Loading...
HomeMy WebLinkAboutCP1317 15-11 Ferguson Engterprises � 6 �f// / CITY OF *� T �� 9 -1 � Nancy Backus, Mayor �J Y� WA$HINCiT�N 25WestMainStreet * AuburnWA98001-4998 * www.auburnwa.gov * 253-937-3000 August 25, 2015 CERTIFIED MAIL RETURN RECEIPT REQUESTED Ferguson Enterprises, Inc. dba Ferguson Waterworks 24025 Snohomish Woodinville Road Woodinville, WA 98072 NOTICE TO PROCEED RE. Project No. CP7317, Water Utility Meter 8� Billing System Improvements, Contract#15-11 You are hereby notified to proceed with the work on the above-referenced project, within the time period specified, in accordance with the prbvisions of the contract documents, copy enclosed. The term of this Contract shall commence on the Effective Date of the Contract, August 20, 2015, and continue until December 31, 2017, as set forth in the Contract Schedule, unless terminated earlier pursuant to the provisions of Subsection 1 4 of the Contract. If you have any questions, please contact the Project Manager for the project, Susan Fenhaus, Water Utility Engineer, at 253-804-5061 or the Contract Administration Specialist Supervisor, JoAnne Andersen at 253-931-3012. Sincerely, I grid G ub Asst. Dir or of Engineering/City Engineer Community Development & Public Works Department IG/as Enclosure cc: Dani Daskam, City Clerk Susan Fenhaus, Water Utility Engineer Lisa D Tobin, Utilities Engineering Manager File 13.11 Project# (CP1317) AUBURN * MORE THAN YOU IMAGINED * CITY OF * • ����T " Nancy Backus, Mayor �l ' WASHINGTON 25 WestMain Street * Auburn WA 98001-4998 * www.auburnwa.gov * 253-931-3000 August 7, 2015 Thomas Erickson Ferguson Watervvorks 24025 Snohomish-Woodinville Road Woodinville, WA 98072 RE: Award of Contract No. 15-11 Project No. Cp1317, Water Utility Meter& Billing System Improvements Letter of Award Dear Mr Erickson: � � The City Council, at their meeting on August 3, 2015 approved award of the project to � your firm. Resolution No. 5154 authorizes the Mayor to execute the agreement with Ferguson Watervvorks. The total award amount including Washington State sales tax is � $5,931,811.86. This letter serves as your notification of award for the subject project. Please execute and retum the following contract documents and other required information to the attention of JoAnne Andersen, Contracts Administration Specialist Supervisor, within seven (71 calendar davs after receiving this letter of award: a) Contract, in triplicate. b) Contract Bond, in duplicate. c) Powe.r of Attomey for your bonding company, in duplicate. d) Certificate(s) of Insurance naming the City of Aubum as additional insured, in duplicate, for all required insurance coverage's. Please include the ConVact Number, ProJect Number and Project Name on the certificate(s). e) Escrow Agreement for Retainage Declined, in duplicate. A project Kick-Off Meeting will be scheduled at a later date. A Notice to Proceed wiil be issued within five working days of the contract execution date, which is the date the contract has been fully executed by the City AUBURN 'k MORE THAN YOU IMAGINED Ferguson Waterworks I August 7, 2015 Page 2 of 2 If you do not have a current Business License to work in the City of Auburn, an application has been included and should be retumed to the Customer Service Center, One East Main Street, Auburn, as soon as possible. All subcontractors and lower tier subcontractors working on the project must also have a City of Aubum Business License. Please contact me at 253.804.5061 or JoAnne Anderse.n, Contracts Administration Specialist Supervisor, at 253.931.3012 if you have any questions. Sincerely, ���/ ��,� � Susan Fenhaus, P.E. I Water Utility Engineer i Corimmunity Development & Public Works Dept. � SF/ja/mt Enclosure cc: Dani Daskam, City Clerk File 13.11 (CP1317) Ferguson Wateroaorks August 7, 2015 Page 2 of 2 If you do not have a current Business License to work in the City of Aubum, an application has been included and should be retumed to the Customer Service Center, One East Main Street, Aubum, as soon as possible. All subcontractors and lower tier subcontractors working on the project must also have a City of Aubum Business Licerise. Please contact me at 253.804.5061 or JoAnne Andersen, Contracts Administration Specialist Supervisor, at 253.931.3012 if you have any questions. Sincerely, �5����� Susan Fenhaus, E. Water Utility Engineer Community Development & Public Works Dept. SFfja/mt Enclosure cc: Dani Daskam, City Clerk � File 13.11 (CP1317) * � # * THAN YOU �O�' I�'tAGIN�� ��������� Waterworks a VVOLSELEY comparry City of Auburn AMI System Contract Documents Automa�aE MelerinhestruaWreSyslemEqulpmenlendSeMcasCantrec1 9ahvaen qry olAubum antl Ferpuean CONTRACT Contract No. 15•11 THIS CONTRACT("Contract")by and 6etween City of Aubum, Washington ("City"), a municipal corporation, and Ferguson Enterprises, Inc. aka Ferguson Waterworks, a registered contractor in the State of Washington, Contractor No. FERGUEI976RW with a place of business at 24025 Woodinville Snohomish Road in Woodinville, WA 98072("Ferguson"or"Supplier") (individually a"Party" and collectively the "Parties") is effective upon the later date of execution of this Contract by the City and Supplier("Effective Date"). WITNESSETH: WHEREAS,the Supplier has represented to the City it has the specialized expertise and experience necessary to properly provide the Equipment and Implementation Services for a fully functioning Automated Meter Infrastructure (AMI) System, as furlher definetl and required by this Contract, in a timely manner and that its proposal includes all of the functions and features required for the Equipment and Implementation Services; ahd WHEREAS, the City has accepted the Supplier's offer to provide the Equipment and Implementation Services in accordance with the Contract Documents as defined herein; NOW THEREFORE, in consideration of the terms and conditions set forth herein,the Parties agree as follows: Ferguson shall supply and the City shall purchase a complete system as described in this Contract,the Attachments, and other documents referenced heYein and