's Statement File-P/C.US Best's Executive Summary Report-Comparison-Property/Casualty Best's Executive Summary Report-Composite-Property/Casualty Best's Statement File-Global Best's Regulatory Center Market Share Reports Best's State Line-P/C.US Best's Insurance Expense Exhibit(IEE)-P/C,US Best's Schedule P(Loss Reserves)-P/C,US Best's Regulatory Center Best's Schedule D(Corporate Bonds)-US Best's Schedule D(Common Stocks)-US Best's Schedule D(Municipal Bonds)-US Best's Schedule D(Preferred Stocks)-US Best's Schedule F(Reinsurance)-P/C,US Best's Schedule D-Hybrid-P/C&UH,US Best's Schedule DA(Short Term Investments)-P/C&UH.US Best's Schedule BA(Other Long Term Investments)-P/C&L/H,US European Union Disclosures A.M.Best-Europe Rating Services Limited(AMBERS),a subsidiary of A.M.Best Company,is an External Credit Assessment Institution(ECAI)in the European Union(EU) Therefore,credit ratings issued by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M.Best Asia-Pacific Limited(AMBAP),Australian Registered Body Number(ARBN No 150375287),is a limited liability company incorporated and domiciled in Hong Kong AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.411055)under the Corporations Act 2001 Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product.AMBAP Credit Ratings are intended for wholesale clients only,as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst AMBAP Credit Ratings are statements of opinion and not statements of fact They are not recommendations to buy,hold or sell any securities or any other form of financial product,including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. Important Notice A.M.Best's Credit Ratings are independent and objective opinions,not statements of fact A M.Best is not an Investment Advisor,does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice.A.M.Best's credit opinions are not recommendations to buy,sell or hold securities,or to make any other investment decisions.For additional information regarding the use and limitations of credit rating opinions,as well as the rating process,information requirements and other rating related terms and definitions,please view Understanding Best's Credit Ratings. Customer Service I Product Support I Member Center I Contact Info I Careers About A.M.Best I Site Map I Privacy Policy I Security I Terms of Use I Legal&Licensing Copyright©2015 A.M.Best Company,Inc.ALL RIGHTS RESERVED. A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U.S.A. http://www').ambest.com/ratings/entities/SearchResults.aspx?AltSrc=9 8/17/2015 Page 1 of 2 Search > NEW HAMPSHIRE INSURANCE COMPANY NEW HAMPSHIRE INSURANCE COMPANY General I Contact I Licensing I Appointments I Complaints I Orders I National Info I Ratings I Tax Filings Back to Search General information Contact information Name: NEW HAMPSHIRE INSURANCE COMPANY Registered address Mailing address Corporate family group: AMERICAN INTL 500 W MADISON ST SUITE 2595 INTERSTATE DR, STE GRP what is th s? 3000 103 Organization type: PROPERTY CHICAGO, IL 60661 HARRISBURG, PA 17110 WAOIC: 942 Telephone Telephone NAIC: 23841 212-770-7000 212-770-7000 Status: ACTIVE Admitted date: 05/03/1900 Ownership type: STOCK ^back to top Types of coverage authorized to sell what is this? Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle back to top Agents and agencies that represent this company (Appointments) what is this? View agents I View agencies ^back to top Company complaint history Wharfs this? View complaints ^back to top Disciplinary orders 2008-2015 What is this? No disciplinary orders are found The orders posted here are unverified electronic duplicates of the official orders actually entered. To be certain you have the official version of the order as entered, request a hard copy from Renee Moines at 360-725-7047 or email legal @oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^back to top http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=... 8/17/2015 Page 2 of 2 Premium tax filings by tax year What5,th5 2014 2013 2012 2011 2010 ^back to top . ................ National information on insurance companies Want more information about this company?The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. back to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best ................... ... Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service ................. Fitch IBCA, Duff and Phelps Ratings ^back to top .................. http://www.insurance.wa.gov/consumertooIkit/Company/CompanyProfile.aspx?WAOIC=... 8/17/2015 New Hampshire Insurance Company - Company Profile - Best's Credit Rating Center Page 1 of 2 Ratings & Criteria Center i� Welcome Back JoAnne Andersen My Member Center I Log Out Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa I Latin America I MENA&SCA Home I About Us I Contact Us I Sitemap Rating Search: FSearch »Advanced Search :Add to BestAlert Ratings&Criteria v L—�I Print this page »Rating Process and Definitions »Methodology+ »Credit Rating Releases+ New Hampshire Insurance Company (�) »Get a Credit Rating »Best's Special Reports A.M.Best#:002363 NAIC#:23841 FEIN#,020172170 »Add Best's Credit Ratings Search Mailing Address View Additional Address Information To Your Site 175 Water Street 18th Floor Assigned to p_� +e� +si •BestMark for Secure-Rated New York,NY 10038 insurance BEST companies Insurers United States that have,in - •Contact an Analyst our opinion,an excellent ability to »Awards and Recognitions Web:www.aiq cc m meet their ongoing insurance News&Analysis v Phone:212-770-7000 obligations Products&Services Industry Information y Based on A M.Best's analysis,058702-American International Group,Inc is the AMB Ultimate Parent and identifies the topmost Corporate d entity of the corporate structure.View a list of operating insurance entities in this structure. Regulatory Affairs Best's Credit Ratings Support&Resources y Financial Strength Rating_ View Definition Best's Credit Rating Analyst Conferences and Events a Rating: A(Excellent) Rating Issued by A.M.Best Company,Inc. Affiliation Code: r(Reinsured) Senior Financial Analyst:Jacqalene Lentz h7nd a Bes/'s G•er6/Ru/tng Financial Size Category: XV($2 Billion or greater) Assistant Vice President:Jennifer Marshall,CPCU,ARM Enter a Company Name Outlook: Stable »Advanced Search - Action: Affirmed Disclosure Information Effective Date: February 27,2015 Initial Rating Date: December 31,1907 View A.M.Best's Rating Disclosure Statement A.M.Best Rating Services 4� Contact Informi Long-Term Issuer Credit Rating View Definition I A.M.Best Affirms Ratings of American International Long-Term: a V Group,Inc.and Its U.S.Property/Casualty Subsidiaries Outlook: Stable February 27,2015 Action: Affirmed Effective Date: February 27,2015 Initial Rating Date: April 06,2005 u Denotes Under Review Best's Rating Rating History A.M.Best has provided ratings&analysis on this company since 1907 and it has received Secure Financial Strength Ratings every year during the most recent 5 year historical period. Financial Strength Long-Term Issuer Credit Effective Date Rating Effective Date Rating 2/27/2015 A 2127/2015 a 2/20/2014 A 2/20/2014 a 1/25/2013 A 1/25/2013 a 1/27/2012 A 1/27/2012 a 12/20/2010 A 12/20/2010 a Related Financial and Analytical Data The following links provide access to related data records that A M Best utilizes to provide financial and analytical data on a consolidated or branch basis. AMB#Company Name Company Description 093358 New Hampshire Ins Cc(Bahrain Branch) Represents the Property/Casualty financials for the Bahrain Branch of this legal entity 094156 New Hampshire Insurance Co(PKB) Represents the Property/Casualty financials for the Pakistan Branch of this legal entity Reports and News Visit Best's News and Analysis site for the latest news and press releases for this company and its A.M.Best Group. (�� l AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical V` f commentary,detailed business overview and key financial data Report Revision Date:7/13/2015(represents the latest significant change). -71 Historical Reports are available in AMB Credit Report Archive. Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style reports F feature balance sheet,income statement,key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2015 Best's Statement File-P/C,US Contains data compiled as of 8/14/2015 Duality Cross Checked. Single Company-five years of financial data specifically on this company Comparison -side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite http://www3.ambest.com/ratings/entities/SearchResults.aspx?URatingld=l 3 8983 0&b1=0&... 8/17/2015 New Hampshire Insurance Company - Company Profile - Best's Credit Rating Center Page 2 of 2 -evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. MI��Best's Key Rating Guide Presentation Report-includes Best's Financial Strength Rating and financial data as provided in the most current edition of Best's Key Rating Guide products.