Loading...
HomeMy WebLinkAbout16-07 MS1511 Gary Harper Construction, Inc LIMITED PUBLIC WORK CONTRACT NO. 16-07 Project No. MS1511,Academy Booster Pump Station 2 Repairs THIS CONTRACT is entered into between the City of Auburn, a Washington Municipal Corporation("City"), and Gary Harper Construction, Inc. ("Contractor"), whose mailing address is 14831 223m Street Southeast, Snohomish, WA 98296. The parties agree as follows: I. CONTRACTOR SERVICES. The Contractor shall do all work and furnish all tools, materials and equipment for the construction of Project No. MS 1511 in accordance with this Contract form. The major items of work include the replacement of a suspected leaking waterline tee located under the floor of a pump station, restoration of pump station floor, and possible further investigation for the leak source which would include additional repairs and restoration. The Contractor shall do all work and furnish all tools, materials and equipment for the construction of Project No. MS1511, Academy Booster Pump Station 2 Repairs, in accordance with this Contract form and as shown on the attached Exhibit A, which is by this reference incorporated herein and made a part hereof. The complete Contract includes the following parts, which are by this reference incorporated herein and made a part hereof. Any inconsistency in the parts of the Contract shall be resolved by the order in which they are listed: A. Addenda B. Quote Proposal Form C. Limited Public Work Contract D. Exhibit A, Repair Detail E. Exhibit B, Special Provisions F. Invitation to Submit Quote G. 2014 Washington State Department of Transportation Standard Specification for Road, Bridge, and Municipal Construction H. Exhibit C, Washington State Department of Labor& Industries Prevailing Wage Rates and Benefit Key Code effective January 28, 2016. On the Contract plans, working drawings, and standard plans, figured dimensions shall take precedence over scaled dimensions. In case of any ambiguity or dispute over interpreting the Contract, the City Engineer's decision will be final. II. CITY OF AUBURN BUSINESS LICENSE REQUIRED. In order to do business in the City of Auburn, you are required to have a current City of Auburn business license. All LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Pagel of 13 subcontractors and lower tier subcontractors working on the project must also have a City of Auburn business license. 111. NOTICE TO PROCEED: A Notice to Proceed win be issued once the Contract has been fully executed by the Contractor and City, and all required documents as set forth in this Contract and all requirements as set forth in the award letter have been met. IV. TIME OF COMPLETION. The Contractor shall complete the work within 10 working days from the date of issuance of the City's Notice to Proceed. A time extension will be granted if additional work is necessary beyond what is show in the detail in Exhibit A. V. LIQUIDATED DAMAGES, If said work is not completed within the time specified, the Contractor agrees to pay liquidated damages to the City as follows: A. To pay(according to the following formula) liquidated damages for each working day beyond the number of working days established for physical completion, and B. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. C. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Formula: Contract Price(without tax) x 0.15, divided by the number of working days for completion. VI. HOURS OF WORK. Normal working hours for the Contract shall be any consecutive 8- hour period between 7:00 a.m. and 6:00 p.m., Monday through Friday. If the Contractor desires to perform work on holidays, Saturdays, Sundays, or between the hours of 6.00 p.m. and 10:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer two (2) working days prior to the day for which the Contractor is requesting permission to work. The City reserves the right to grant or deny any such request at its sole discretion. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements, as indicated in Auburn City Code Chapter 8.28.010 entitled "Noise Control." If the Contractor desires to work during restricted times, the Contractor shall submit a written request to the Engineer fourteen(14) calendar days prior to the day for which the Contractor is requesting permission to work. The written request will include specific days and times and description of work to be performed and the reasons the work cannot be performed during the normal hours of work. The City reserves the right to grant or LIMITED PUBLIC WORK CONTRACT NO 16-07 December 6,2015 Page 2 of 13 deny any such request at its sole discretion. If approval is granted, it may be revoked at any time the City receives complaints from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for any reason. VII. COMPENSATION. The Contractor shall do all work and furnish all tools, materials, and equipment for the work and services contemplated in this Contract for a unit bid price of eighteen thousand three hundred fifty dollars and no cents ($18,350.00), and Washington State Sales Tax of one thousand seven hundred forty-three dollars and twenty-five cents ($1,743.25) for a total of twenty thousand ninety-three dollars and twenty-five cents ($20,093.25). Our sales tax area is 1702 for King County. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every Subcontractor, has been approved by the State Department of Labor& Industries, and is received by the City. A. Performance Bond. The Contractor shall furnish the City with an executed performance bond for the full Contract amount of twenty thousand ninety-three dollars and twenty- five cents ($20,093.25). This requirement may be waived if the Contractor chooses Option 2 of Section VII.B, "Retainage,"below. B. Retainage. The Contractor may elect to (1) furnish a performance bond in accordance with Section VII. A, in which case the City shall hold back retainage in the amount of five percent (5%) of any and all payments made to the Contractor, or(2) have the City retain, in lieu of the performance bond, fifty percent (50%) of the total Contract amount, pursuant to RCW 39.08.010. The Contractor shall execute a"Declaration of Option for Performance Bond or Additional Retainage"to indicate his/her option. In either case, the Contractor can choose to have the retainage held by the City in a non-interest bearing account, have it placed in an Escrow (interest bearing) Account, or submit a bond in lieu of retainage. Said retainage shall be held by the City for a period of forty-five(45) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and State Employment Security Department, including Affidavits of Wages paid for the Contractor and each and every subcontractor, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Contract; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 3 of 13 portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any additional costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. The making of final payment(excluding withheld retainage) shall constitute a waiver of claims, except those previously and properly made and identified by the Contractor as unsettled at the time request for final payment is made. VIII. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Contract, the City being interested only in the results obtained under this Contract. IX. SUBCONTRACTING. Work done by the Contractor's own organization shall account for at least 30 (thirty) percent of the awarded Contract price. Before computing this percentage however, the Contractor may subtract (from the awarded Contract price) the costs of any subcontracted work on items the Contract designates as specialty items. The Contractor shall not subcontract work unless the City approves in writing. Each request to subcontract shall be on the form the City provides. If the City requests, the Contractor shall provide proof that the subcontractor has the experience, ability, and equipment the work requires. The Contractor shall require each subcontractor to comply with RCW 39.12 (Prevailing Wages on Public Works) and to furnish all certificates and statements required by the Contract. As stated in Section VI, "Compensation,"no payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor, has been approved by the State Department of Labor& Industries, and is received by the City. Along with the request to sublet, the Contractor shall submit the names of any contracting firms the subcontractor proposes to use as lower tier subcontractors. Collectively, these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractor. When a subcontractor is responsible for construction of a specific structure or structures, the following work may be performed by lower tier subcontractors without being subject to the 25 percent limitation: A. Furnishing and driving of piling, or B. Furnishing and installing concrete reinforcing and post-tensioning steel. LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 4 or 13 Except for the 25 percent limit, lower tier subcontractors shall meet the same requirements as subcontractors. The City will approve the request only if satisfied with the proposed subcontractor's record, equipment, experience and ability. Approval to subcontract shall not: 1. Relieve the Contractor of any responsibility to carry out the Contract. 2. Relieve the Contractor of any obligations or liability under the Contract and the Contractor's bond. 3. Create any contract between the City and the subcontractor, or 4. Convey to the subcontractor any rights against the City. The City will not consider as subcontracting: (1) purchase of sand, gravel, crushed stone, crushed slag,batched concrete aggregates, ready mix concrete, off-site fabricated structural steel, other off-site fabricated items, and any other materials supplied by established and recognized commercial plants; or(2) delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However, the Washington State Department of Labor and Industries may determine that RCW 39.12 applies to the employees of such firms identified in A and B above in accordance with WAC 296-127. If dissatisfied with any part of the subcontracted work, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the Contract. This section does not create a contractual relationship between the City and any subcontractor. Also, it is not intended to bestow upon any subcontractor, the status of a third-party beneficiary to the Contract between the City and the Contractor. X. TERMINATION. The City may terminate this Contract for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Contract. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. After all the work contemplated by the Contract has been completed either by the Surety or the City, the City will calculate the total expenses and damages for the completed work. If the total expenses and damages are less than any unpaid balance due the Contractor, the LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 5 of 13 excess will be paid by the City to the Contractor. If the total expenses and damages exceed the unpaid balance, the Contractor and the Surety shall be jointly and severally liable to, and shall pay the difference to,the City on demand. XI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages" with the State of Washington Department of Labor& Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The prevailing wage rate revision in effect on the quote submittal due date is attached and by this reference incorporated herein and made a part hereof. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor, has been approved by the State Department of Labor& Industries, and is received by the City. Retainage shall not be released until an Affidavit of Wages Paid form for the Contractor and each and every subcontractor, has been approved by the State Department of Labor& Industries, and is received by the City. XII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Contract. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to an authorized agent of the City within fifteen(15) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time allowed, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the Contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided below: A. Procedure and Protest by the Contractor. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor shall: 1. Immediately give a signed written notice of protest to the City; LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 6 of 13 2. Supplement the written protest within fifteen (15) calendar days with a written statement that provides the following information: a. The date of the Contractor's protest. b. The nature and circumstances that caused the protest. c. The provisions in this Contract that support the protest. d. The estimated dollar cost, if any, of the protested work and how that estimate was determined. e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed for evaluating the protest. 3. The City will evaluate all protests, provided the procedures in this section are followed. If the City determines that a protest is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. B. Contractor's Duty to Complete Protested Work. In spite of any protest, the Contractor shall proceed promptly with the work as the City has ordered. C. Contractor's Acceptance of Changes. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or(3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for Contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order(including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order(including directions, instructions, interpretations, and determination). XIII. CLAIMS. The Contractor waives right to a claim if they have not followed procedures outlined in Section XILA of this Contract. If resolution cannot be reached under Section XII.A,then the Contractor shall give written notice to the City of all claims other than change orders within fifteen (15) calendar days of the City's notice of its final decision on LIMITED PUBLIC WORK CON'T'RACT NO. 16-07 December 6,2015 Page 7 of 13 the Contractor's protest. Any claim for damages, additional payment for any reason, or extension of time, whether under this Contract or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Contract; or if(and only if) no such provision is applicable,unless that claim is set forth in detail in writing and received by the City within seven(7) calendar days from the date the Contractor knew, or should have known, of the facts giving rise to the claim. At a minimum, a Contractor's written claim must include the information set forth regarding protests in Section XII.A. Failure to provide a complete, written notification of claim within the time allowed shall be an absolute waiver of any claims arising in any way from the facts or events surrounding that claim or caused by that delay. The Contractor must, in any event, file any claim or bring any suit arising from or connected with this Contract within forty-five (45) calendar days from the date the Contract work is complete. XIV. WARRANTY. All defects in workmanship and materials that occur within one year from the date of the City's acceptance of the Contract work shall be corrected by the Contractor. When defects are corrected, the warranty for that portion of the work shall extend for one year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven(7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XV. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 8 of 13 It is further specifically and expressly understood that this indemnification constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. The parties acknowledge that they have mutually negotiated this waiver. The provisions of this section shall survive the expiration or termination of this Contract. XVI. INSURANCE. The Contractor shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the Contract work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Before beginning work on the project described in this Contract, the Contractor shall provide a Certificate of Insurance evidencing the coverages listed below. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). A. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles with limits no less than$1,000,000 combined single limit per accident for bodily injury and property damage. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. B. Commercial General Liability insurance written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products-completed operations aggregate limit. Coverage shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy, with respect to the work performed for the City using ISO Additional Insurance endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 9 of 13 C. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. D. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Contractor's Insurance for Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers, or contractors as well as to any temporary structures, scaffolding, and protective fences. P. Waiver of Subrogation. The Contractor and the City waive all rights against each other, any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to Section XV of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. G. Acceptability of Insurers. Insurance is to be placed with authorized insurers in Washington State with a current A.M. Best rating of not less than A-:VII. H. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. 1. Subcontractors. Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum, the insurance coverages listed in this section. Upon request of the City, the Contractor shall provide evidence of such insurance. Any payment of deductible or self insured retention shall be the sole responsibility of the Contractor. The City reserves the right to receive a certified copy of all the required insurance policies. XVII. MISCELLANEOUS. LIMITED PUBLIC WORK CONTRACT NO.16-07 December 6,2015 Page 6 1 1 3 10 A. Nondiscrimination. In the hiring of employees for the performance of work under this Contract, the Contractor, its subcontractors, or any person acting on behalf of Contractor shall not, by reason of race, religion, color, sex, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. B. Compliance with Laws. The Contractor shall comply with all federal, state and local laws, rules and regulations throughout every aspect in the performance of this Contract. C. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of this Contract. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. D. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained herein, or to exercise any option herein conferred in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect. E. Governing Law. This Contract shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the City and the Contractor under any of the provisions of this Contract, resolution of that dispute shall be available only through the jurisdiction, venue and rules of the King County Superior Court, King County, Washington. F. Attorney's Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties'performance of this Contract, each party shall be responsible for payment of its own legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit; however, nothing in this subsection shall limit the City's right to indemnification under Section 10 of this Contract. G. Written Notice. All communications regarding this Contract shall be sent to the parties at the addresses listed on the signature page of this Contract, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event three (3) calendar days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract. H. Assignment. Any assignment of this Contract by the Contractor without the written consent of the City shall be void. LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 11 of 13 I. Modification. No waiver, alteration, or modification of any of the provisions of this Contract shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. J. Severability. If any one or more sections, sub-sections, or sentences of this Contract are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this Contract and the remainder shall remain in full force and effect. K. Entire Contract. The written provisions and terms of this Contract,together with any referenced documents and attached Exhibits, supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this Contract. This Contract, referenced documents, and any attached Exhibits contain the entire Contract between the parties. Should any language in any referenced documents or Exhibits to this Contract conflict with any language contained in this Contract, the terms of this Contract shall prevail. LIMITED PUBLIC WORK CONTRACT NO 16-07 December 6,2015 Page 12 of 13 IN WITNESS WHEREOF, the parties below have executed this Contract. Gary Harper Construction, Inc. THE CITY OF AUBURN (Signature) 4 (Signature) �- !� By t s�pr By Nancy Backus (Print name here) Its /d e.s."Jcan J- Its Mayor (Authorized representative) /� /� DATE: 2//'7//c DATE: .• 17 ' \ la Contractor's State License No. GARYHCI055LF State Tax Registration (UBI)No. 601 606 620 Federal Tax ID# 91-1676786 Notices to be sent to: Notices to be sent to: GARY HARPER CONSTRUCTION, INC. CITY OF AUBURN Attn: Gary Harper Attn: Seth Wickstrom 14831 223rd Street SE 25 West Main Street Snohomish, WA 98296 Auburn, WA 98001 Phone: 360.863.1955 Phone: 253.804.5034 Fax: 360.863.1966 Fax: 253.931.3053 E-mail: gary@garyharperconst.com E-mail: swickstrom@aubumwa.gov ATTEST: Danielle E. Daskam, City Clerk APP'O ED : TO FORM: As_ I ,- 11"rd B. Heid, ity Attu? ey LIMITED PUBLIC WORK CONTRACT NO. 16-07 December 6,2015 Page 13 of 13 EXHIBIT A REPAIR DETAIL I ;,/Y1uv.� pR -,A r JE61�t��' PROJECT �'lb , ,,„ -- �� 4411.' LOCATION flip ;:k ..-,.4#' . .1,4- ' '-' EEl1 P S cyd NI I M run /7.11/ ", .;" aI I eg i 11 " VICINITY MAP 1_ NOT TO SCALE R1 / �,°,Q � H , -® • 1 III / '' j z ,�... I' -,..e.,V,. =1 ou � ;e. ` .am�c .r.ti i u s sua .CR IION DETAIL I I ACADEMY BOOSTER PUMP PLAN 1 :Y. E......aw .vE.a.,,�...ar., I m n.n.r., ..va .. ACADEMY BOOSTER PUMP STATION 2 REPAIRS MS r, m"OF _"�, COMMUNITY OCWELOPMErvT 5 .sa _ „ A`I5 PDBLIC NORMS Mo ;] .. 75 Wes non 5vee EXHIBIT A-REPAIR DETAIL• t. - `rm ■bASHINGTOJ PLAN WV in EXHIBIT B SPECIAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge, and Municipal Construction, 2014 edition as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereinafter"Standard Specifications"). The Standard Specifications, as modified or supplemented by these Special Provisions, shall govern all of the work. The deletion, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. In case of conflict between the various elements of the Contract Documents, refer to Section 1-04.2 (Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda) of these Special Provisions for order of precedence. IMPORTANT— PLEASE READ The Special Provisions are documents that: supplement, add new specifications, replace, or modify the Standard Specifications. To clarify the purpose of each section provided, Special Provisions have the following section descriptions. Supplement: Text supplements or adds clarification to that Section of the Standard Specifications. Revision: Parts of that Section of the Standard Specification are altered. Replacement: Text replaces the entire identified Section of the Standard Specifications. New Section: This Section is a City of Auburn specification or is unique to this project and will not be found in the Standard Specifications. Deletion: This Section is deleted in its entirety. DIVISION 1: GENERAL REQUIREMENTS DIVISION 1 GENERAL REQUIREMENTS 1-04 SCOPE OF THE WORK 1-04.4(1) MINOR CHANGES Supplement Add the following to the identified section. (April 2006 City of Auburn) Minor Changes Equitable Adjustment The Contracting Agency has estimated and included in the Proposal, dollar amounts for Minor Changes, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09 MEASUREMENT AND PAYMENT 1-09.4 EQUITABLE ADJUSTMENT Revision (April 2006 City of Auburn) The first paragraph, Item 2b is revised to read as follows: b. 1-09.6 (Force Account) END OF DIVISION 1 MMS1511 2 Special Provisions Academy Booster Pump Repair DIVISION 2: EARTHWORK DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 CONSTRUCTION REQUIREMENTS Revision 2-02.3(9) SALVAGE New Section All casings, pipe, frames, grates, covers, and other material of recoverable value removed from the project shall be carefully salvaged and delivered to the City of Auburn Maintenance & Operations Building (1305 "C" Street SW) in their existing condition. The Engineer will determine what items are salvageable. The Contractor shall provide notice to the Engineer three (3) working days prior to delivery of any salvaged item. Items not identified to be salvaged shall become the property of the Contractor and removed from the site. 2-02.4 MEASUREMENT New Section Removal of Cement Concrete Floor with Rebar will be measured by the square foot. 2-02.