incorporated in this Contracttiyreference as if fuil restated herein. The terms and conditions of this Contract are set forth in the following Contract Documents,each of which is attached hereto and are made part of the Contract by this reference in the following order of precedence: Future Contract AmendmentslChange Orders; This Contract Contract Attachments; 1 Aulomeled Alaler�nhaztruclure Syebm Epupmant entl SeMcer ConYaet Balwaen;Qly of Aubum end Faiguean City of Auburn Ferguson Enterprises, Inc. �// �iLu,tt.. , Nancy B s, Mayor N�ME, TITLE ���� Date Signed: $r,�•�� Date Signed: �3 � ATTEST 9��..0. . ��� ��Danielle E. Daskam, Giry Clerk APPROVED AS 0 FORM iel B. Heid, ' A orney 2 AularetedMa�rinfroetrucluraSyelemEpipmeManASenlceeCo�Nect Belwean:CMy olAubum end Feryuaan CONTRACT Gontract No. 15-11 TABLE OF CONTENTS DEFINITIONS OF WORDS AND TERMS SECTION 1 STANDARD CONTRACTUAL TERMS ANb CONDITIONS SECTION 2. ADDITIONAL CONTRACT TERMS AND CONDITIONS SECTION 3. INSURANCE REQUIREMENTS SECTION 4 SPECIFICATIONS SECTION 5. ADDIDEDUCT PRICING SECTION 6. PERMITS AND LICENSES ATTACHMENT A SCOPE OF SERVICES ATTACHMENT B PRICING MATRIX ATTACHMENT C SENSUS AMI BASE TERMS ATTACHMENT D CONTRACT SCHEDULE ATTACHMENT E EQUIPMENT WARRANTY ATTACHMENT F INSURANCE CERTIFICATIONS AND ENDORSEMENTS ATTACHMENT G CONTRACT BOND ATTACHMENT H PREVAILING WAGE RATES 3 rww�amonrere�mr�:wcwre srsmm�yutmen�ane suxca c000-,m &Ivmn:Clly olAnbum mE Forpuiun DEFINITION OF WORDS AND TERMS Words and terms shall be given their ordinary and usual meanings. Where used in the Contract Documents, the foilowing words and terms shall have the meanings indicated. The meanings shall be applicable to the singular, plural, masculine,feminine and neuter of the words and terms. Accentance.or Acceqted: Written documentation of the City's determination that the Supplier's work has been completed in accoMance with the Contract. AMI: Automated Meter Infrastructure, For purpose of these Contract Documents,this refers to the AMI system provided by Sensus Metering Systems, consisting of all FlexNet system components,tower gateway base stations, regional network interfaee, meter transmitters, installation tools and equipment, licensed software(including Sensus'Logic), and all other related components. Available Meter• A City meter connected to a fully functioning meter transmitter(also known as an endpoint or SmartPoint), that is used in calculating the read rate during a Biiling Window. An available meter satisfies all of the following criteria: a. It is installed in compliance with the procedures and specifications approved by and provided to the City in writing by the 8upplier b. it functions properly, is oot damaged, and does not fail to transmit meter reading information during a Billing INindow. c. It is serviced by a TGB, FNP, or other network equipment that has not been subjected to a power failure greater than eight(S)continuous hours during a Biiling Window. d. Neither it, nor the TGB, FNP, or any other network equipment that serves that meter has been affected by a Force Majeure event. e. Interference orjamming of the ratlio spectrum is not preventing or interfering with radio communicafion to or from the meter transmitter, provided the Supplier is diligently working to effect a cure and provides a weekly status report. f. It is instalied in a mutually agreed upon coverage area of the City, as defined in the Supplier's propagation study g. It has not been reported by the City under the maintenance service agreement with the Supplier, unless the Parties agree that the reason for the report was resolved before the Billing Wintlow opened or that the meter is functioning normally h. Its functioning or performance has not been adversely affected by a failure of the City to perform its obliga6ons or tasks for which it is responsible, or to propedy maintain network equipment owned by the City Billinq Window: A three to four day period beginning one to two days prior to, and ending two days following,the City's preferred billing day for a particular meter Chanae Documentation: A written document agreed upon by the Supplier and the City,which if it creates a 4 AubmneA Memr In6asW�Wre Syslom EqWpmantmC BeMceeCaMrecf Bahmm QtyW Rubum mtl Pwpu�an material change to the Contract terms or Specifications shall be executed as a Change Order Chanqe Order• A written change to the Contract modifying, deleting or adding to the terms,conditions,or scope of work, signed by the City and the Supplier with or without notice to the sureties. Gommissionina Period: The period beginning with training and conciuding with performance testing and final acceptance. Contract or Contract Documents: The writings and drawings embodying the legally binding obligations beriveen the City antl the Supplier for completion of the Work under the Contract. Contract Price: The total amount payable by the City to the Supplier for perforrnance of the Work in accordance with tfie Contract. Contract Scheduie. The schedufe for the Supplier's provision of the Equipment and Services, and attached as Attachment D. Contract Time: The total time for the Supplier to perform the Work as set out in the Contract Schedule. �• Calendar day C�•City of Auburn, as the party contracting with the Supplier to receive the Equipment and Services or the Work underthis Contract. Documentation: Technical publications relating to the use of the software or services to be provided by the Supplier under this Contract, such as reference, user, instal�ation,systems administration and technical guides, delivered by the Supplier to the City Eauipment and Implementation Services: The furnishing of matenals,equipment, custom software, consuldng, design, labor, time and effort by the Supplier during the installation and initial operation of the supplied AMI system during the contract term. Femuson or The Supplier• The corporation contracting with the City to provide the Equipment and Services or perform the Work under this Contract. Final Acceptance: The date as of when the City acknowledges that the Supplier has performed the Work through