(Quality Cross Checked). Financial and Analytical Products Best's Insurance Reports-Online-P/C.US&Canada Best's Key Rating Guide-P/C.US&Canada Best's Statement File-P/C.US Best's Executive Summary Report-Comparison-Property/Casualty Best's Executive Summary Report-Composite-Property/Casualty Best's Statement File-Global Best's State Line-P/C,US Best's Regulatory Center Market Share Report s Best's Corporate Changes and Retirements-P/C.US/CN Best's Insurance Expense Exhibit(IEE)-P/C,US Best's Regulatory Center Best's Schedule D(Corporate Bonds)-US Best's Schedule D(Common Stocks)-US Best's Schedule D(Municipal Bonds)-US Best's Schedule D(Preferred Stocks)-US Best's Schedule F(Reinsurance)-P/C,US Best's Schedule DA(Short Term Investments)-P/C&UH,US Best's Schedule BA(Other Long Term Investments)-P/C&L/H.US European Union Disclosures A M.Best-Europe Rating Services Limited(AMBERS),a subsidiary of A M Best Company,is an External Credit Assessment Institution(ECAI)in the European Union(EU).Therefore,credit ratings issued by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A M.Best Asia-Pacific Limited(AMBAP),Australian Registered Body Number(ARBN No.150375287),is a limited liability company incorporated and domiciled in Hong Kong.AMBAP is a wholesale Australian Financial Services(AFS)Licence holder(AFS No.411055)under the Corporations Act 2001 Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act. AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product AMBAP Credit Ratings are intended for wholesale clients only,as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst.AMBAP Credit Ratings are statements of opinion and not statements of fact They are not recommendations to buy,hold or sell any securities or any other form of financial product,including insurance policies and are not a recommendation to be used to make investment/purchasing decisions. Important Notice A M.Best's Credit Ratings are independent and objective opinions,not statements of fact A M.Best is not an Investment Advisor,does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice.A.M.Best's credit opinions are not recommendations to buy,sell or hold seventies,or to make any other investment decisions.For additional information regarding the use and limitations of credit rating opinions,as well as the rating process,information requirements and other rating related terms and definitions,please view Understanding Best's Credit Ratings. Customer Service I Product Support I Member Center I Contact Info I Careers About A M Best I Site Map I Pnvacy Policy I Security I Terms of Use I Legal&Licensing Copyright©2015 A.M.Best Company,Inc.ALL RIGHTS RESERVED. A.M.Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858,U S.A http://w-vvw3.ambest.com/ratings/entities/SearchResults.aspx?URatingld=l 3 8983 0&b1=0&... 8/17/2015 Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson ATTACHMENT "G" Project CP1317, Water Meter&Billing System Improvements, Contract No. 15.11 CONTRACT BOND FORM Bonding Documents To Be Provided At Time of Contract Acceptance f I i i i I I I I CITY OF � " .,.__ __.---�- Js Escrow Agreement For �.J Retainage Declined WASHINGTON Ferguson Waterworks, 24025 Snohomish-Woodinville Road, Woodinville, WA 98072 (CONTRACTOR) acknowledges that they have been offered the option of setting up an escrow agreement for their retainage on Contract No. 15-11, Project No. CP1317, Water Utility Meter & Billing System Improvements. The CONTRACTOR declines to set up an escrow agreement and understands that the City will hold the 5% retainage with no interest for sixty (60) days following the completion of the work, provided, however, that if the work is to be completed in phases, the retainage for each phase shall be paid upon the completion of such phase. Authorized Signature rK-C'C— ro t-'k Print or Type Name Title � � 15 Date 4 File- 13.11 (CP1317) AUBURN* MORE THAN YOU IMAGINED CONTRACTBOND CONTRACT NO. 15-11 BOND NO. K09192074 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,Ferguson Enterprises, Inc. dba Ferguson Waterworks 24025 Woodinville Snohomish Road, Woodinville, WA 98072, as Principal, and Westchester Fire Insurance Company, 436 Walnut Street, Phila., PA 19106 a corporation, organized and existing under the laws of the State of Pennsylvania as a 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 held and firmly bound to the City of Auburn, Washington, in the penal sum of five million four hundred seventeen thousand one hundred seventy-nine dollars and seventy-eight cents ($5,417,179.78) and Washington State Sales Tax of five hundred fourteen thousand six hundred thirty-two dollars and eight cents ($514,632.08) for a total contract value of five million nine hundred thirty-one thousand eight hundred eleven dollars and eighty-five cents ($5,931,811.85), for the payment of which sum we jointly and severally bind ourselves and our successors,heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. Dated at Auburn, Washington, this 19 day of {q g,c,,-� 2015— Nevertheless,the conditions of the above obligation are such that: ff WHEREAS, the City of Auburn on the 3rd day of August, 2015, let to the above bounden principal a certain Contract. The said Contract being numbered 15-11, and providing for the construction of Project CP1317, Meter and Billing System Improvements (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 above bounden principal shall faithfully and truly observed and comply with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the terms proposed therein, and any and all duly authorized modifications of said Contract that may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying on of said work and shall hold said City of Auburn, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said Contract according to law, and shall indemnify and hold the City of Auburn, Washington, harmless from any damage or expense by reason of failure of performance, as specified in said Contract, and +I I +he undersigned principal and the undersigned surety present this contract bond related to the Contract, PROVIDED that this document shall not be enforceable unless and until the City of Auburn awards and executes the Contract to the undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable until the City of Auburn has executed the contract to the undersigned principal. The Surety, hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Contract Bond in a like amount, such increase; however, not to exceed twenty — five percent (25%) of the original amount of this bond without the consent of the Surety. PROVIDED, however, that after the acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten.percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance. Not withstanding the reduction of this bond, the principal and surety shall hold the City of Auburn harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance, THEN and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this f day of /4-!j�$ckA4— , 2015. IV FERGUSON ENTERPRISES, INC. DBA FERGUSON WATERWORKS BY: 't/ &4c I Principal WESTCHESTER FIRE INSURANCE COMPANY Surety By Attorney in Fact Wendy Lee Wadkins/Attorney-In-Fact 610-254-5647 Mark A. Lynch, Willis of Pennsylvania, Inc. 100 Matson Ford Road, Bldg. 5, Suite 200 Radnor, Pennsylvania 19087 610-254-5689 Non- Resident Agent's Address&Phone Number Powet2bf WESTCHESTER FIRE INSURANCE COMPANY Attorney Know oilmen by these presents:That WESTCHESTER FIRE INSURANCE COMPANY,a corporation of the Commonwealth of Pennsylvania pursuant to the following Resolution,adopted by the Board of Directors of the said Company on December 11,2006,to wit: 'RESOLVED,that the following authorizations relate to the execution,for and on behalf of the Company,-,of bonds,undertakings,recognizances,contracts and other written commitments of the Company entered into the ordinary course of business(each a"Written Commitment"): ' (1) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company,under the seal of the Company or otherwise. (2) Each duly appointed attomey-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf_of the Company,under the seal of the Company or otherwise,to the extent that such action is authorized by the grant of powers provided for in such persons written appointment as such attorney-in-fact. ' (3) Each of the Chairman,the President and the Vice Presidents of the Company is hereby authorized,for and on behalf of the Company,to appoint in writing any person the attorney-iii+fact of the Company with full power and authority to execute,for and on behalf of the Company,under the seal of the Company or otherwise,such Written Commitments of the Company as maybe specified in such written appointment,which specification maybe by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman,the President and Vice Presidents of the Company in hereby authorized,for and on behalf of.the Company,to delegate in writing any other officer of the Company the authoriy to execute,for and on behalf o£the Company:under the Company's seal or otherwise,such Written Commitments of the Company as are specified in such written delegation;which specification maybe by general type or class of Written Commitments or by specification of one or more particular Written Commitments- (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution,and the seal of the Company,maybe affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED;that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers,employees and other persons to act for and on behalf of the Company,and such Resolution shall not linut or otherwise affect the exercise of any such power or authority otherwise validly granted or vested. Does hereby,nominate,constitute and appoint Charles N Parsons,Christopher F Mulvaney,Jane L Fedorczyk,Mark Niemeyer,Mark A:Lynch,'Vincent J Mancini, Wendy Lee Wadkins,all of the City of RADNOR,Pennsylvania,each individually if there be more than one named,its true and lawful attorney-in-fact,to make, execute,seal and deliver on its behalf,and as its act and deed any and all bonds,undertakings,recognizances,contracts and other writings in the nature thereof in penalties not exceeding Twenty Five million dollars&zero cents($25,000,000.00)and the execution ofsuch writings in pursuance of these presents shall be as binding upon said Company,as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office, IN WITNESS WHEREOF,the said Stephen M.Haney,Vice-President,has hereunto subscribed his name and affixed the Corporate seal of the said WESTCHESTER FIRE INSURANCE COMPANY this 9 day of December 2014. WESTCHESTER FIRE INSURANCE COMPANY _ A ;• ,a� Stephrn'M,Hertcy.,Vice President COMMONWEALTH OF PENNSYLVANIA COUNTY OF PHILADELPHIA ' ss: On this 9 day of December,AD 2014 before me,a Notary Public of the Commonwealth of Pennsylvania in and for the County of Philadelphia came Stephen M.Haney,Vice-President of the WESTCHESTER FIRE INSURANCE COMPANY tome personally known to be the individual and officer who executed the preceding,instrument,and he acknowledged:that he executed the same,and that the seal affixed to the preceding instrument is the corporate seal of said Company, that the said corporate seal and his signature were duly affixed by the authority and_direction of the said corporation,and that Resolution;adopted by.the Board of Directors of said Company,referred to in the preceding instrument,is now in force. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my official seal at the City of Philadelphia the day and year first above written. ,. 4k,'• ;cii:i:y ;Motwv[�NWOTAMRIAL oF►�'iueiistitV"i�n". MM 9:GMSD ji.w+��7��yyyx,ift - Ilk C* 1,the undersigned Assistant Secretary ofthe WESTCHESTER FIRE INSURANCE COMPANY,do hereby certify that the original POWER OF ATTORNEY,of which the foregoing is a substantially true and correct copy,is in full force and effect. In witness whereof,I have hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of the Corporation,this day of 'William L.•Kel-ry,Ani aril' ncxNatYi THIS POWER OF ATTORNEY.MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER December 09,2016. SSNSITIVt,y DocoGard#04546 contains a security pantograph,blue background,heat-sensitive ink,coin-reactive watermark,and hmicrotext printing on border Automated Meter Infrastructure System Equipment and Services Contract Between:City of Auburn and Ferguson ATTACHMENT "H" Project CP1317,Water Meter&Billing System Improvements, Contract No. 15.11 PREVAILING WAGE RATES All Prevailing Wage Documents To Be Filed and Provided To The i City of Auburn with Washington State Labor And Industries Prior to ]Execution of Services Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 8/6/2015 Count Trade Job Classification Wage Holiday Overtime Note Pierce, Asbestos Abatement Workers Journey Level $42.67 5D 1H Pierce Boilermakers Journey Level $64.29 5N 1C Pierce Brick Mason Brick And Block Finisher $44.46 5A 1M Pierce Brick Mason Journey Level $51.32 5A 1 M Pierce Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M Pierce Building Service Employees Janitor $9.47 1 Pierce Building Service Employees Shampooer $10.08 1 Pierce Building Service Employees Waxer $10.08 1 Pierce Building Service Employees Window Cleaner $13.22 1 Pierce Cabinet Makers (In Shop) Journey Level $28.36 1 Pierce Carpenters Acoustical Worker $52.32 5D 4C Pierce Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters Pierce Carpenters Carpenter $52.321 5D 4C Pierce Carpenters Carpenters on Stationary Tools $52.45 5D 4C Pierce Carpenters Creosoted Material $52.42 5D 4C Pierce Carpenters Floor Finisher $52.32 5D 4C 1 Pierce Carpenters Floor Layer $52.32 5D 4C Pierce Carpenters Scaffold Erector $52.32 5D 4C Pierce Cement Masons Journey Level $52.38 7A 1M Pierce Divers Et Tenders Diver $105.37 5D 4C 8A Pierce Divers Et Tenders Diver On Standby $59.50 5D 4C Pierce Divers Et Tenders Diver Tender $54.82 5D 4C Pierce Divers 8 Tenders Surface Rcv Et Rov Operator $54.82 5D 4C Pierce Divers Et Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender Pierce Dredge Workers Assistant Engineer $54.75 5D 3F Pierce Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F 1 Pierce Dredge Workers Boatmen $54.75 5D 3F Pierce Dredge Workers Engineer Welder $55.79 5D 3F https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 2 of 17 Pierce Dredge Workers Leverman, Hydraulic $56.92 5D 3F Pierce Dredge Workers Mates $54.75 5D 3F Pierce Dredge Workers Oiler $54.33 5D 3F Pierce DrVwdll Applicator Journey Level $52.32 5D 1 H Pierce Drywall Tapers Journey Level $52.37 5P 1 E Pierce Electrical Fixture Maintenance Journey Level $17.76 1 Workers Pierce Electricians - Inside Cable Splicer $61.96 5C 1 G Pierce Electricians - Inside Journey Level $58.35 5C 1G Pierce Electricians - Inside Lead Covered Cable Splicer $65.55 5C 1G 1 Pierce Electricians - Inside Welder $61.96 5C 1 G Pierce Electricians - Motor Shop Craftsman $15.37 1 Pierce Electricians - Motor Shop Journey Level $14.69 1 Pierce Electricians - Powerline Cable Splicer $69.95 5A 4D Construction Pierce Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction Pierce Electricians - Powerline Groundperson $43.62 5A 4D Construction Pierce Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator Pierce Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction Pierce Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction Pierce Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction Pierce Electricians - Powerline Powderperson $47.55 5A 4D Construction Pierce Electronic Technicians Journey Level $32.39 1 Pierce Elevator Constructors Mechanic $82.67 7D 4A j Pierce Elevator Constructors Mechanic In Charge $89.40 7D 4A Pierce Fabricated Precast Concrete Journey Level - In-Factory $9.47 1 Products Work Only Pierce Fence Erectors Fence Erector $22.56 1 Pierce Flaggers Journey Level $36.171 7A 31 Pierce Glaziers Journey Level $54.91 7L 1Y Pierce Heat & Frost Insulators And Journeyman $61.18 5J is Asbestos Workers i Pierce Heating Equipment Mechanics Journey Level $70.37 7F 1E Pierce Hod Carriers ft Mason Tenders Journey Level $44.00 7A 31 Pierce Industrial Power Vacuum Journey Level $9.47 1 Cleaner Pierce Inland Boatmen Boat Operator $54.57 5B 1 K Pierce Inland Boatmen Cook $50.95 5B 1K Pierce Inland Boatmen Deckhand $51.19 5B 1K Pierce Inland Boatmen Deckhand Engineer $52.18 5B 1K j Pierce Inland Boatmen ILaunch Operator $53.40 5B 1K https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 3 of 17 Pierce Inland Boatmen Mate $53.401 5B 1K I Pierce Inspection/Cleaning/Sealing Cleaner Operator, Foamer $9.73 1 Of Sewer $ Water Systems By Operator Remote Control Pierce Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control Pierce Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer Et Water Systems By Remote Control Pierce Inspection/Cleaning/Sealing Technician $9.47 1 Of Sewer Et Water Systems By Remote Control Pierce Inspection/Cleaning/Sealing Tv Truck Operator $10.53 1 Of Sewer Et Water Systems By Remote Control Pierce Insulation Applicators Journey Level $52.32 5D 4C Pierce Ironworkers Journeyman $61.621 7N 10 Pierce Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed Pierce Laborers Airtrac Drill Operator $44.00 7A 31 Pierce Laborers Ballast Regular Machine $42.67 7A 31 Pierce Laborers Batch Weighman $36.17 7A 31 Pierce Laborers Brick Pavers $42.67 7A 31 Pierce Laborers Brush Cutter $42.67 7A 31 Pierce Laborers Brush Hog Feeder $42.67 7A 31 Pierce Laborers Burner $42.67 7A 31 Pierce Laborers Caisson Worker $44.00 7A 31 Pierce Laborers Carpenter Tender $42.67 7A 31 1Pierce Laborers Caulker $42.671 7A 31 Pierce Laborers Cement Dumper-paving $43.46 7A 31 j Pierce Laborers Cement Finisher Tender $42.67 7A 31 j Pierce Laborers Change House Or Dry Shack $42.67 7A 31 Pierce Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 Pierce Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) j Pierce Laborers Choker Setter $42.67 7A 31 l Pierce Laborers Chuck Tender $42.67 7A 31 I Pierce Laborers Clary Power Spreader $43.46 7A 31 Pierce Laborers Clean-up Laborer $42.67 7A 31 1 Pierce Laborers Concrete Dumper/chute $43.46 7A 31 Operator Pierce Laborers Concrete Form Stripper $42.67 7A 31 j Pierce Laborers Concrete Placement Crew $43.46 7A 31 1 Pierce Laborers Concrete Saw Operator/core $43.46 7A 31 Driller j Pierce Laborers Crusher Feeder $36.17 7A 31 iPierce Laborers Curing Laborer 1 $42.671 7A 31 0 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 4 of 17 Pierce Laborers Demolition: Wrecking Et $42.67 7A 31 Moving (incl. Charred Material) Pierce Laborers Ditch Digger $42.671 7A 31 Pierce Laborers Diver $44.00 7A 31 Pierce Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) Pierce Laborers Dry Stack Walls $42.67 7A 31 Pierce Laborers Dump Person $42.671 7A 31 Pierce Laborers Epoxy Technician $42.671 7A 31 Pierce Laborers Erosion Control Worker $42.67 7A 31 Pierce Laborers Faller Et Bucker Chain Saw $43.46 7A 31 Pierce Laborers Fine Graders $42.67 7A 31 Pierce Laborers Firewatch $36.17 7A 31 Pierce Laborers Form Setter $42.67 7A 31 Pierce Laborers Gabian Basket Builders $42.67 7A 31 Pierce Laborers General Laborer $42.67 7A 31 Pierce Laborers Grade Checker & Transit $44.00 7A 31 Person Pierce Laborers Grinders $42.67 7A 31 Pierce Laborers Grout Machine Tender $42.67 7A 31 Pierce Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams Pierce Laborers Guardrail Erector $42.67 7A 31 Pierce Laborers Hazardous Waste Worker $44.00 7A 31 (level A) Pierce Laborers Hazardous Waste Worker $43.46 7A 31 (level B) Pierce Laborers Hazardous Waste Worker $42.67 7A 31 (level C) Pierce Laborers High Scaler $44.00 7A 31 Pierce Laborers Jackhammer $43.46 7A 31 Pierce Laborers Laserbeam Operator $43.46 7A 31 Pierce Laborers Maintenance Person $42.67 7A 31 Pierce Laborers Manhole Builder-mudman $43.46 7A 31 Pierce Laborers Material