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Removal of Cement Concrete Floor with Rebar Per Square Foot The unit contract price for "Removal of Cement Concrete Floor with Rebar" shall include all costs associated with sawcutting, removal and disposal of cement concrete floor with rebar. END OF DIVISION 2 MS1511 3 Special Provisions Academy Booster Pump Repair DIVISION 4: BASES DIVISION 4 BASES 4-04.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Crushed Surfacing Top Course I Per Ton The unit contract price for "Crushed Surfacing Top Course" shall include all costs to furnish, place and compact the crushed surfacing top course. END OF DIVISION 4 MS 151 1 4 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES DIVISION 6 STRUCTURES 6-02 CONCRETE STRUCTURES Replacement 6-02.1 DESCRIPTION This section specifies cast-in-place concrete which consists of furnishing all material, mixing and transporting equipment, and performing all labor for the proportioning, mixing, transporting, placing, consolidating, finishing, and curing of concrete in the structure. 6-02.2 MATERIALS Materials shall conform to the following standards: • Cement- ASTM C-150, • Coarse aggregate - ASTM C-33, • Fine aggregate - ASTM C-33, • Admixtures - ASTM C-494, • Air-entraining admixtures—ASTM C-260, and • Fly Ash—ASTM C-618. 6-02.3 CONSTRUCTION REQUIREMENTS 6-02.3(1) CONCRETE MIX 6-02.3(1)A COMPONENTS Nominal maximum size for aggregates is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. Provide intermediate aggregate grades as required to achieve a well graded mix. Water used in concrete shall be potable. Fly ash may be substituted for up to 15 percent of the required cement. 6-02.3(l)B MIXES Concrete shall be mixed, conveyed, and proportioned in accordance with IBC Section 1905. The concrete mix shall include the amount of cement, fine and coarse aggregate, including aggregate gradations, water, and admixtures as well as water cement ratio, slump, concrete yield, and sustaining strength data in accordance with these Specifications, the requirements of the IBC Section 1905, and the requirements of ACI 318. Concrete mix shall meet the following requirements: 28 day strength - 4000 psi minimum Slump - Without plasticizers: 4 inches for floor and roof slabs, 7 inches for walls. With plasticizers, maximum 9 inches or as desired for placement. Use water reducers as required to achieve slump. Water/cement ratio - .40 Nominal maximum aggregate size—3/4-inch (WSDOT No. 67) MS 1511 5 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES Entrained air ratio—4.5% minimum to 7.0% maximum 6-02.3(I)C INSPECTION All formwork and reinforcing steel must be inspected and approved by the Special Inspector if required by Chapter 17 of the IBC prior to placing any concrete. Provide a minimum 48- hour notice to City prior to needing the required inspections. The Contractor shall repair, replace or modify, as appropriate, any items noted in the Special Inspector's inspection or the building department inspection. 6-02.3(I)D TESTING Concrete strength tests shall be performed per Section 1905.6 of the IBC and per the requirements noted herein. The City will contract with a testing agency for the concrete strength test. The City will provide and pay all costs of concrete testing, except for re- testing. The City's Inspector shall be furnished with copies of all inspection reports and test results. The Contractor will coordinate all concrete testing with the testing agency. Contractor shall provide the City and testing agency two working days notice prior to concrete placement. If Contractor fails to provide the required notice, the City may elect to cancel the affected concrete placement. Contractor shall be responsible for costs and delays due to improper notification. If the Contractor schedules a concrete placement and does not notify the City and testing agency of a cancellation within 24 hours of the scheduled placement, the Contractor shall pay the testing agency costs for an unnecessary trip. If the Contractor fails to provide the testing agency with adequate notification and testing agency cannot attend concrete placement, then the Contractor shall reschedule placement. Contractor shall be responsible for all associated delays. The Contractor shall provide all assistance and cooperation necessary to testing personnel to obtain the required concrete tests. Air content shall be as measured out of the truck. 6-02.3(2) CAST IN PLACE FORMING 6-02.3(2)A MATERIALS Unless otherwise directed, coat contact surface of forms with colorless, non-staining, mineral oil that is free from kerosene, or other approved suitable material, to permit satisfactory removal of forms without concrete damage. Form construction for surfaces covered with backfill shall be made of steel, plywood, or dressed, matched lumber. Form construction for exposed surfaces shall be made of new plywood or steel without surface markings. 6-02.3(2)B INSTALLATION/CONSTRUCTION Concrete forms shall be sufficiently tight to prevent leakage of concrete or mortar and shall be properly braced or tied together to maintain desired position and shape until removed. Protect all conduit and pipe embedded in concrete in accordance with Section 1906 of the IBC. MS151 I 6 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES Provide a 3A-inch chamfer or radius at all exposed corners and edges, unless specifically stated otherwise on the Contract Plans. Forms shall remain in place until the concrete has developed sufficient strength to withstand imposed loads without damage or deflection. Forms for beams and suspended slabs shall remain in place for a minimum of 14 days and until concrete has developed 28-day design strength, unless approved by the Engineer. The Contractor shall coordinate with the testing lab and the City to verify concrete strength prior to form removal. Do not allow water to flow through areas where forms are to be placed. During form construction and prior to placement of concrete, the Contractor shall keep footings and floor slab areas free of standing water. 6-02.3(2)C FIELD QUALITY CONTROL Variations from plumb, specified grade, conspicuous lines, and walls shall not exceed plus or minus ''A - inch in any 10-foot length, and shall not exceed one inch over the entire length. Variations from dimensions shall not exceed plus or minus 'A -inch. Closer tolerances shall be achieved by the Contractor as necessary to accommodate equipment and other permanent materials. 6-02.3(2)D CLEANING After form removal, remove all fins and projections and fill all holes and imperfections. 6-02.3(3) PREMOLDED JOINT FILLER Premolded joint filler for expansion or through joint applications shall conform to the specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction", AASHTO M 213, except the requirement for water absorption is not applicable. The thickness and width of premolded joint filler shall be as indicated on the Plans. Where no premolded filler thickness is indicated, the thickness shall be 3A-inch. 6-02.3(4) REINFORCING STEEL 6-02.3(4)A MATERIALS Reinforcing steel shall conform to the following requirements: Grade - ACI (American Concrete Institute) A615-81A, Grade 60 Detailing - ACI 318-11 and ACI 315-99 Lap requirements - See Contract Plans Tie wire - 16 gauge minimum Bar supports shall conform to "Bar Support Specification," CRSI Manual of Standard Practice. MSP-1-80. Provide Class 1, plastic protected bar supports. Use pre-cast concrete blocks to support bars off ground. Bar supports in water holding and buried structures shall be non-metallic. 6-023(4)B INSTALLATION MS151 1 7 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES Reinforcing steel shall be detailed in accordance with ACI 315-99 and 318-08 and as shown on the Contract Plans. Provide corner bars at all wall and footing intersections. Bend wire bar ties away from formwork to provide the same concrete clearance as shown on the Contract Plans to the bars. 6-02.3(4)C FIELD QUALITY CONTROL. Reinforcing steel shall be free of rust and loose scale at time of concrete placement. Bars with kinks, improper bends, or reduced cross-section due to any cause will not be used. Bars shall not be field bent. Bars may not be tack-welded or otherwise heated. lf, within the project warranty period, rust spots appear on the concrete due to failure to achieve proper clearance on the rebar or wire ties, the Contractor shall grind out and patch the areas using a method satisfactory to the Engineer. 6-02.3(5) CAST-IN-PLACE CONCRETE 6-02.3(5)A DELIVERY Concrete shall be transported in a truck mixer to the jobsite and discharged within 1.5 hours after cement has been added to water or aggregates. Rejected concrete will be at Contractor's expense. 6-02.3(5)B PREPARATION Do not place concrete during rain, sleet, or snow without cold weather mix and cold weather procedure submittal approved by the City. The hot/cold weather mix and hot/ cold weather procedure are outlined below. Before beginning placement of concrete, remove hardened concrete and foreign materials from inner surface of mixing and conveying equipment. Before depositing concrete, remove debris from space to be occupied by the concrete. Secure reinforcement in position to prevent movement during concrete placement. At patches, repairs, and other areas requiring bonding of new to existing concrete, apply an approved bonding agent to existing concrete in accordance with manufacturer's recommendations. At construction joints, thoroughly clean surface of existing concrete to remove laitance. Roughen existing concrete surface to expose aggregate uniformly and apply approved bonding agent to existing concrete in accordance with manufacturer's recommendations. Prior to placing fresh concrete, dampen joint and coat with grout mixture in accordance with ACI 301, Section 8.5. 