installation as defined in 5ection 2.10 herein. FlezNet: The AMI system provided by Sensus Metering Systems. FlexNet Network Portal (FNPI: Also referred to as a repeater A pole-mounted unit with simple store and forward capability that communicates directiy to a TGB. Force Maieure: Means an event that is unforeseeable as of the Effective Date and that is beyond the reasonable control of the Supplier and the City and is limited to: • Naturai disasters declared by the governor of Washingion or President of the United States, 5 AubmeleCMefer Intre54uCNe SysYm EqUpmententl SmNces CqHf¢W 9H�uen:C0.y AAubum mtl Frpuaon including but not limited to earthquakes; • Acts or omissions of any govemment entity acting within its govemmentai capacity; • Fire or other casualty for which the Supplier or its Subcontractors and/or suppliers are not responsible; • Quarantine or epidemic; . Strike or defensive lockout; . Inability to obtain materials, including delays of carriers,contractors, or suppliers,and e Unusually Severe Weather Conditions. Meter Transmitter• Also referred to as a transmitter unit, an endpoint, or a Sensus SmartPoint. The radio transmitter installed at a given meter location to transmit information from the meter register to the FlexNet system. Person: Includes intlividuals, associations,firms,companies, corporations, partnerships, and joint ventures. Proiect Manaqer• The individual designated by the City or the Supplier, as applicable,tb manage the project on a daily basis and who may represent the City or the Supplier respectively for Contract administration. Provide; Fumish without adtlitionai charge. RCW The Revised Code of Washington. Reqional Network Interface(RNI1: Equipment and Sensus' Logic software used to gather, store, and report data collected from meter transmitters and TGBs that are part of the FlexNet system. The Logic software operates on the RNI. Scope of Work: The Scope of Work to be completed by Ferguson is defined in the Contract Documents referenced herein including but not limited to Attachment A Swqe of Services. Ferguson agrees to provide and deliver a complete Automated Meter Infrastruciure System and Meter Replacement solution subject to the terms of this Contract. Subcontractors: A subcontractor shall mean an individual,firm, partnership,or corporation having a contract, purchase order,or agreement with the Supplier, or with any Subcontractor of any tier for the performance of any part of the Gontract. When the City refers to Subcontractor(s) in the Contract Documents,for the purposes of the Contract Documents and unless otherwise stated herein,the term "Subcontractor(s)" includes, at every level andlor tier, all subcontractors, sub-consultants,suppliers, and materials men, The Supplier shall identify all Subcontractor's that the Supplier proposes to perform any portion of the Work which shall be subject to the City's prio�written approval, sueh approval to be given in the City's sole discretion. Ferguson is responsible for all work performed by its subcontractors and others performing work. The City assumes no contractual responsibility or duties to Ferguson's subcontractors, suppliers,sub-consultants or materials men unless otherwise specifically assumed under the Contract 6 anomame Menr miraevucn.e snmm eWa�m.ie se��tn cowea BMwoon:Clq alAubum mtl Fmpuwn Documents. Su lier: Ferguson Enterprises, lnc. aka Ferguson Waterworks Citv Specifications: A section of the Contract consisting of written descriptions of Services to be performed, or the Equipmenl to be provitled or the technical requirements to be fulfilled under this Contract and the Contract Documents. Touch Coupler� An inductive coupler connection from a water meter register to the meter transmitter Tower Gatewav Basestation (TGBZ: The hardware,firmware, and software installed at a tower site and used to communicate by radio with meter transmitters and the RNI. Unread Meter• Any available meter that is not read by the FlexNet system during a Billing Window. Work: Everything to be provided and done for the fulfillment of the Contract and shall include all Equipment, software, hardware and services specified under this Contract, including Change Orders, also referred to as"Equipment and Services." 7 Aubmelad Meler InGesVucWre SyrtemEqulOmenland SeMcasContrst Batwoen:Cid W qubum entl Fmpuwn SECTION 1 STANDARD CONTRACTUAL TERMS AND CONDITIONS 1.1. Contract Administration and Contract Assignment This Contract is between the City antl the Supplier who shall be responsible for provitling the Work described herein, The Supplier represents that it has or shall obtain all personnel, materials and equipment required to perform the Scope of Work hereunder, inclutling but not limited to that set forth in the Scope of Services, attached as Attachment A, The Supplier's performance under this Cootract shall be monitored and reviewed by a Project Manager appointetl by the City. Reports and data required to be provitled by the Supplier shall be delivered to the Project Manager Questions by the Supplier or its Subcontractors regarding interpretation of the terms, provisions and requirements of this Contract shall be adtlressed to the Project Manager for response, The City may purchase any suppiemental units pursuant to the Pricing Matrix found in Attachment B through the term of the conUact, Such additional units will be purchased using purchase orders in accordance with Subsection 2.6. 1.2. Contract Changes At any time before completion and Final Acceptance of the Work, the City shall have the right to order in writing the omission or addition of Work,or otherwise order changes or alterations in the Work required to be performed by the Supplier, and reasonable deductions or increases shall be made in Contract Price for such omissions, adtlitions,changes or alterations in the Work,time for completion or Contract Price; but no such omissions, additions,changes or alterations shall be made by the Supplier,or paid for by the City, unless and until au4horized by the City in writing by Change Order If the Supplier objects to or otherwise disagrees with any Changer Order, the Supplier shali so riotify the City's Project Manager in writing within fifteen (15)days of the date of such modification, submitting wifh such notification a claim of equitable adjustment. If the Supplier fails to so notify the City as provided herein,such modification shali be final and accepted by the Supplier and shall become part of the Contract between the Parties.The City will ordinarily respond to such claim within fifteen (15)days, but the City's failure to respond shall be deemed a denial and the Suppiier may make a claim pursuant to Section 1 14. 