Yard Person $42.67 7A 31 Pierce Laborers Motorman-dinky Locomotive $43.46 7A 31 Pierce Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla Pierce Laborers Pavement Breaker $43.46 7A 31 Pierce Laborers Pilot Car $36.17 7A 31 Pierce Laborers Pipe Layer Lead $44.00 7A 31 Pierce Laborers Pipe Layer/tailor $43.46 7A 31 Pierce Laborers Pipe Pot Tender $43.46 7A 31 l l https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 5 of 17 Pierce Laborers Pipe Reliner $43.46 7A 31 Pierce Laborers Pipe Wrapper $43.46 7A 31 Pierce Laborers Pot Tender $42.67 7A 31 Pierce Laborers Powderman $44.00 7A 31 Pierce Laborers Powderman's Helper $42.67 7A 31 Pierce Laborers Power Jacks $43.46 7A 31 Pierce Laborers Railroad Spike Puller - Power $43.46 7A 31 Pierce Laborers Raker - Asphalt $44.00 7A 31 Pierce Laborers Re-timberman $44.00 7A 31 Pierce Laborers Remote Equipment Operator $43.46 7A 31 Pierce Laborers Rigger/signal Person $43.46 7A 31 I Pierce Laborers Rip Rap Person $42.67 7A 31 I Pierce Laborers Rivet Buster $43.46 7A 31 'I Pierce Laborers Rodder $43.46 7A 31 (Pierce Laborers Scaffold Erector $42.67 7A 31 IPierce Laborers Scale Person $42.671 7A 31 Pierce Laborers Sloper (over 20") $43.46 7A 31 Pierce Laborers Sloper Sprayer $42.67 7A 31 Pierce Laborers Spreader (concrete) $43.46 7A 31 Pierce Laborers Stake Hopper $42.67 7A 31 (Pierce Laborers Stock Piler $42.67 7A 31 Pierce Laborers Tamper Et Similar Electric, Air $43.46 7A 31 Et Gas Operated Tools Pierce Laborers Tamper (multiple Et Self- $43.46 7A 31 propelled) Pierce Laborers Timber Person - Sewer $43..46 7A 31 ' (lagger, Shorer Et Cribber) I Pierce Laborers Toolroom Person (at Jobsite) $42.67 7A 31 (Pierce Laborers Topper $42.67 7A 31 (Pierce Laborers Track Laborer $42.67 7A 31 (Pierce Laborers Track Liner (power) $43.46 7A 31 I Pierce Laborers Traffic Control Laborer $38.68 7A 31 8R { Pierce Laborers Traffic Control Supervisor $38.68 7A 31 8R Pierce Laborers Truck Spotter $42.67 7A 31 Pierce Laborers Tugger Operator $43.46 7A 31 Pierce Laborers Tunnel Work-Compressed Air $64.99 7A 31 Worker 0-30 psi ; Pierce Laborers Tunnel Work-Compressed Air $70.02 7A 31 8� ' Worker 30.01-44.00 psi Pierce Laborers Tunnel Work-Compressed Air $73.70 7A 31 .8�Q ) Worker 44.01-54.00 psi Pierce Laborers Tunnel Work-Compressed Air $79.40 7A 31 8� Worker 54.01-60.00 psi Pierce Laborers Tunnel Work-Compressed Air $81.52 7A 31 Worker 60.01-64.00 psi Pierce Laborers Tunnel Work-Compressed Air $86.62 7A 31 84 Worker 64.01-68.00 psi I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 6 of 17 IPierce Laborers Tunnel Work-Compressed Air $88.52 7A 31 8� Worker 68.01-70.00 psi Pierce Laborers Tunnel Work-Compressed Air $90.52 7A 11 31 Worker 70.01-72.00 psi i Pierce Laborers Tunnel Work-Compressed Air $92.52 7A 31 8� Worker 72.01-74.00 psi lPierce Laborers Tunnel Work-Guage and Lock $44.10 7A 31 Tender Pierce Laborers Tunnel Work-Miner $44.10 7A 31 Pierce Laborers Vibrator $43.46 7A 31 Pierce Laborers Vinyl Seamer $42.67 7A 31 Pierce Laborers Watchman $32.87 7A 31 ,Pierce Laborers Welder $43.46 7A 31 Pierce Laborers Well Point Laborer $43.46 7A 31 lPierce Laborers Window Washer/cleaner $32.87 7A 31 Pierce Laborers - Underground Sewer General Laborer Et Topman $42.67 7A 31 Et Water (Pierce Laborers - Underground Sewer Pipe Layer $43.46 7A 31 Et Water (Pierce Landscape Construction Irrigation Or Lawn Sprinkler $17.07 1 Installers Pierce Landscape Construction Landscape Equipment $14.55 1 l Operators Or Truck Drivers l Pierce Landscape Construction Landscaping Or Planting $17.07 1 Laborers lPierce Lathers Journey Level $52.32 5D 1H l lPierce Marble Setters Journey Level $51.32 5A 1M l Pierce Metal Fabrication (In Shop) Fitter $15.25 1 i i lPierce Metal Fabrication (In Shop) Laborer $10.32 1 l lPierce Metal Fabrication (In Shop) Machine Operator $13.98 1 l lPierce Metal Fabrication (In Shop) Welder $13.98 1 l lPierce Millwright Journey Level $53.42 5D 4C l l Pierce Modular Buildings Journey Level $9.47 1 l Pierce Painters Journey Level $37.80 6Z 2B lPierce Pile Driver Journey Level $52.57 5D 4C lPierce Plasterers Journey Level $50.42 1R Pierce Playground Et Park Equipment Journey Level $9.73 1 Installers lPierce Plumbers Et Pipefitters Journey Level $63.57 5A 1G l l Pierce jPower Equipment Operators Asphalt Plant Operator $55.24 7A 3C 8P lPierce Power Equipment Operators Assistant Engineers $51.97 7A 3C 8P l lPierce Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P Pierce Power Equipment Operators Batch Plant Operator: $54.75 7A 3C 8P l Concrete l Pierce Power Equipment Operators Bobcat $51.97 7A 3C 8P Pierce Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment lPierce Power Equipment Operators Brooms $51.971 7A I 3C 8P https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 7 of 17 Pierce Power Equipment Operators Bump Cutter $54.75 7A 3C 8P Pierce Power Equipment Operators Cableways $55.24 7A 3C 8P Pierce Power Equipment Operators Chipper $54.75 7A 3C 8P Pierce Power Equipment Operators Compressor $51.97 7A 3C 8P Pierce Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42m Pierce Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed Pierce Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure Pierce Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m Pierce Power Equipment Operators Conveyors $54.33 7A 3C 8P Pierce Power Equipment Operators Cranes, 100 Tons - 199 Tons, $55.79 7A 3C 8P Or 150 Ft Of Boom (including Jib With Attachments) Pierce Power Equipment Operators Cranes, 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250 Ft Of Boom (including Jib With Attachments) Pierce Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments Pierce Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) Pierce Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under Pierce Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons , Pierce Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Pierce Power Equipment Operators Cranes: Over 300 Tons, Or 300' $56.92 7A 3C 8P Of Boom (Including Jib With Attachments) Pierce Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P Attachments A-frame Over 10 Tons Pierce Power Equipment Operators Crusher $54.75 7A 3C 8P l Pierce Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) ,Pierce Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P Pierce Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P Pierce Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount lPierce Power Equipment Operators Drilling Machine $54.75 7A 3C 8P Pierce Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type Pierce Power Equipment Oierators $54.75 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 8 of 17 Finishing Machine, Bidwell And Gamaco 8 Similar Equipment Pierce Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments Pierce Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments Pierce Power Equipment Operators Grade Engineer: Using $54.75 7A 3C 8P Blueprints, Cut Sheets,etc. Pierce Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P s Pierce Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P Pierce Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over Pierce Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards Pierce Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator Pierce Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator Pierce Power Equipment Operators Hydralifts/Boom Trucks Over $54.33 7A 3C 8P 10 Tons Pierce Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under Pierce Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over 'Pierce Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards Pierce Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards Pierce Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P Pierce I Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P Pierce Power Equipment Operators Locomotives, All $54.75 7A 3C 8P Pierce Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P Pierce Power Equipment Operators Mechanics, All (Leadmen - $55.79 7A 3C 8P $0.50 Per Hour Over ) Mechanic) Pierce Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing Pierce Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing Pierce Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road l Header And/or Shield Pierce Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution Et Mulch Seeding Operator Pierce Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato Pierce Power Equipment Operators $54.75 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 9 of 17 Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Pierce Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over ;Pierce Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons Pierce Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P Pierce Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) i Pierce Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Pierce Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P Pierce Power Equipment Operators Power Plant $51.97 7A 3C 8P Pierce Power Equipment Operators Pumps - Water $51.97 7A 3C 8P Pierce Power Equipment Operators Quad 9, HD 41, D10 And Over $55.24 7A 3C 8P Pierce Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To t Boom Pierce Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P l Rubber Tired Earth Moving Equipment Pierce Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P Pierce Power Equipment Operators Rollagon $55.24 7A 3C 8P Pierce Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P Pierce Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials Pierce Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P