6-02.3(5)C INSTALLATION Placement shall be in accordance with IBC, Section 1905. Place no concrete when air temperature is below or expected to be below 40 degrees Fahrenheit during the 28-day curing period unless a low temperature concrete mix has been approved by the City. Provide adequate equipment for heating materials and protecting concrete during freezing or near freezing weather. Keep materials, reinforcement, forms, and ground in contact with concrete free from frost at time of placement. Heat mixing water MS1511 8 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES as required. Use no materials containing ice. Contractor shall submit the cold weather mix and procedure for approval. Place no concrete when air temperature exceeds or is expected to exceed 85 degrees Fahrenheit during the 28-day curing period unless a high temperature placement plan has been approved, and unless adequate precautions are taken to protect work. Cool ingredients prior to mixing. Flake ice or crushed ice of a size that will melt completely during mixing may be substituted for all or part of water. Cool forms and reinforcing prior to placing concrete. Contractor shall submit the hot weather mix and procedure for approval. Handle concrete from mixer, ready-mixed truck, or from transporting vehicle to place of final deposit by methods which prevent separation or loss of ingredients. Under no circumstances shall concrete that has partially hardened be deposited. Deposit concrete continuously so that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of seams and planes of weakness within the section. If a section cannot be placed continuously, locate and reinforce construction joints at points as provided for in the Contract Plans or as approved by the City. Maximum concrete drop shall be 5 feet. Consolidate concrete by vibration, supplemented by hand spading, rodding, forking, or tamping. Thoroughly work concrete around reinforcement, around embedded items, and into corners of forms to eliminate air or rock pockets which may cause honeycombing, pitting, or planes of weakness. Insert and withdraw internal vibrators at points approximately 18 inches in each direction and extend into the lower concrete lifts. At each insertion, the duration shall be sufficient to consolidate the concrete; but not sufficient to cause segregation. Do not use vibrators to transport concrete within forms. Consolidate slabs by utilizing vibrating screeds, roller pipe screeds, internal vibrators. or other approved methods. Contractor shall have a spare vibrator available at jobsite during concrete placing operations. Remove all defective concrete to sound concrete. All concrete shall be water-cured unless approved in advance by the City. If approved, curing materials shall conform to ASTM C-171 and liquid membrane-forming compounds shall conform to ASTM C-309. 6-02.3(6) SURFACE FINISHING 6-02.3(6)A FINISHES Each concrete area that requires finishing shall conform the following requirements: Foundation - Ordinary Wall Interior Floors - Floated 6-02.3(6)B PREPARATION Do not place concrete which requires finishing until the materials, tools, and labor necessary for finishing the wet concrete are on the job and acceptable to the City. Cut out and patch defects in concrete surfaces as specified herein. After removal of forms, chip out imperfections, rock pockets, and other defects to solid concrete. Surface of the cavity to be patched shall be thoroughly wet before patching mixture is applied. Where pull- MS 1511 9 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES out type ties are used, fill holes as recommended by manufacturer of ties, and as approved by the City. 6-02.3(6)C ORDINARY WALL FINISH Ordinary Wall Finish requires the use of like-new forms and linings that will produce a uniform surface. After points have set sufficiently, grind or fill form marks and pointings to give a smooth surface even with flat wall surface. Fill all air holes greater than '/-inch with 1:2 mortar floated to an even, uniform finish. 6-02.3(6)D FLOATED FINISH Consolidate, strike off, and level concrete; but do not work further until ready for floating. Begin floating when water sheen has disappeared and surface has stiffened sufficiently to permit floating operations. Consolidate surface with power-driven floats. Hand floating may be used if area is small or inaccessible to power units. Check surface planeness during or after first floating. Cut down high spots and fill low spots to produce surface with tolerance of in 10 feet in any direction. Refloat to a uniform, smooth, sandy texture immediately after leveling. 6-02.3(7) EPDXY AND NON-SKID FINISH 6-02.3(7)A MATERIALS Coat interior concrete floors, equipment and housekeeping pads and all concrete surfaces as identified in the Plans with system below. The contractor may use an alternate system with approval of the Engineer. Tnemec Primer Series 203 Epoxoprime LV 6 to 8 Mil DFT Finish Series 280 Tnemec-Glaze 8 to 10 Mil DFT Non-skid Disperse 50 mesh dry wash silica Apply finish coat per recoat of sand into wet prime coat. primer. Coves/Cants Series 237 Power-Tread Top Coat per finish Reference Tnemec technical data sheet for application. Or Sherwin Williams Primer General Polymers 3579 6 to 8 Mil DFT Finish General Polymers 3745 8 to 10 Mil DFT Non-skid Disperse 50 mesh dry wash silica sand Apply finish coat per into wet prime coat. recoat of primer. Coves/Cants General Polymers Cove Base System Top Coat per finish (Replace finish coat 3744) with specified finish coat. Note: Refer to Sherwin Williams' technical data for application. 6-02.3(7)B PREPARATION MSI51 I 10 Special Provisions Academy Booster Pump Repair DIVISION 6: STRUCTURES Allow 28 days cure time for concrete, or until passing the ASTM D 4263 Plastic Mat test. All surfaces to be coated are to be blast tracked or acid etched; surface profile is to be similar to 80-100 grit sandpaper, or ICRI CSP 305. Surface shall be clean, dry and free of contaminants. 6-02.4 MEASUREMENT "New Cement Concrete Floor with Rebar" will be measured by the square foot. 6-02.5 PAYMENT Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: New Cement Concrete Floor with Rebar I Per Square Foot The unit contract price for "New Cement Concrete Floor with Rebar" shall include all costs associated with installing a new concrete floor with rebar as described in Section 6-02 and as shown in the detail in Exhibit A. END OF DIVISION 6 MS 1511 11 Special Provisions Academy Booster Pump Repair DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER MAINS AND CONDUITS 7-09 WATER MAINS 7-09.1 DESCRIPTION Supplement The Contractor shall also follow the requirements of Section 7-08 (General Pipe Installation Requirements). 7-09.3(13) HANDLING OF THE PIPE Supplement Strict adherence to the requirements preventing debris from entering the pipe will be required, including plugging of pipe during transport, storage, and placement. If, in the opinion of the Engineer, any pipe or fitting has been installed with dirt, foreign material, or diesel residue in it, it shall be removed, cleaned, and re-laid at Contractor expense. 7-09.3(19) CONNECTIONS 7-09.3(19)A CONNECTIONS TO EXISTING MAINS Supplement The Contractor shall field verify all existing piping, dimensions, and elevations to ensure proper lit prior to any connections being made to existing mains. 7-09.3(19)C MECHANICAL JOINT RESTRAINT SYSTEM New Section Restrainers shall be manufactured of ductile iron and shall meet or exceed all the requirements of ANSI A21.I I (AWWA C III) and ASTM A536. The restrainer system shall provide anchoring ductile iron pipe and fittings, valves and PVC pipe to mechanical joint pipe or fittings, or bell to spigot PVC pipe joints. The restrainer shall accommodate the full working pressure rating of the pipe plus surge allowance. In the assembly of the restrain device, the contractor shall tighten the bolts to the correct torque range as recommended by the restraint manufacturer. The restrainers shall be painted black for ductile iron pipe and painted red for PVC pipe applications. The restraining device shall not damage or lower the working pressure of the pipe installed. Restrainers shall be properly stored to minimize sand and debris build-up. Specifically, the twist-off-screws and associated threads shall be clean (free of sand) prior to installation. Restrainer specifically for Dl pipe may be restrained by utilizing a joint restraint gasket which includes a stainless steel locking segment vulcanized into the rubber gasket. The gasket shall be rated for operating pressures up to 250 psi based on the performance requirements of ANSI/AWWA CI II/A21.11. 7-09.3(21) CONCRETE THRUST BLOCKING Supplement All bends, tees, dead-ends and crosses shall be blocked in accordance with Standard Detail No. WATER-01 (Water Main Blocking) or anchored in accordance with WSDOT Standard Plan B-90.40-00 in Appendix A of this document. Where trench conditions are such that thrust restraint is not accomplishable with concrete, the Contractor shall provide restrained joints in accordance with Section 9-30.2(6) MS151 I 11 Special Provisions Academy Booster Pump Repair DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS (Restrained Joints) to replace or supplement concrete blocking or anchors and any such costs thereof shall be incidental. Supplement and replacement restrained joints shall be provided as recommended by the manufacturer and approved by the Engineer. 7-09.3(23) HYDROSTATIC PRESSURE TEST Supplement Add the following sentence at the beginning of the first paragraph: Hydrostatic tests shall be made on all new pipeline in accordance with the applicable portions of this Standard Specification and ANSI/AWWA C600, except as modified in this document. Add the following sentence between the first and second sentence of the first paragraph: Test pressures shall not exceed the rated pressure of the valves when the pressure boundary of the test section includes closed, resilient-seated gate valves or butterfly valves. Add the following sentence at the end of the second paragraph: Sections of pipe between valves shall be pressure tested immediately upon completion of each section. Each section shall be immediately backfilled upon the Engineer approving the hydrostatic pressure test results. 7-09.3(24) DISINFECTION OF WATER MAINS Supplement The City will take bacteriological test samples. The Contractor shall insert corporation stops in the main at all locations required to take bacteriological test samples. If original test samples prove unsatisfactory, a charge of $20.00 will be made for processing each additional sample. 7-09.3(24)N FINAL FLUSHING AND TESTING Supplement Accomplish line flushing in accordance with the latest provisions of AWWA C601. Flush all dead end mains with a temporary blow off in conformance with the Standard Detail No. WATER-04 (Temporary Blow Off Detail) in Appendix A of this document and as directed by the Engineer. The Contractor is responsible for disposal of water flushed from the line. An approved bacteriological test is required before connection to the existing system. The City will measure water consumed for flushing. The Contractor shall submit a de-chlorination plan per Section 1-06 (Control of Material) indicating how they intend to achieve the chlorine concentration and pH adjustment per this Section. All costs to submit the plan shall be considered incidental to the price per linear foot of pipe. 7-09.3(24)P ADDITIONAL LEAK INVESTIGATION AND REPAIRS New Section The City suspects but has not verified the tee shown in the detail in Exhibit A is the source of the leak. If this tee is not the source of the leak and the Engineer decides further repairs are needed, the contractor shall perform addition demolition, repair and restoration work as directed by the Engineer until the Engineer is satisfied the leak has been repaired. MS1511 12 Special Provisions Academy Booster Pump Repair DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-09.4 MEASUREMENT Supplement No specific measurement of"Replace Existing 4" x 21/2" Tee" will be made. No specific measurement applies to the item "Additional Leak Investigation and Repairs" 7-09.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Replace Existing 4-inch x 21/2-inch Tee Lump Sum Additional Leak Investigation and Repairs Force Account The lump sum contract price for "Replace Existing 4-inch x 21/2-inch Tee" shall include all costs for furnishing labor, materials, and equipment necessary to excavate to the existing tee, disposal of the excavated material, remove the existing tee, and install the new tee and adapter as shown in the detail in Exhibit A. "Additional Leak Investigation and Repairs" will be paid by Force Account in accordance Section 1-09.6 (Force Account) of the WSDOT Standard Specifications. The Contracting Agency has estimated and included in the Proposal, a dollar amounts for this item only to provide a common proposal for Contractors submitting quotes. All such dollar amounts are to become a part of Contractor's total quote. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with this estimate. Payment will be made on the basis of the amount of work actually authorized by the Engineer. END OF DIVISION 7 MS1511 13 Special Provisions Academy Booster Pump Repair DIVISION 9: MATERIALS DIVISION 9 MATERIALS 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 PIPE 9-30.1(1) DUCTILE IRON PIPE Supplement All ductile iron pipe used on this project shall be "Special Class 52", except pipe to be joined using bolted flange joints shall be "Special Class 53". 9-30./ FITTINGS 9-30.2(1) DUCTILE IRON PIPE Supplement All pipe fittings, adapters and joints for ductile iron pipe shall be ductile iron designed to AWWA Specification (unless otherwise approved in writing by the Engineer) with sufficient tangent at the ends to allow for proper joint connections and shall be coated to give protection to them equal to that given the pipe. Field fabrication fittings will not be permitted. Flexible couplings shall be of the style as required for specific application. 9-30.2(6) RESTRAINED JOINTS Supplement Restrained joint (R.J.) fittings shall be Megalug or Engineer approved alternate. All welding associated with the restraint system shall be performed in the pipe manufacturer's shop. No field welding will be permitted. END OF DIVISION 9 MS151 1 14 Special Provisions Academy Booster Pump Repair EXHIBIT C PREVAILING WAGE RATES NOTE: Wages including fringe benefits for each job classification shall be paid by the Contractor and all Subcontractors in accordance with the higher rate appearing in the Washington State or the Federal Wage Rates listed. 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: 01/28/2016 County Trade Job Classification Wage Holiday Overtime Notel King Asbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 51 if King Building Service Employees Traveling Waxer/Shampooer $21.70 . if (King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf $54.02 al 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers &Tenders Diver $107.22 5D 4C 8A King Divers & Tenders Diver On Standby $64.42 5D 4C King Divers & Tenders Diver Tender $58.33 5D 4C King Divers & Tenders Surface Rcv & Rov Operator $58.33 5D 4C IKing Divers & Tenders Surface Rcv & Rov Operator $54.27 54, 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F 'King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D if https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2016 Page 2 of 17 King Dredge Workers Mates $56.44 5D 3F 'King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1H King Drywall Tapers Journey Level $54.07 5P 1E I 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 1 King Electricians - Powerline Groundperson $43.62 SA 4D Construction onstruction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction IKing Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction (King Electricians - Powerline Pole Sprayer $63.97 54 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 IKing Flaggers Journey Level $37.26 7.4 31 King Glaziers Journey Level $56.16 71_ 1Y I King Heat & Frost Insulators And Journeyman $63.18 5.1 15 Asbestos Workers 'King Heating Equipment Mechanics Journey Level $72.83 7F 1E (King Hod Carriers & Mason Tenders Journey Level $45.32 7A 31 (King Industrial Power Vacuum Journey Level $9.47 1 Cleaner 'King Inland Boatmen Boat Operator $56.78 5B 1K 'King Inland Boatmen Cook $53.30 5B 1K 'King Inland Boatmen Deckhand $53.30 5B 1K https://fortress.wa.gov/lni/wagelookup/pry Wagelookup.aspx 1/13/2016 Page 3 of 17 I King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer a Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician 519.33 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer a Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C !King Ironworkers Journeyman $63.53 7N 10 (King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7.4 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper-paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 'King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) IKing Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 'King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.95 7A 31 (King Laborers Concrete Placement Crew $44.76 7A 31 (King Laborers Concrete Saw Operator/core $44.76 7A 31 Driller https://fortress.wa.gov/lni/wage lookup/prvWagelookup.aspx 1/13/2016 Page 4 of 17 King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking & $43.95 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hyd rauli c,diamond) King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.95 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller & Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.95 7A 31 King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 (King Laborers Grade Checker a Transit $45.32 7A 31 Person King Laborers Grinders $43.95 7A 31 (King Laborers Grout Machine Tender $43.95 7A 31 (King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.95 7A 31 King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) 1King Laborers Hazardous Waste Worker $44.76 7A 31 (level B) (King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 King Laborers Nozzleman (concrete Pump, $44.76 7A 31 Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 King Laborers Pilot Car $37.26 7A 31 king Laborers Pipe Layer Lead $45.32 7A 31 hups://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2016 Page 5 of 17 King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 I King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 'King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.95 7A 31 (King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 I King Laborers Spreader (concrete) $44.76 7A 31 'King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper E Similar Electric, Air $44.76 7A 31 a Gas Operated Tools King Laborers Tamper (multiple E Self- $44.76 7A 31 propelled) (King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer & Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 8S Worker 0-30 psi (King Laborers Tunnel Work-Compressed Air $79.32 7A 31 8� Worker 30.01-44.00 psi 'King Laborers Tunnel Work-Compressed Air $83.00 7A 31 8i( Worker 44.01-54.00 psi (King Laborers Tunnel Work-Compressed Air $88.70 7A 31 8 Worker 54.01-60.00 psi (King Laborers Tunnel Work-Compressed Air $90.82 7A 31 Worker 60.01-64.00 psi i https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 1/13/2016 Page 6 of 17 King Laborers Tunnel Work-Compressed Air $95.92 7A 31 81( Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 Worker 68.01-70.00 psi (King Laborers Tunnel Work-Compressed Air $99.82 7A 31 Z Worker 70.01-72.00 psi (King Laborers Tunnel Work-Compressed Air $101.82 7A 31 Worker 72.01-74.00 psi (King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 8QC Tender King Laborers Tunnel Work-Miner $45.42 7A 31 King Laborers Vibrator $4476 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer &Topman $43.95 7A 31 a Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 a Water (King Landscane 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 $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal 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 $55.52 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 Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Levet $51.68 7Z( 1R King Playground Ex Park Equipment Journey Level $9.47 1 Installers hilps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2016 Page 7 of 17 King Plumbers a Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P (King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.57 7A 3C 8P (King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P 'King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P (King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M 'King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P 'King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over (King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P ' Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) 'King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under (King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $56.00 7A 3C 8P Attachments A-frame Over 10 Tons https://f ortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2016 Page 8 of 17 (King Power Equipment Operators Crusher $56.44 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C SP (power) (King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P (King Power Equipment Operators Dozers D-9 a Under $56.00 7A 3C 8P (King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount (King 1Power Equipment Operators Drilling Machine $57.51 7A 3C 8P (King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco a Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P Articulating Off- Road Equipment 45 Yards. a Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $5337 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. a $57.51 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards (King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P (King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P (King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P (King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $57.51 7A 3C 8P $0.50 Per Hour Over Mechanic) (King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators $56.94 7A 3C 8P hops://fortress.wa.gov/lni/wagelookup/prvW agelookup.aspx 1/13/2016 Page 9 of 17 Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Et Mulch Seeding Operator (King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato 'King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons I King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over I King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons (King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P (King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P (King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) King Power Equipment Operators Rotlagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials ,King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete 8 Carry $56.00 7A 3C 8P All IKing Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P king Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $56.00 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators $56.94 7A 3C 8P https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 1/13/2016 Page 10 of 17 Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons (King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Over 90 Metric Tons (King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P (King Power Equipment Operators Spreader, Topsider a $56.94 7A 3C 8P Screedman (King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P !King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P (King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P through 250' in height, base to boom (King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P height from base to boom (King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P Truck Type 'King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P I (King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P i Tons And Over (King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P ' Under 100 Tons (King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor IKing Power Equipment Operators Welder $56.94 7A 3C 8P I !King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 81 'King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer a Water ` King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P I Underground Sewer a Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P 1 Underground Sewer a Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P Underground Sewer a Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P I Underground Sewer a Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P I Underground Sewer a Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P f Underground Sewer a Water King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P I Underground Sewer a Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2016 Page 11 of 17 