1:3. Taxes, Licenses,and Certificate Requirements Each Party agrees to comply with all applicabie federal, state and local laws, regulations,ordinances,and orders and to promptly pay when due all taxes and contributions to trust funds. The City may require certificates from federal,state, locai or private botlies showing that all obligations are current and not delinquent and, in the event the City is held liable to pay any such taxes or contributions;4he Supplier agrees to supply the City with all records necessary to compute the same and to fully reimburse the City upon demand for the amount(including penalties and interest)paid by the City, and the City shall have the right to offset any amount so paid against any sums due the Supplier hereunder 8 AulameledMelerinGaeVucNreSyntemEqulpmenland&arvlceeCantrxt BHwaan:CRy ol Auburn nE Forgucon 1.4. Termination for Default or Convenience A. Termination for Default 1 The City may terminate fhe Work, or any part of it, for cause upon the occurrence of any one or more of the following events: a. The Supplier fails to prosecute the Work or any portion thereof with sufficient diligence to reasonably ensure completion of the Work by the applicable Contract milestones as set forth in Attachment D; b. The Supplier is adjudged bankrupt, makes a general assignment for the benefit of its creditors, or a receiver is appointed on account of its insolvency; c, The Supplier fails in a material way to repair, replace or correct work not in conformance with the Contract; d, The Supplier repeatediy fails in a material way to supply skilled workers, or proper services, materials or equipment; e, The Supplier repeatedly fails to make prompt payment to its empioyees or subcontractors; f. The Supplier materially disregards or fails to comply with laws,ordinances, rules, regulations, permits, easements or orders of any public authority having jurisdiction; g. The Supplier fails to materially comply with all reasonable safety requirements proposed in writing by the City;or h. The Suppller is otherwise in material breach of any provision of the Contract. 2. If the City reasonably believes that one of the aforementioned events has occuRed,the City will provide the Supplier with written notice of its intent to terminate the Contract for default("Notice of DefaulY'),specifying the ground(s)for termination. The City,following communications with Supplier, shall require the Supplier, at the Supplier's sole expense, to either, (a)within flfteen(15)tlays of the date of notice of default, correct, (or be making reasonable progress toward correcting, the deficiencies noted in the City's"Notice of DefaulY';or(b)within ten (10)days of the tlate of notice of default, provide fhe City with a written corrective action plan as to how such deficiencies will be remedied or cured in a timely fashion. However, if after receipt of the prbposed remedy,the City reasonably concludes that the Supplier has(a)failed or is unwilling to repair, replace or correct the deficiencies, or(b)failed or is unwilling to provide a reasonable and satisfactory corrective action plan,the City shall thereafter have the right to terminate some or all of the Work f6r default, The Supplier shall receive written notice of the termination ("Notice of Termination"). 3. Upon termination, the City may finish the Wo�k by whatever commercially reasonable methotl it tleems reasonably expedient. 4. Upon Termination for Default, the Supplier shall be liabie for all direct and substantiated reasonable costs to correct and complete the Work. 9 Automeletl Aleler InlraevucNn 3yebm EqWO��entl 9ervlms Cantract Bolwem:Cly ol Auqvn eM Foryueun 5. In the event of Termination for Default, the City shall only pay the Supplier for the Work successfully completed prior to the date of termination and accepted by the City The City shall not be responsible for any other the Supplier costs,expenses,or damages including any consequentlal, special,or incidental damages or lost profits associated with the Contract. In no event shall the City reimburse the Supplier for any costs directly or indirectly related to the cause of the Termination for Default. 6. If, after Termination for Default, it is determined that the Supplier was not in default,the rights and obligations of the Parties will be the same as if the termination had been issued for the convenience of the City 7 Termination for Default of some or all of the Work shail not relieve Supplier of its obligations under the Contract for Work installed by Supplier prior to such termination including the requirement that the Work be installed and supplied in accord with the Contract Documents. In addiiion, Termination for Default shall not relieve the Supplier's surety for any liability or obligations under its payment or performance bonds. 