Pierce Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P Pierce Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards 'Pierce Power Equipment Operators Scrapers - Concrete Et Carry $54.33 7A 3C 8P At[ liPierce Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over i jPierce Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P 'Pierce Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P ;Pierce Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. Pierce Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 i Metric Tons a Pierce Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P j Tractors: 15 To 30 Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 ' Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P i Over 90 Metric Tons Pierce Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P Pierce Power Equipment Operators $55.24 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 10 of 17 Spreader, Topsider 8t Screedman Pierce Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P Pierce Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P Pierce Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom Pierce Power Equipment Operators Tower Crane Up: To 175' In $55.79 7A 3C 8P Height, Base To Boom Pierce Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type Pierce Power Equipment Operators Trenching Machines $54.33 7A 3C 8P Pierce Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over Pierce Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons ;Pierce Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor Pierce Power Equipment Operators Welder $55.24 7A 3C 8P ;Pierce Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P Pierce Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P 1pierce Power Equipment Operators- Asphalt Plant Operator $55.24 7A 3C 8P Underground Sewer Et Water j Pierce Power Equipment Operators- Assistant Engineers $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Batch Plant Operator: $54.75 7A 3C 8P Underground Sewer Et Water Concrete Pierce Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer Et Water ; Pierce Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P i Underground Sewer Et Water Equipment i ;Pierce Power Equipment Operators- Brooms $51.97 7A 3C 8P 1 Underground Sewer Et Water Pierce Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer Et Water ;Pierce Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer Et Water 'Pierce Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42m !Pierce Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer Et Water Screed 'Pierce Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 11 of 17 Pierce Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m Pierce Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Cranes, 100 Tons - 199 Tons, $55.79 7A 3C 8P Underground Sewer Et Water Or 150 Ft Of Boom (including Jib With Attachments) Pierce Power Equipment Operators- Cranes, 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer Et Water Or 250 Ft Of Boom (including Jib With Attachments) i Pierce Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer Et Water Tons With Attachments ; Pierce Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) Pierce Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer Et Water Under Pierce Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer Et Water Through 199 Tons Pierce Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Cranes: Over 300 Tons, Or 300' $56.92 7A 3C 8P l Underground Sewer Et Water Of Boom (Including Jib With Attachments) Pierce Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons Pierce Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer Et Water (power) Pierce Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Dozers D-9 Et Under $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer Et Water Or Crane Mount Pierce Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P l Underground Sewer Et Water s Pierce Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type Pierce Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment Pierce Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer Et Water With Attachments Pierce Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer Et Water With Attachments Pierce Power Equipment Operators- Grade Engineer: Using $54.75 7A 3C 8P Underground Sewer Et Water Blueprints, Cut Sheets,etc. https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 12 of 17 (Pierce Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer E: Water Pierce Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer E: Water Pierce Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over Pierce Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards Pierce Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator , (Pierce Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer Et Water Operator Pierce Power Equipment Operators- Hydralifts/Boom Trucks Over $54.33 7A 3C 8P Underground Sewer Et Water 10 Tons Pierce Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer Et Water Tons And Under Pierce Power Equipment Operators- Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer Et Water Over Pierce Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards Pierce Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer Et Water Yards Pierce Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer Et Water 1Pierce Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P i Underground Sewer Et Water Pierce Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Mechanics, All (Leadmen - $55.79 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) Pierce Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer Et Water finishing Pierce Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing Pierce Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield Pierce Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P i Underground Sewer Et Water Distribution Et Mulch Seeding Operator Pierce Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato Pierce Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons Pierce Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer E: Water Tons And Over Pierce 1 $55.24 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagrelookup.aspx 8/6/2015 Page 13 of 17 Power Equipment Operators- Overhead, Bridge Type: 45 Underground Sewer Et Water Tons Through 99 Tons Pierce Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water f Pierce Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) Pierce Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Quad 9, HD 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom Pierce Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment Pierce Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer Et Water Materials Pierce Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer Et Water 45 Yards Pierce Power Equipment Operators- Scrapers - Concrete Et Carry $54.33 7A 3C 8P Underground Sewer Et Water All Pierce Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer Et Water Yards And Over Pierce Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. Pierce Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons Pierce Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons https://fortress.wa.gov/lni/wac,elookup/prvWagelookup.aspx 8/6/2015 Page 14 of 17 Pierce Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons Pierce Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons 1Pierce Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P Underground Sewer Et Water Screedman Pierce Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer Et Water Height, Base To Boom Pierce Power Equipment Operators- Tower Crane: Up To 175' In $55.79 7A 3C 8P Underground Sewer Et Water Height, Base To Boom Pierce Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type Pierce_ Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer Et Water Tons And Over Pierce Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer Et Water Under 100 Tons Pierce Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer Et Water Conveyor I I Pierce Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Wheel Tractors, Farman Type $51.97 7A 3C 8P Underground Sewer Et Water Pierce Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer Et Water Pierce Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers Pierce Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers Pierce Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers 'Pierce Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers Pierce Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers Pierce Refrigeration Et Air Mechanic $64.86 5A 1G Conditioning Mechanics Pierce Residential Brick Mason Journey Level $23.77 1 Pierce Residential Carpenters Journey Level $40.14 5D 4C Pierce Residential Cement Masons Journey Level $52.38 7A 1M Pierce Residential Drywall Journey Level $40.14 5D 4C Applicators Pierce lResidentiat Drywall Tapers Journey Level $52.37 5P 1E I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 15 of 17 Pierce Residential Electricians JOURNEY LEVEL $29.29 1 Pierce Residential Glaziers Journey Level $37.30 7L 1 H Pierce Residential Insulation Journey Level $18.70 1 Applicators Pierce Residential Laborers Journey Level $20.991 1 Pierce Residential Marble Setters Journey Level $22.67 1 Pierce Residential Painters Journey Level $26.13 1 Pierce Residential Plumbers Et Journey Level $44.27 5A 1G Pipefitters Pierce Residential Refrigeration Et Air Journey Level $37.72 5A 1G Conditioning Mechanics Pierce Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1 R Workers Pierce Residential Soft Floor Layers Journey Level $42.411 5A 3D