King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer & Water ------------ ------- King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer & Water 'King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer a Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer& Water Trailer High Pressure Line Pump, Pump High Pressure. (King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m 'King Power Equipment Operators- Conveyors $56.00 7A 3C 8P ' Underground Sewer a Water 'King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer & Water over 'King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer a Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer& Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Underground Sewer& Water Tons, Under 150'Of Boom (including Jib With Attachments) 'King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer a Water Under 1King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer & Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer & Water Attachments A-frame Over 10 Tons 1King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer a Water (power) 'King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer & Water 'King Power Equipment Operators- Dozers D-9 & Under $56.00 7A 3C 8P Underground Sewer & Water hops://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/13/2016 Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer e Water 'King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer&Water And Gamaco & Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer&Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer a Water With Attachments (King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer& Water Prints, Cut Sheets, Etc (King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer a Water IKing Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer e Water King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer E Water Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer &Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer ft Water Locator King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P Underground Sewer& Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P Underground Sewer& Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer & Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $57.51 7A 3C 8P Underground Sewer ft Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer& Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer& Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer& Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer ft Water $0.50 Per Hour Over Mechanic) 'King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 1/13/2016 Page 13 of 17 King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer& Water Manlifts), Air Tuggers,strato 'King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer& Water 20 Tons Through 44 Tons 'King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer& Water Tons And Over 'King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer& Water Tons Through 99 Tons (King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer e Water 'King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8F Underground Sewer & Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer& Water 'King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer& Water 'King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8F Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8F Underground Sewer a Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P ' Underground Sewer a Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer f& Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Scraper, Self Propelled Under $56.44 7A 3C 8P Underground Sewer& Water 45 Yards King $56.00 7A 3C 8P I https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 1/13/2016 • Page 14 of 17 Power Equipment Operators- Scrapers - Concrete & Carry Underground Sewer & Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer & Water Yards And Over !King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer & Water 'King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Underground Sewer& Water Over 30 Metric Tons To 50 Metric Tons !King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Underground Sewer& Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer& Water Over 50 Metric Tons To 90 Metric Tons 'King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons !King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer & Water 'King Power Equipment Operators- Spreader, Topsider & $56.94 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P ' Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P ' Underground Sewer a Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $58.10 7A K 8P Underground Sewer & Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer& Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P Underground Sewer& Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P • Underground Sewer& Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P Underground Sewer& Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P Underground Sewer& Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer a Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 1/13/2016 Page 15 of 17 King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers (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 & Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 'King Residential Drywall Journey Level $40.64 5D 4C Applicators King Residential Drywall Tapers Journey Level $54.07 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 ' 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 & Journey Level $34.69 1 ' Pipefitters 'King Residential Refrigeration & Air Journey Level $73.51 6Z 1G ' Conditioning Mechanics 'King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1R Workers 'King Residential Soft Floor Lavers Journey Level $42.88 5A 3D 'King Residential Sprinkler Fitters Journey Level $42.48 5C 2R ' (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 ' Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 311 ' Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding & Ship Repair Boilermaker $39.82 7M 111 King Shipbuilding & Ship Repair Carpenter $40.41 7T 2B King Shipbuilding a Ship Repair Electrician $40.16 7T 4B King Shipbuilding a Ship Repair Heat & Frost Insulator $63.18 5J 1S King Shipbuilding & Ship Repair Laborer $40.19 7T 4B 1 I hops://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx I/13/2016 Page 16 of 17 King Shipbuilding & Ship Repair Machinist $40.47 7T 4B King Shipbuilding & Ship Repair Operator $40.11 7T 4B King Shipbuilding & Ship Repair Painter $40.16 7T 4B King Shipbuildin & Ship Repair Pipefitter $40.11 71- 4B King Shipbuilding Et Ship Repair Rigger $40.19 7T 4B King Shipbuilding & Ship Repair Sheet Metal $40.14 7T 4B King Shipbuilding & Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding & Ship Repair Trucker $40.03 71- 4B King Shipbuilding & Ship Repair Warehouse $40.08 7T 4B King Shipbuilding & Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) 'King Sign Makers & Installers Sign Maker $21.36 1 (Electrical' 'King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) 'King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical! King Soft Floor Layers Journey Level $42.88 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) IKing Stone Masons Journey Levet $52.82 5A 1M 'King Street And Parking Lot Journey Level $19.09 1 • Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer I $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 1/13/2016 Page 17 of 17 King Telephone Line Construction - Television Groundperson $19.73 SA 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Li n eperson/Installer 'King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside 'King Telephone Line Construction - Television Technician $28.23 5.4 2B Outside 'King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 'King Tile, Marble a Terrazzo Finisher $38.29 5A 1B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1K 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 & 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 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 'King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers IKing Well Drillers & Irrigation Pump Oiler $12.97 1 Installers I King Well Drillers a Irrigation Pump Well Driller $18.00 1 Installers haps://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx 1/13/2016 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. 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 he 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 he 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(lay 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 he 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 he 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 he 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 he 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. All hours worked on Sundays and holidays shall also he 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 he 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 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 he paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8) hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior 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 he 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 he 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 he 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 he 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 he 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 he 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 /5th shall be compensated at one and one half(1-1/2)times the regular rate of pay. All hours worked on Saturdays shall he 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 he 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 he 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(I-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 beat 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(I'72)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, ('residents' 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, Thanksgivine 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). 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 (S). 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. Thanksgivine 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 he 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. 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 he 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 he 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 he 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 S. 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 IS0'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'-$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 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 S. 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. K. 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 fitly (150) feet above grade elevation receive an additional $0.50 per hour. 9 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the departments (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 X Types 1, 1L, 1P, 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 X 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 31d, 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 14. Precast Manhole Types 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, 1L, 1P, 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 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 3rd, 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 X 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. X L.