8. Unless otherwise provided under the terms of this Contract,the parties mutually waive all claims against each other for punitive, special, incidental,or consequential damages arising from or related to this Contract. B. Termination for Convenience 1 Upon five(5)days written notice to the Supplier,the City may terminate the Work, or any part of it for the convenience of the City 2. If the City terminates the Work or any portion thereof for convenience,the Supplier may make a request for adjustment and payment for. a. Reasonable direct costs and reasonable profit and overhead for all acceptable Work completed prior to the effective date of the terminaGon and not previously paid for by the City together with unavoidabie materiai and equipment charges related to the termination;the Supplier shall not be entiUed to any other costs or damages; provided, in no event shall the total sum payable upon termina6on for convenience exceed the adjusted total Contract Price(including all approved change orders) stated in Subsection 2.1, as reduced by prior payments. C. The Supplie�'s Obligations During Termination Unless the City directs otherwise, after receipt of a written notice of Termination for Default or Termination for Convenience, the Supplier shail promptly 1 Stop performing Work on the date as specified in the notice of termination; 2. Place no further orders for materials,equipment,services or facilities, except as may be necessary for completion of such portion of the Work riot terminated; 10 Aulumeled Meter Inheetruelure Syebm EqWpmenl eM 9eMcesCo�ect Belween:Cltyol Ru6uro anE Frpuion 3. To the extent permitted, cancel all orders upon terms acceptable to the City,to the extent that they relate to the performance of the terminated Work; 4 To the extent permitted, assign as specifically requested tiy the City all of the rights,title, and interest of the Supplier in all orders. 1.5. Laws and Veriue In the event that either Party shall bring a lawsuit or action related to or arising out of this Contract, such lawsuit or action shall be brought in the Superior Court, King County,Washington. This Contract shall be governed by, and construed and enforced in accordance with the laws of the State of Washington. 1.6. Independent Status of the Supplier In the performance of this Contract,the Parties shall be acting in their individual,corporate or govemmental capacities and not as agents, employees, partners,joint ventures, or associates of one another The Parfies intend that an independent contractor relationship shall be created by this Contract, The employees or agents of one Party shall not be deemetl or construed to be the employees or agents of the other Party for ariy purpose whatsoever The Supplier shall not make any claim of right, privilege or benefit, which would accrue, to an employee under chapter 41,06 RCW or Title 51 RCW against the City 1.7 Non-disclosure of Data Data provitled by or to the City either before or after the Effective Date of the Contract shall only be used for fts intended purpose. The City, Supplier arid Subcontractbrs shall not utilize nor distribute the supplietl data in any form without the prior express written approval of the other parties to the agreement subject to disclosure that may be required by the Public Disclosure Act or other judicial and quasi�udicial tlisclosure as required by law. If a disclosure is required by law, the party required tiy law to disclose the data shall notify the other parties of the request and allow the other parties to the Contract ten (10)days to take whatever action deemed necessary to protect their interests. If the other parlies to the Contract fail to taks such aetion within said peri6d,the party required by law to disclose shall release the data. 1.8. Non-disclosure Obiigation While performing fhe Work under this Contract,the Supplier may encounter personal inforrnation, licensed technology, software, documentation, drawings, schematics,manuals,data and other materials described as"Confidential,""Proprietary,"or"Business Secret" The Supplier shall not disclose or publish the information and material received or used in performance of this Contract. This obligation is perpetual. The Contract imposes no obliga6on upon the Supplier with respect to confidential inforrnation which the Supplier can establish that: (i)was in the possession of,or was rightfully known by the Supplier without an obligation to maintain its confidentiality prior to receipt from the City or a third party; (ii) is or becomes generally known to the public without violation of this Contract; (iii) is obtained by the Supplier in good faith from a third party having the right to disclose it without an obligation of confidentiality; or, (iv) is independently developed by the Supplier without the participation of individuals who have had access to the City's or the third party's confidential ioformation. If the Supplier is required by law tb disclose confidential information, the Supplier shall notify fhe City of such requirement at least ten (10)days prior to 11 Automelatl Maler Inh�VucWre Syalem Equipnenf antl SeMcesCoiNml Bafwean:Clly WAUEun eM Ferguoon dISCIOSUfE. 1.9. Public Disclosure Requests The Contract Documents shall be considered pubiic documents and,with exceptions provided under public disclosure laws, shall be available for inspection and copying by the public. If the Supplier considers any portion of the Work, including software,data and related materials, delivered to the City to be protected under the law, the Supplier shall clearly identify each such item with words such as"CONFIDENTIAL," PROPRIETARY,"or"BUSINESS SECRET" If a request is made for disclosure of such item,the City shall determine whether the mate.rial should be made available under the law, If the material or parts thereof are tletermined by the City to be exempt from public disclosure, the City shall not release the exempted documents. If the mate�ial is not exempt from public disclosure law, or the City is not in the position to make such a determination, the City shall notify the Supplier of the request and allow the Supplier ten (10)days to take whatever action it deems necessary to protect its interests. If the Supplier fails or neglects to take such action within saitl periotl, the City shall release the item(s) at issue. By signing this Contract, the Supplier agrees to the procedure outlined in this Subsection and shall have no claim against the City on account of actions taken under such procedure. 