Pierce Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) Pierce Residential Stone Masons Journey Level $22.67 1 Pierce Residential Terrazzo Workers Journey Level $9.47 1 Pierce Residential Terrazzo/Tile Journey Level $19.32 1 Finishers Pierce Residential Tile Setters Journey Level $9.47 1 Pierce Roofers Journey Level $45.12 5A 20 Pierce Roofers Using Irritable Bituminous $48.12 5A 20 Materials Pierce Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1 E Pierce Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1H Pierce Shipbuilding Et Ship Repair Carpenter $33.71 6E 1B Pierce Shipbuilding Et Ship Repair Electrician $33.71 6E 1B Pierce Shipbuilding Et Ship Repair Heat Et Frost Insulator $61.18 5J 1S Pierce Shipbuilding Et Ship Repair Laborer $19.10 1 Pierce Shipbuilding Et Ship Repair Machinist $33.71 6E 1B lPierce Shipbuilding Et Ship Repair Operator $33.71 6E 1B Pierce Shipbuilding Et Ship Repair Painter $38.74 6A 1R Pierce Shipbuilding Et Ship Repair Pipefitter $33.71 6E 1B Pierce Shipbuilding Et Ship Repair Rigger $15.77 1 ' Pierce Shipbuilding Et Ship Repair Sandblaster $38.74 6A 111 Pierce Shipbuilding Et Ship Repair SHEET METAL $35.83 1 Pierce Shipbuilding & Ship Repair Shipfitter $33.71 6E 1B Pierce Shipbuilding Et Ship Repair Trucker $15.75 1 Pierce Shipbuilding Et Ship Repair Warehouse $13.75 1 1Pierce Shipbuilding Et Ship Repair Welder/burner $33.71 6E 1B Pierce Sian Makers Et Installers Sign Installer $26.17 1 (Electrical) Pierce Sign Makers Et Installers Sign Maker $20.33 1 ¢ (Electrical) Pierce Sign Makers Et Installers (Non- Sign Installer $33.43 1 Electrical https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 16 of 17 Pierce Sign Makers & Installers (Non- Sign Maker $22.79 1 Electrical) Pierce Soft Floor Layers Journey Level $42.41 5A 3D Pierce Solar Controls For Windows Journey Level $10.31 1 Pierce Sprinkler Fitters (Fire Journey Level $69.74 5C 1X Protection) Pierce Stage Rigeing Mechanics (Non Journey Level $13.23 1 Structural) Pierce Stone Masons Journey Level $51.32 5A 1M Pierce Street And Parking Lot Journey Level $12.06 1 Sweeper Workers Pierce Surveyors All Classifications $35.68 Null 1 Pierce Telecommunication Journey Level $28.29 1 Technicians Pierce Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside Pierce Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside Pierce Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside Pierce Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside Pierce Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside Pierce Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) Pierce Telephone Line Construction Telephone Equipment $34.34 5A 2B Outside Operator (Light) Pierce Telephone Line Construction Telephone Lineperson $34.34 5A 2B Outside Pierce Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside Pierce Telephone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer Pierce Telephone Line Construction - Television System Technician $30.97 5A 2B Outside Pierce Telephone Line Construction - Television Technician $27.77 5A 2B Outside Pierce Telephone Line Construction - Tree Trimmer $34.34 5A 2B i Outside j Pierce Terrazzo Workers Journey Level $46.96 5A 1 M Pierce Tile Setters Journey Level $46.96 5A 1M Pierce Tile, Marble if Terrazzo Journey Level $20.74 1 Finishers Pierce Traffic Control Stripers Journey Level $43.11 7A 1K Pierce Truck Drivers Asphalt Mix $22.49 1 'Pierce Truck Drivers Dump Truck $22.56 1 j Pierce Truck Drivers Dump Truck And Trailer $22.56 1 j Pierce Truck Drivers 10ther Trucks $30.20 1 Pierce Truck Drivers ITransit Mixer 1 $33.17 61 2H https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 17 of 17 Pierce Well Drillers Et Irrigation Pump Irrigation Pump Installer $16.09 1 Installers iPierce Well Drillers Et Irrigation Pump Oiler $15.39 1 Installers Pierce m Well Drillers Et Irrigation Pump Well Driller $18.30 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 09/02/2015 Edition, Published August 3rd, 2015 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X -- - --- ---- - ------- ---- - ---------- ---------------- --- ----- — - 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X .............. ----------------------- --------------.-.....p-...----. -----------— -- -- ----------------------------.----------...---------------------------------------- - 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat to slabs. See Std. Plans. 15. Precast D well Types 1, 2, and with cones and adjustment rY YP J Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 09/02/2015 Edition, Published August 3Id, 2015 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels— Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30, Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided x for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 5 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post- Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia )( Provisions for pre-approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates 6 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel 44. Guardrail components X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X ------------- —----------------------------------------- -- ------- -........ -------------------------------------------------------------------- ---------------------------- - - -I 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X I 56. Epoxy X 57. Cribbing X 58. Water distribution materials X i 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X i 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of 'locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site Supplemental to Wage Rates 8 09/02/2015 Edition, Published August 3`d, 2015 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer&Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 09/02/2015 Edition, Published August 3`d, 2015 i Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 09/02/2015 Edition, Published August 3`d, 2015 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.) Supplemental to Wage Rates 11 09/02/2015 Edition, Published August 3rd, 2015 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 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. 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. 1. All hours worked on Sundays and holidays shall also 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. 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. 1 - Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1. 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. 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. 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 pun (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 approval 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 (S) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF 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. 2 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times 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. 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. 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. 3. 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. 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. Any shift starting between the hours of 6:00 pin and midnight shall receive an additional one dollar($1.00) per hour for all hours worked that shift. 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. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. 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. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 3 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work perfonned on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.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. 4. 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 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. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(I-1/2) times the straight time rate of pay, unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2) hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday,the first twelve (12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. o D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight (S) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage: All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4. 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. 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 Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(1%)times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays 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. 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). 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, Thanksgivina 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). 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. 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 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). 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). 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). Holiday Codes Continued 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). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). 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, NexN 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). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. 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. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 7. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. 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).