- 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 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 3rd, 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 X 44. Guardrail components X J 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 l X 49. treated or untreated timber pile X 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 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 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 � CITY OF - /* Declaration of Option For Performance Bond or Additional Retainage WASHINGTON (Contracts Under$35,000 only) Project No. MS1511, Academy Booster Pump Station 2 Repairs Contract No. 16-07 Note: This form must be submitted at the time the Contractor executes the Contract. The Contractor shall designate the option desired by checking the appropriate space. Gary Harper Construction, Inc. 14831 223rd Street SE Snohomish, WA 98296 The Contractor elects to: ❑ 1. Furnish a performance bond in the amount of the total contract sum. An executed performance bond on the required sum is included with the executed contract documents. 2. Have the City retain, in lieu of performance bond, fifty percent (50%) of the total contract amount for a period of forty-five (45) days after final acceptance or until receipt of all necessary releases from the State Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. In choosing Option 2, the Contractor agrees that if the Contractor, its heirs, executors, administrators, successors, or assigns shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract, and shall faithfully perform all the provisions of such contract and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that may hereafter be made, at the time and in the manner therein specified, and shall pay all laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on of such work, on his or her part, and shall indemnify, defend and hold harmless the City of Auburn and its officials, agents, and employees from any claim for such payment, then the funds retained in lieu of a performance bond shall be released at the time provided in said Option 2; otherwise, the funds shall be retained until the Contractor fulfills the said obligations. Co tor Signature Printed Name /-71 ,-ti /1. 47e- Title /iivf/cien Date 2//-7//G • ..----'0, GARYHAR-01 JSCHILB A� CERTIFICATE OF LIABILITY INSURANCE DA MLDDls 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(les)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 NAME:CT Jill Schilb Moloney O'NeillIAlllant Insurance Services Inc. PHONE (509)325-3024 PAX_ _ 818 W.Riverside,Ste 800 AIC NNO,Ext): (MC,No): Spokane,WA 99201 ADDRESS: INSURER(S)AFFORDING COVERAGE I NAIC/I INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B: Gary Harper Construction,Inc. INSURER C: 14831 223rd Street SE INSURER D: _ Snohomish,WA 98296 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. LTR TYPE OF INSURANCE II SD�WVO POLICY NUMBER POLICY M/ODN EFF POLICY EXP LIMITS IMOCIYEFF (POLICY/YYY) A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 15EPS32018 05/01/2015 05/01/2016 pREMSE80(EaEoicunence) $ 100,000 MED EXP(Any one person) S 5,000 PERSONAL ACV INJURY S 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: h (GENERAL AGGREGATE $ 2,000,000 POLICY X LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) A X ANY AUTO I5EAS32018 05/01/2015 05/01/2016 BODILY INJURY(Per person) 5 ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NUTO S ED PROPERTY DAMAGE HIRED AUTOS X gUT (Per accident) $ I I I $ UMBRELLALIAB X I OCCUR EACH OCCURRENCE 5 5,000,000 A IX EXCESSLIAB I CLAIMS-MADE 15ELU32018 05/01/2015 05101/2016 AGGREGATE S 5,000,000 I DED I X RETENTION5 10,000 $ WORKERS COMPENSATION I STATUTE I 1 0TH AND EMPLOYERS'LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVE YIN 15EPS32018 05/01/2015 05/01/2016 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA � (Mandatory In NH) EL.DISEASE-EA EMPLOYEE 5 1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below I E.L.DISEASE-POLICY LIMIT I 5 1,000,000 I A Leased/Rented 15EIA32018 05/01/2015 05/01/2016 Deductible$1,000 250,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project:MS1511,Academy Booster Pump Station 2 Repairs Contract#16-07 The City of Auburn,The Contracting Agency,and its officers,elected officials,employees,agents and volunteers are additional insured with respects to general liability per form ANICGL1061 03/08 and with respects to automobile liability per form ANICCA1150 10/13. Coverage is Primary and Non-Contributory per same forms. Per Project Aggregate and completed operations apply with respects to general liability per forms CG2503 03/97 and ANICGL1061 03/08. Excess Liability follows form. 45 Day Notice of Cancellation Applies,10 for Non-Payment of Premium. Alaska National Insurance Company AM Best Rating:A IX CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ty Of Auburn THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Ci 25 W f Au u ACCORDANCE WITH THE POLICY PROVISIONS. Auburn,WA 98001 AUTHORIZED REPRESENTATIVE I ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD "ask Xationaa INSURANCE COMPANY BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART We waive any right of recovery we may have against The waiver applies only to the person or organization any person or organization as required in a written required by the written contract and then only if the contract because of payments we make for injury or contract requires you to obtain this agreement from damage arising out of "your work" done under the us. written contract. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. 12 Countersigned By ANIC GL 702 04 12 Producer Copy le ? Alaska National BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Various provisions in this endorsement restrict SECTION IV — Business Auto Conditions, coverage. Read the entire policy carefully to Paragraph A. 5. — Transfer of Rights of Recovery determine rights, duties, and what is and is not Against Others To Us is amended to include: covered. 5. Transfer of Rights of Recovery Against Throughout this policy, the words "you" and "your" Others to Us refer to the Named Insured shown in the Declarations. The words "we", "us", and "our" refer to This condition does not apply to any the company providing this insurance. person(s) or organization(s) to the extent that subrogation against that person or Other words and phrases that appear in quotation organization is waived prior to the "accident" marks have special meaning. Refer to SECTION V— or the "loss" under a contract with that person DEFINITIONS in the Business Auto Coverage Form. or organization. The coverages provided by this endorsement apply SECTION II — COVERED AUTO LIABILITY per "accident" and, unless otherwise specified, are COVERAGE, Paragraph A.2.a. (2) — Supplementary subject to all of the terms, conditions, exclusions and Payments is replaced by the following: deductible provisions of the policy, to which it is attached. (2) Up to $10,000 for cost of bail bonds (including bonds for related traffic law SECTION II — COVERED AUTO LIABILITY violations) required because of an COVERAGE, Paragraph A.1. Who Is An Insured is "accident" we cover. We do not have amended to include: to furnish these bonds. d. Any "employee" of yours while operating SECTION II — COVERED AUTO LIABILITY an "auto" hired or rented under a COVERAGE, Paragraph A.2.a. (4) — Supplementary contract or agreement in an "employee's" Payments is replaced by the following: name, with your permission, while performing duties related to the conduct (4) All reasonable expenses incurred by of your business. the "insured" at our request, including actual loss of earnings up to $500 a e. Any person or organization for whom you day because of time off from work. have agreed in writing to provide insurance such as is afforded by this Coverage Form, but only with respect to liability arising out of the ownership, maintenance or use of"autos"covered by this policy. If such person or organization has other insurance then this insurance is primary to and we will not seek contribution from the other insurance. ANIC CA 1150 10 13 Page 1 of 4 feet Alaska National • C. "Loss" caused by falling objects or SECTION II — COVERED AUTO LIABILITY missiles. COVERAGE, Paragraph A.2.c. —Voluntary Property Damage is added as follows: However, you have the option of having glass breakage caused by a covered "auto's" c. Voluntary Property Damage collision or overturn considered a "loss" under Collision Coverage. At your written request, we may make a voluntary payment for Property Damage Glass Repair—Waiver of Deductible caused by an "insured", but without liability to a third party, up to $25,000. We No deductible applies to glass breakage, if will not make a Voluntary Property the glass is repaired rather than replaced. Damage payment to anyone who is an "insured" under this policy. SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph A.4.a. — Transportation Expenses is SECTION III — PHYSICAL DAMAGE COVERAGE, replaced by the following: Paragraph A.2. —Towing is replaced by the following: a. Transportation Expenses Towing We will pay up to $200 per day to a We will pay up to $500 for towing and labor maximum of $1,500 for temporary costs incurred each time a covered "auto" transportation expense incurred by you that is a: because of the total•theft of a covered "auto" that is a: a. Private passenger; (1) Private passenger; b. Truck; (2) Truck; c. Pick-up truck; (3) Pick-up truck; d. Panel ; or (4) Panel; or e. Van (5) Van type vehicle under 20,000 lbs. of Gross Vehicle Weight is disabled. However, the type vehicle under 20,000 lbs. of Gross labor must be performed at place of Vehicle Weight. We will pay only for disablement. those covered "autos" for which you carry SECTION III — PHYSICAL DAMAGE COVERAGE, either Comprehensive or Specified Paragraph A.3. — Glass Breakage — Hitting a Bird Causes o Loss Coverage. We will pay for or Animal — Falling Objects or Missiles is replaced incurred trod during transportation expenses by the following: incurred during the period beginning 48 hours after the theft and ending, Glass Breakage—Hitting a Bird or Animal regardless of the policy's expiration, —aslliBr Breakage Hitting a when the covered "auto" is returned to use or we pay for its"loss". If you carry Comprehensive Coverage for the damaged covered "auto", we will pay the following under Comprehensive Coverage: a. Glass Breakage; b. "Loss" caused by hitting a bird or animal; and ANIC CA 1150 10 13 Page2of4 sh Alaska National (2) Specified Causes of Loss only if the SECTION III — PHYSICAL DAMAGE COVERAGE, Declarations indicate that Specified Paragraph A.4.b. — Loss of Use Expenses is Causes of Loss Coverage is provided replaced by the following: for the "auto" withdrawn from service; or b. Loss of Use Expenses—Hired, Rented, (3) Collision only if the Declarations or Borrowed Automobiles indicate that Collision Coverage is provided for the "auto" withdrawn We will pay expenses for which an from service. "insured" becomes legally responsible to pay for loss of use of a vehicle hired, SECTION III — PHYSICAL DAMAGE COVERAGE, rented or borrowed without a driver under Paragraph A.4.d. — Airbag Coverage is added as a written rental contract or agreement. follows: We will pay for loss of use expenses, if caused by: d. Airbag Coverage (1) Other than Collision, only if the We will pay for the cost to repair, replace, Declarations indicate that or reset an airbag that inflates for any Comprehensive Coverage is provided • reason other than as a result of a for the vehicle withdrawn from collision, if the Declarations indicate that service. the covered "auto" has Comprehensive Coverage or Specified Causes of Loss (2) Specified Causes of Loss only if the Coverage. Declarations indicate that Specified Causes of Loss Coverage is provided SECTION III — PHYSICAL DAMAGE COVERAGE, for the vehicle withdrawn from Paragraph A.4.e. — Rental Reimbursement service. Coverage is added as follows: (3) Collision only if the Declarations e. Rental Reimbursement Coverage indicate that Collision Coverage is provided for the vehicle withdrawn We will pay up to $75 per day for rental from