1.10. No Prototype Components All equipmeni and materials furnished under this Contract shall be in production and be used by customers comparable to the City at the time of the Contract Effective Date. Test or prototype iiems shall be clearly identified as such and shall be subject to rejection by the City A sufficient inventory of Equipment siiall be available to meet delivery requirements, 1.11. Changed Requirements New Federal, State and City laws, regulations,ordinances, policies and administrative practices may be established after the Effective Date di this Contract and may apply to this Contract. To achieve compliance with changing requirements,the Supplier agrees to accept all changed requirements that apply to this Contract and require Subcontractors to comply with revised requirements as well, If the Supplier believes such changes entitle it to a change in Contract Price or Contract Time, it shall submit a Change Order request to the City in compliance with Subsection 1.2 Contract Changes. 1.12. Assignment Supplier Nonassignment. The Suppiier shall not assign any interest,obligation or benefit under or in this Contract or transfer any interest in the same, whether by assignment or novation,without prior written consent of the City, and such consent shall not be unreasonably withheld or delayed, 12 AubmateAMelNlnlraebucluraSyslmn EqulpmentendSeMcesConhacl Belween:CNy olAubum end Faryueon 1 13. Indemnificatlon and Hold Harmless A. Supplier's Obligations 1 Subject to Subsection 1 4,the Supplisr shall indemnify and hold harmless the City, its elected and appointed officials, o�cers,employees and agents from and against all claims,damages, losses and expenses, including costs of defense as defined herein, arising out of or resulting from the performance of the Work, and shall, after reasonable notice, defend and pay the e.xpense of defending any suit, and will pay any judgment, provided that any such claim, damage, loss or expense(1) is attributable ro bodily injury, sickness, disease or death, or Fo injury to or destruction of tangible property,including the loss of use resulting therefrom; and (2)is caused in whole or in part by any act or omission of the Supplier, any subcontractor, anyone direcfly or indirectly employed or retained by any of them or anyone for whose acts any of them may be liable. 2. In any and all claims against the City or any of its officers, agents or employees by any employee of the Supplier, any subcontractor, anyone directly or fndirecBy employed by any one of them or anyone for whose acts any of tfiem may be liable, the indemnification obligation urider this article shall not be limited in any way by benefits payable by or for the Supplier or any subcontractor under Workmen's compensation acts,disability benefit acts or other employee benefit acts. 3. Shoultl a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liabllity for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Supplier and the City, its members, officers,employees and agents, the Supplier's liability hereunder shall be only to the extent of the Supplier's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes Supplier's and the City's waiver of immunity under industrial insurance,Title 51 RCW, solely for the purposes of this indemnification, This Title 51 RCW waiver has been mutually negotiated by the parties. 4 Supplier shali require similar indemnity provisions and waivers in all of its subcontractor and supplier agreements which are executed specifically in connection with this Project. 1.14. Disputes, Claims and Appeals The Supplier shall promptly address all claims for additional compensation, extensions of time, including all claims for equitable adjustment in writing to the Project Manager immediately, and follow up with detailed information within twenty(20)days of the date of knowledge of the events, circumstances, or occurrence giving rise to the claim. No claim shall be allowed for additional compensation or extensions of time or equitable adjustment for events, circumstances, or other causes occurring more than twenty(20)days prior to the Supplier giving noiice of the claim as required by this paragraph, The Project Manager shall ordinarily respond to the Supplier in writing with a decision, but absent such written response,the claim shali be deemed denied upon the fifteenth (15)day following receipt of Supplier's claim by the project Manager Pending final decision of a dispute hereuntler, the Supplier shall proceed diligently with the performance of the Contract and In accordance with the direction of the Project Manager Complying with the claim provisions of this paragraph are a condition precedent to filing any lawsuit by the Supplier for obtaining additional wmpensation,extensions of time, or equitable adjustments related directly or indirectiy to the 13 P.NaneleOMalerinheetrucMeSyelemEqulpmentantl Se�vk�Cantrect BelWem:CIty W Auhurn mW Fxpuwn work and/or this Contract. This claim procedure is the ezclusive means in the Contract of obtaining adjustments to the contract price, compensation, and time to complete the work. 1.15. Severability Should any provision of this Contract now or at any time during the term hereof be in conflict with any fetleral, state of municipal law, regulation or the like, or any applicable judicial decision, then such provision shall continue in full effect only to the extent permitted. In the event any provision of this Contract is thus heid in operative, the remaining provisions of this Contract shall nevertheless remain in full force and effect. 7.16. Nonwaiver of Breach A waiver by any party to this Contract of any provision of the Contract shall not constitute a waiver of any further or addi6onal breach of such provision or of any other provision. No provision of this Contract may be waived except by a written notice expressing the intent to waive or othenvise modify the provision. This Contract may only be amentletl by a Change Order executed in accord with the terms of this Contract. 