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. 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 premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'42.00 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$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. Note Codes Continued 8 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00, Level B:$0.75, Level C:$0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit:$1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon, Montana, or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and constriction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer' work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 9 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 8/6/2015 Count Trade Job Classification 1Holidayiiveriime Note �king� JAsbestos Abatement Workers Journey Level $42.67 5D 1H i King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M +King Brick Mason Journey Level $51.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $51.321 5A 1M King Building Service Employees Janitor $21.29 5S 2F l King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.801 5S 2F I King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers 8 Tenders Diver $105.37 5D 4C 8A King Divers Et Tenders Diver On Standby $59.50 5D 4C King Divers Et Tenders Diver Tender $54.82 5D 4C King Divers Et Tenders Surface Rcv & Rov Operator $54.82 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F King Dredge Workers Boatmen $54.75 5D 3F King Dredge Workers Engineer Welder $55.79 5D 3F https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 2 of 17 ,King Dredge Workers Leverman, Hydraulic $56.92 5D 3F !King Dredge Workers Mates $54.75 5D 3F +King Dredge Workers Oiler $54.33 5D 3F King Drywall Applicator Journey Level $52.32 5D 1 H King Drywall Tapers Journey Level $52.37 5P 1 E (King Electrical Fixture Maintenance Journey Level $26.59 5L 1E Workers King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E 'King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Ftaagers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L 1y King Heat ft Frost Insulators And Journeyman $61.18 5J is Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers & Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95� 5B 1K https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 3 of 17 King Inland Boatmen Deckhand $51.19 5B 1 K King Inland Boatmen Deckhand Engineer $52.18 5B 1K 1 King Inland Boatmen Launch Operator $53.40 5B 1 K King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control 3 King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 4C King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.17 7A 31 'King Laborers Brick Pavers $42.67 7A 31 King Laborers Brush Cutter $42.67 7A 31 i King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 I King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) 1 King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.67 7A 31 1 King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.67 7A 31 l King Laborers lConcrete Placement Crew $43.46 7A 31 King Laborers $43.46 7A 1 31 https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 4 of 17 Concrete Saw Operator/core Driller I I King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking Et $42.67 7A 31 ! Moving (inct. Charred Material) King Laborers Ditch Digger $42.67 7A 31 I King Laborers Diver $44.00 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 (King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller Et Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 (King Laborers Gabian Basket Builders $42.67 7A 31 l ,King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker Et Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 IKing Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.461 7A 31 King Laborers Maintenance Person $42.67 7A 31 i IKing Laborers Manhole Builder-mudman $43.46 7A 31 King Laborers Material Yard Person $42.67 7A 31 King Laborers Motorman-dinky Locomotive $43.46 7A 31 : King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $43.46 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 5 of 17 King Laborers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Refiner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 IKing Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 'King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 1King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper Et Similar Electric, Air $43.46 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (tagger, Shorer Et Cribber) 1 King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.67 7A 31 King Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R j lKing Laborers Traffic Control Supervisor $38.68 7A 31 8R I King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 ) Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 8g Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 S Worker 54.01-60.00 psi https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 6 of 17 King Laborers Tunnel Work-Compressed Air $81.52 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 8� Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 8� Worker 70.01-72.00 psi 1 King Laborers Tunnel Work-Compressed Air $92.52 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 Tender King Laborers Tunnel Work-Miner $44.10 7A 31 1Q King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.671 7A 31 King Laborers Watchman $32.87 7A 31 l King Laborers Welder $43.46 7A 31 King Laborers Well Point Laborer $43.46 7A 31 (King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $42.67 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1H King Marble Setters Journey Level $51.32 5A 1M King iMetat Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Toot Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 l King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King Plasterers Journey Level $50.421 1 1R https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 7 of 17 King Playground if Park Equipment Journey Level $9.47 1 Installers King Plumbers 8: Pipefitters Journey Level $74.69 6Z 1G ]King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.97 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 2P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P !King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P l King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators $55.79 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P ;King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom i King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P IKing Power Equipment Operators Rollagon $55.24 7A 3C 8P 'King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P 'King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards 'King Power Equipment Operators Scrapers - Concrete Et Carry $54.33 7A 3C 8P All — — — �King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P ' 'King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 10 of 17 King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P 1 King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer Et Water Concrete a King Power Equipment Operators- Bobcat $51.97 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer Et Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P I Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P s Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 i Tons King Power Equipment Operators Crusher $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $54.33 7A 3C 8P Underground Sewer Et Water x � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 7 Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P ; Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer Et Water , King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader'- Non- $54.33 7A 3C 8P Underground Sewer Et Water finishing https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator ;King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons 'King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water ;King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom !King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P = Underground Sewer Et Water Rubber Tired Earth Moving l Equipment King Power Equipment Operators- Rigger And BeRman $51.97 7A 3C 8P i Underground Sewer Et Water ;King Power Equipment Operators- Roltagon $55.24 7A 3C 8P Underground Sewer Et Water )King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water , King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P ' I Underground Sewer Et Water 'King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer Et Water 45 Yards ;King $54.33 7A 3C 8P $ 4 https://fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 14 of 17 Power Equipment Operators- Scrapers - Concrete Et Carry Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric l Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer E. Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water ''King Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer Et Water Height, Base To Boom 'King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type 'King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer Et Water i 'King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer Et Water Tons And Over ;King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer Et Water Under 100 Tons 'King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P ` Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $51.97 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers i i https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 15 of 17 King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics jKing Residential Brick Mason Journey Level $51.32 5A 1M King Residential Carpenters Journey Level $28.20 1 'King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52.37 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 7L 1H King Residential Insulation Journey Level $26.28 1 l Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Ft Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics I'King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1R Workers ;King Residential Soft Floor Lavers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $51.321 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M iKing Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 jKing Roofers Journey Level $45.71 5A 3H jKing Roofers Using Irritable Bituminous $48.71 5A 3H Materials ;King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E !King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1H jKing Shipbuilding Et Ship Repair Carpenter $39.24 7T 2B jKing Shipbuilding Et Ship Repair Electrician $40.16 7T 4B jKing Shipbuilding Et Ship Repair Heat Et Frost Insulator $61.18 5J 1S j jKing Shipbuilding Et Ship Repair Laborer $40.19 7T 4B j jKing Shipbuilding Et Ship Repair Machinist $40.18 7T 4B j jKing Shipbuilding Et Ship Repair Operator $40.11 7T 4B j i - - - i https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 16 of 17 King Shipbuilding Et Ship Repair Painter $40.16 7T 4B 'King Shipbuilding Et Ship Repair Pipefitter $40.11 7T 4B King Shipbuilding Et Ship Repair Rigger $40.19 7T 4B ' 'King Shipbuilding Et Ship Repair Sheet Metal $40.141 7T 4B I ' 'King Shipbuilding Et Ship Repair Shipfitter $40.19 7T 4B ' 'King Shipbuilding Et Ship Repair Trucker $40.03 7T 4B ' 'King Shipbuilding Et Ship Repair Warehouse $40.08 7T 4B ' King Shipbuilding Et Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 $ (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sion Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Layers Journey Level $42.41 5A 3D 'King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor 'King Surveyors Chainman $53.81 7A 3C 8P ' 'King Surveyors Construction Site Surveyor $55.24 7A 3C 8P ' King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside ;King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B ' Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B i Outside i ( https:H fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 17 of 17 King Telephone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.79 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.11 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 81 Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 09/02/2015 Edition, Published August 3`d, 2015 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by "RCW 39.12. Items marked with an X in the NO column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin X Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. j 4. Concrete Pipe - Plain Concrete pipe and reinforced j concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. )( 1 - - ---- -- -.--._.. --------------------------------------- ----------------------------- --------------- 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. I Supplemental to Wage Rates 2 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or �( boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X ........ ....... ----------------------------- 14. Precast Manhole T yp es 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet-with adjustment sections, See Std. Plans X i 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X i 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X I 23. Valve Vault- For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier- Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25 Reinforced Earth Wall Panels— Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls -tilt-up wall j panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to �( casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete'Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be x provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided x for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 5 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge -------------------- ----------------- fabricated to details shown in the Plans. Shop drawings for x approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. x 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for_pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates 6 09/02/2015 Edition, Published August 3`d, 2015 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed j Custom Std Signing Message Message 43. Cutting & bending reinforcing steel X 44. Guardrail components Custom Standard ! End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by I WAC 296-127-018 47. Fiber fabrics 48. Electrical wiring/components 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber X 52. Irrigation components �( Supplemental to Wage Rates 7 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X I 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X i 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 09/02/2015 Edition, Published August 3rd, 2015 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer&Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer&Water • Residential ***ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 09/02/2015 Edition, Published August 3rd, 2015 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii)At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 09/02/2015 Edition, Published August 3`d, 2015 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 09/02/2015 Edition, Published August 3rd, 2015 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 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. 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. I. All hours worked on Sundays and holidays shall also 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. 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. 1 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1. 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. 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. 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 pin (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 approval 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. 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. 2 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times 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. 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. 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. 3. 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. 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. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. 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. C. 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 one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.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. D. All hours worked between the hours of 6:00 pun and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 3 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.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. 4. 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 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. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay, unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday,the first twelve(12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two(2) hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4. 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. 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 Monday or Friday not utilized in the normal four-day,ten hour work week,and Saturday shall be paid at one and one half(1%)times the regular shift rate for the first eight (8) hours. 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. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays 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. 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). H. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 1. 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). 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. 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 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). 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). 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). Holiday Codes Continued 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). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). 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). 1. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. 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. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. 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). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. 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 220'45.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'41.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'41.50 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$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. Note Codes Continued 8 I� Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00, Level B: $0.75, Level C:$0.50,And Level D:$0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit:$1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon, Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 9