service. reimbursement expenses incurred by you for the rental of an "auto" because of However, the most we will pay for any "loss"to a covered "auto" that is a: expenses for loss of use is $200 per day, to a maximum of$1,500. (1) Private Passenger; SECTION III — PHYSICAL DAMAGE COVERAGE, (2) Truck; Paragraph A.4.c. —Non-Transportation Loss of Use Expenses is added as follows: (3) Pick-up truck; c. Non-Transportation Loss of Use (4) Panel; or Expenses (5) Van We will pay up to $2,000 for non- transportation expense incurred by you, type vehicle under 20,000 lbs. of Gross because of "loss" to a covered "auto", if Vehicle Weight. Payment applies in caused by: addition to the otherwise applicable amount of each coverage you have on a (1) Other than Collision, only if the covered "auto". No deductibles apply to Declarations indicate that this coverage. Comprehensive Coverage is provided for the"auto" withdrawn from service; ANIC CA 1150 10 13 Page 3 of 4 ik2 Alaska National (1) We will pay only for those expenses SECTION IV — BUSINESS AUTO CONDITIONS — incurred during the policy period Paragraph B.5.b. — Other Insurance is replaced by beginning 24 hours after the "loss" the following: and ending, regardless of the policy's expiration, with the lesser of the b. For Hired Auto Physical Damage following number of days: Coverage, the following are deemed to be covered "autos" you own: (a) The number of days reasonably required to repair or replace the (1) Any covered "auto" you lease, hire, covered "auto". rent, or borrow; and (b) 30 days. (2) Any covered "auto"" hired or rented by your "employee" under a contract (2) This coverage does not apply while in that individual "employee's" name, there are spare or reserve "autos" with your permission, while available to you for your operations. performing duties related to the conduct of your business. (3) The Rental Reimbursement Coverage described above does not However, any "auto" that is leased, hired, apply to a covered "auto" that is rented or borrowed with a driver is not a described or designated as a covered covered"auto". "auto" on Rental Reimbursement Coverage Form CA 99 23. SECTION V — DEFINITIONS — Paragraph C. — "Bodily injury" is replaced by the following: SECTION IV — BUSINESS AUTO CONDITIONS — Paragraph B.2. — Concealment, Misrepresentation Or C. "Bodily injury" means bodily injury, sickness or Fraud is amended by adding Unintentional Failure disease sustained by a person including death or to Disclose Hazards at the end of Paragraph B.2. as mental anguish resulting from any of these. follows: Mental anguish means any type of mental or emotional illness or disease Unintentional Failure to Disclose Hazards If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective May 1, 2014 Policy No. 14E AS 32018 Insured Gary Harper Construction, Inc. Endorsement No. 2 Countersigned By Emile Raueca Moloney, O'Neill & Corkery/Spokane ©Insurance Services Office, Inc., 2009 ANIC CA 1150 10 13 Page 4 of 4 All Alaska INSURANCE Yll DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All projects Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I — Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, except General Aggregate Limit shown in the damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard", and for medical General Aggregate Limit. expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 Producer Copy Page 1 of 2 • car INSURANCE COMPANY B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard" is "occurrences" under Section I — Coverage A, and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage" included in the under Section I — Coverage C, which cannot be "products-completed operations hazard" will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned and under the General Aggregate Limit or the then restarted, or if the authorized contracting Products-completed Operations Aggregate parties deviate from plans, blueprints, designs, Limit, whichever is applicable; and specifications or timetables, the project will still be 2. Such payments shall not reduce any deemed to be the same construction project. Designated Construction Project General E. The provisions of Section III — Limits Of Insurance Aggregate Limit. not otherwise modified by this endorsement shall continue to apply as stipulated. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. 19 Countersigned By ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 Producer Copy Page 2 of 2 • Page 1 of Consumer tools Agent and Company Lookup Orders Independent Review Decisions ALASKA NATIONAL INSURANCE COMPANY Licensing I Appointments I Complaints I Orders I National Info, I Ratings I Tax Filings Back to Search General information Contact information Name: ALASKA NATIONAL INSURANCE COMPANY Registered address Mailing address Corporate family group: n/a O 7001 JEWEL LAKE RD 7001 JEWEL LAKE RD Organization type: PROPERTY ANCHORAGE, AK 99502 ANCHORAGE, AK 99502 WAOIC: 24 Telephone Telephone NAIC: 38733 907-248-2642 907-248-2642 Status: ACTIVE Admitted date: 06/25/1984 Ownership type: STOCK ?back tp top Types of coverage authorized to sell o. Insurance types Casualty Marine Ocean Marine Property _ Surety Vehicle back to too Agents and agencies that represent this company (Appointments) p View agents View agencies ^EacG w top Company complaint history p View complaints back to. Orders issued since 2015 a No orders are found ^back to tug Disciplinary orders 2008-2014 U/A /life—nn n n inn tc Page 2 o12 No disciplinary orders are found Looking for other types of orders? Our Pre-2015 orders search allows you to search orders prior to 2015. tack ro[op Premium tax filings by tax year o 2015 2014 2013 2012 2011 ^back[QIN National information on insurance companies Want more information about this company? TheNAIC_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. t pack to fop Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. AM._Best Weiss Group.Ratings Standard,and Poor's Corp Ptoody's Investors Service Fitch IBCA, Duff and Phelps Ratings back to_top http://www.insurance.wa.gov/consumcrtooll<it/Common)'/ConlpanYPr0lile.aspx?WAOIC=24 2/19/2016 A.M. Best's Consumer Insurance Information Center Page 1 of I A.M. Best's t1c G t1 p (V1� n y� C`,+-°4 ',U .Ew,+rt IGilst�. a ice "erfrl {! in Member Center:Leaf I agg_ug Need Coverage? :SIB How Does Your Insurer Rate? State Insurance Information Find insurers by state or coverage type. m Enters Caoany Name ` l I seem a state vI Consumer Home I Terms to Know I Why a Best's Rating is tmponant I Contact Us Life&Retirement O Health&Disability Car&Home Q Other Lite Events Alaska National Insurance Company � Print this page A M.Beet e.02648 NAIC C sans FEIN C 9:0077654 Address: 7001 Jewel Lake Road Phone 907-248-2642 Anchorage,AK 99502-2825 Fax: 907-266-9252 UNITED STATES Web: www alaskanalional corn Best's Ratings View Definition ^3'00. Need More information? Financial Strength Rating: A f & Purchase an insurer report,Complete with Outlook: Stable ^"✓ecps rating history,market share and a list of Effective Dale. August 06,2015(Affirmed) i,�� Re lt. competitive insurers for 59.95. Financial Size Category: IX($250 Million to$500 Million) > � a. View Sample Report Licensing: The company is licensed in AL,AK,AZ,CA,CO,FL,HI,ID,IL.IA,KS,LA,MN,MS,MO,MT,NV,NM,ND,OK,OR,SD,TX,UT.WA and WY. Top Line(s)of Business (based seenol,ect Premiumswnnen) 1. Workers'Compensation Mew Der ikon) 2. Auto(Commercial)New pet-tuition) 3. Commercial Multiple Peril New Dennison) 4. Other Liability(Occurrence)Mew Dannmmn) 5. Inland Marine Mew vermilion) Top State(s)of Business(bases upon Dien a,emmms wmaenl 1. Alaska 2. California 3. Washington 4. Idaho 5. Oregon Visit our NewsRoom for the latest News and Press Releases for this company and its AM.Best Group. Terms of Use —` All information provided on the A.M.Best website,including but not limited to text,data,ratings,reports.images,photos,graphics,and charts is owned by or licensed to AM.Best Company and is protected by United States copyright laws and international treaty provisions.A.M.Best and its licensors retain all copyright and other proprietary rights to the website content. Best's Credit Ratings,obtained through any source,may not be reproduced,distributed to Third Parties,or stored in a database or retrieval system in any form for commercial purposes without the prior written permission of the A.M.Best Company.All unauthorized use of Besrs Credit Ratings or other published information is strictly prohibited.By logging into Best's Member Center or accessing this site,you accept and agree to be bound by our complete Terms of Use Customer Service I product Supnon 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 Least a Licensing Copyright 02016 A M.Best Company,Inc.and/or its affiliates ALL RIGHTS RESERVED. .n r-, n.",• * • 11, 11. I CITY OF * *AUBURN Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 March 3, 2016 CERTIFIED MAIL RETURN RECEIPT REQUESTED Gary Harper Gary Harper Construction, Inc. 14831 223rd Street SE Snohomish, WA 98296 NOTICE TO PROCEED RE: MS1511, Academy Booster Pump Station 2 Repairs, Contract #16-07 You are hereby notified to proceed as of March 11, 2016, with the work on the above- referenced project, within the time period specified, in accordance with the provisions of the contract documents, copy enclosed. This project has 10 working days for completion. If you have any questions, please contact the inspector for the project, Dave Roselle at 253-804-5085 or the Contract Administration Specialist, Cindy West at 253-931-3002. Sincerely, rid Gui P.E. Asst. Director of Engineering/City Engineer Community Development & Public Works Department IG/cw/as Enclosure cc: Dani Daskam, City Clerk Seth Wickstrom, Project Engineer Dave Roselle, Project Inspector File 13.11 Project # MS1511 AUBURN * MORE THAN YOU IMAGINED * CITY OF AT B T K I sJ Nancy Backus, Mayor WASHINGTON 25 West Main Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 February 8, 2016 CERTIFIED MAIL RETURN RECEIPT REQUESTED Gary Harper Construction, Inc. 14831 223rd Street SE Snohomish, WA 98296 RE: Award of Contract- Contract No. 16-07 Project No. MS1511, Academy Booster Pump Station 2 Repairs LETTER OF AWARD Dear Mr. Harper: Quotes for construction of the above-referenced Limited Public Works project were solicited from the MRSC Small Works Roster. Two (2) responsive quotes were received and have been tabulated. Your firm submitted the lowest responsible quote. This fetter serves as your notification of award for the subject project and is a contract specification. Please execute and return the following documents to the attention of Cindy West, Contract Administration Specialist, within seven (7) calendar days after receipt of this letter: a) Limited Public Work Contract, in duplicate b) Declaration of Option for Performance Bond or Additional Retainage, in duplicate c) Certificate(s) of insurance naming the City as additional insured, in duplicate, for all required insurance coverages as set forth in the Limited Public Work Contract Please return the following items with the contract documents: a) Requests to sublet work for all subcontractors and lower tier subcontractors b) Emergency call list c) A schedule of equipment and labor rates, as outlined in Section 1-09.6 (Force Account) to be utilized in the event of any Force Account activities Once the documents listed above have been received, and the Contract has been executed by the City, a Notice to Proceed will be issued. 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, AUBURN * MORE THAN YOU IMAGINED Gary Harper Construction, MS1511 February 8, 2016 Page 2 of 2 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 253-804-5034 or Cindy West, Contracts Administration Specialist, 253-931-3002, if you have any questions. Sincerely, ;4 s"..0/ „ Seth Wickstrom, P.E. Project Engineer Community Development & Public Works Department SW/cw/as Enclosures cc: Dani Daskam, City Clerk Dave Roselle, Inspector File 13.11 (MS1511)