1.17 Prohibition on Asbestos•Containing Products Not used. 1.18. Patents, Royalties and AMI Supplier's Infringement indemnity The Supplier is responsible for paying all license fees, royalties or the wsts of defending claims for the infringement of any intellectual property that may be used in perforrning this Contract. Before fnal payment is made on this Contract,the Supplier shall, if requested by the City,furnish acceptable proof of a proper release from all such fees or claims. Supplier's Infringement Indemnity Supplier shall indemnify and hold the City harmless from and against any and all third-party suits, actions, losses, damages,claims or liability of any type of character, type or description, inclutling, but not limited to, all expenses of litigation,court costs and attomeys'fees, based upon any claim of infringement of any patent or other license or intellectual property right(whether by way of trademark or otherwise) resulting directly or indirectly from the manufacture, sale, supply or importation of the parts and components or their use in a waste water treatment plant. Supplier agrees to notify the City as soon as reasonably possible of any material matters with respect to wfiich the foregoing indemnity is likely to apply and of which the$upplier has actual knowledge. If notified in writing of any action or claim for which the Supplier may be liable to provide indemnity, the Supplier shall, without limitation, defend (subject to reasonable consultation with the City) such action or claim at Supplier's expense and pay the cost and damages and attomeys'fees awarded against the City in such action or claim; provided, however, that the Supplier shall have the reasonable right to conhol the defense and settlement of all such actions or claims, which settlement shall be subject to the consent of the City if applicable, not to be unreasonably withheltl or delayed. Indemnification pursuant to this provision shali not be predicated on the City having made payment on any such claim. The obligations of this Subsection 1 18 shall survive Contract completion or termination andlor assignment of this Contract. 14 AUWmebd Malerinfres4ucUrteBYebmEqulpmeMantlSarAceaContrac( II Betwuon:Ciry olRUEum mtl Fergueon Supplier grants the City a royalty-free irrevocable non-exclusive license to use the technologies provided and contained in the materials furnished for the relevant Automated Meter Infrastructure System project. 1.19. Design Defects The City shall declare a design defect(from the manufacturing or product design process) in the event that twenty percent(20%)of the items purchased under this Contract fail for the same failure. Subject to Sections 2.11 and 2,13, the City, Supplier and manufacturer shall work together to provide a modiflcation, redesign or a plan to correct the defect within thirty(30)days of receipt of the notification. Subject to Sections 2.11 and 2,13, the waRanty period and terms for corrected items shall be the same as for the initial items purchased under this Contract and shall begin on the correction of the defect as determined by the City 1.20. Contract Schedule Notwithstanding any other remedies allowed under this Contract, the Parties agree that time is of the essence on each and every portion of the Contract. Milestone dates have been established for the performance of the Contract. These milestone dates shall only be changed via a Change Order 1.21. Patents, Copyrights and Rights in Data Any patentable result or materials suitable for copyright arising out of this Contract shall be owned and retained by the City excluding improvements to Suppiier's own previously patented and copyrighted items, which shall and do remain the sole and exclusive property of the Supplier The City in its sole discre6on shall determine whether it is in the pubiic's interest to release or make available any patent or copyright owned by the City. The Supplier agrees that ihe City shall own any plans, drawing,designs, scope of Work, technical reports, operating manuals, calculations, notes antl other Work submitted or which is specified to be delivered under this Contract, whether or not complete(referred to in this Subsection as"Subject Data"). Notwithstanding the above, nothing in this Contract transfers any right, title or interest in or to any previously patented or copyrighted items of the Supplier to the City or any other party 1.22. Bankruptcy In the event the Supplier shall, at any time when this Contract is in effect, be adjudicated bankrupt, make an assignment for the benefit of creditors,commit any act of insolvency, or fail to pay promptly when due all bills an'd charges for labor, materials, and rental of equipment used in the performance of this Contract or of insolvency, or fafl to pay promptly when due all bills and charges for labor, materials, and rental of equipment used in the performance of this Contract,or required by this Contract to be paid, andlor in the event of Supplier's failure to perform promptly each antl every obligation required hereunder, the City, upon mailing a written notice to Supplier, may take over the Work or any separable part thereof, and complete the same,or have same completed at Supplier's expense, and in taking over City shall have the right, for the purpose of completing the Work hereurider,to take possession of all drawings belonging to Supplier, 15 AulomektlMelerinhaeMuehre5yelemEpupmentantl 9ervlcesContrsl BNwean:Cky of RUEwn and faryown and for such purpose this Contract shall be construetl as an assignment by Supplier to City of said drawings. Such taking over shall not constitute or be construed as a waiver by Ciiy of any action, claim or demand City may have against Supplier by reason of injury or damage resulting to City because of Supplier's failure of performance hereunder 1.23. Audits A. The Supplier and its Subcontractors, shall maintain books, records,documents, and other evidence directly pertinent to performance of the work under this Contract in accordance with generally accepted accounting principies and its customary practices. The City shall,for the purpose of audit and examination, have reasonable access to and be permitted to reasonably inspect such books, records,documents, and other evitlence directly relatetl to this Contract for inspection, audit and copying for a period of three years after completion of this Contract. Written notice of any audit shall be provided in advarice to Supplier antl any and all costs shall be paid by the City Such information, relating solely to this Contract, shall inclutle but not be limited to: 1 A statement about the accounting system intlicating the following: a. An overview of the accounting system and its capability to track costs and provide financial information, b. Written procedures and policies conceming the accounting system, 6mekeeping, payroll, purchased services and materials, direct and indirect cost control, asset capitalization, depreciation, and pre-contract costs, 2. Chart of accounts including deflnition of what is included in each account. B. Audits conducted under this Section shall be in accordance with generally accepted auditing standards and established procedures and guidelines. 1.24. Contract and Performance Bond The Supplier shall provide an executed Performance Bond for the amount of the sum of the prices for all Service Items inclusive in Attachment B(Pricing Matrix), The bond shall: A. Be on the form set forth in Attachmerit G; B. Be signed by an approved Surety(or Sureties) that: 1 Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authorized Insurance List in the State of Washington published by the O�ce of the Insurance Commissioner; 16 Aubmeletl MelalnhmWCN�o SY�E9�Nentl 9nWixaContrsl Balvevc l7ty of Aubwn mtl Fmqwan C. Be conditioned upon the faithful performance of the Contract by the Supplier within the prescribed time; D. Guarantee that the Surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1 Of the Supplier(or any employees, subcontractors,or lower tier subcontractors of the Supplier) to faithfully perform the Contract,or 2. Of the Supplier(or any employees,subcontractors, or lower tier subcontractors of the Supplier)to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materials person,or any person who provide supplies or provisions for carrying out the Work. E. Be accompanied by a power of attomey for the Surety's officer empowered to sign the bond; and, F Be signed by an officer of the Supplier empoweretl to sign official statements(so{e proprietor or partner). If the Supplier is a corporation, the bond must be signed by the presiderit or vice- president, unless accompanied by written proof of the authority of individual signing the bond to bind the corporation (i,e., a corporate resolution, power of attorney, or a letter to such effect by the president or vice-president. G. The bonds will remain in force for one(1) year following Final Acceptance Date of the Contract to insure Contract defects during fhe one-year warranty period in Section 2.14. 1.25 Prevailing Wage Requfrements, RCW 39.12 This Contract is subject to payment of prevailing wages in accord with Title 39.12 RCW Supplier antl all entities contracting with Supplierfor completion of the work requiretl by this Contract shall pay all workers at least the prevailing wage for each classification as established by the Industrial Statistician for the Departme.nt of Labor& Industries and shall otherwise fully comply with the Washington Prevailing Wage Act and associated regulations. Supplier is directed to the Washington Department of Labor& Industries website for prevailing wage rates required for this Contract. The rates that apply to this Contract shall be the most recent rates published by the Industrial Statistician as of the date Supplier executes the Contract and shall be attached to the final exeouted contract as Attachment N. SECTION 2. ADDITIONAL CONTRACT TERMS AND CONDITIONS 2.1. Executian o.f the Contract and To.tai Price A. The documents constituting the Cbntract between the City and the Supplier are intended to be complementary so that what is required by anyone of them shall be as binding a"s if called for by all of them. In the event of any conflicting provisions or requirements within the several 17 AuldnaroE Meter InPeaW alwe 9yabm EqWqreM md Servlces Contrm,Y Balwaare Clly oiAubum endFeryuaan parts of the Contract Documents, they shall take precedence as listed on the Contract Form. The date the Contract Form is countersigned by the City is the Contract Effective Date. No other act of the City shall constitute Contract award. After Contract award,the City shall issue a"Notice to Proceed"detailing the Work to be performed. Purchase of Equipment shall be by Purchase Order The Contract Price shall not be adjusted unless authorized by a Change Order in accordance with Subsection 1.2 Contract Changes and the Claim Procedures required by Subsection 1 14 B. City Equipment and City Services may be purchased at the City's option based on the unit prices set forth in Attachment B. C, The Contract may be executed in two counterparts, each of which shall be deemed an original and which shall together constitute one Contract, D, Cooperative purchase by other govemmental or municipal agencies shall only be allowetl in compliance with RCW 39.34 and the execution of an Intergovernmental Cooperative Purchasing Agreement as appropdate. 2.2. Contract Term and Notice to Proceed A. The tertn of this Contract shall commence on the Effective Date of the Contract and continue until December 31, 2017 as set forth in the Contract Schedule unless terminated earlier pursuant to the provisions of Subsection 1 4 B. Notice(s)to Proceed shall be issued referencing this Contract. Notices to Proceed shall define and authorize the Work by the Supplier based on the Work contained in Attachment A. The Notice(s)to Proceed issued by the City may confirm duly executed Change Orders to the Contract terms,funding or other matters subject to Subsection 1.2, Contract Changes. The Supplier shall commence the Work upon receipt of the Notice to Proceed and shall diligeotly prosecute the same in conformity with the Contract Schedule, which the City may change from time to time for any reason. 2.3. Schedule The schedule by which the Supplier shall provide the Equipment and Services required by this Contract is attached hereto as Attachment D and incorporate herein by this reference. 2.4. Notices All notices or pocumenta6on required or provided pursuant to this Contract shall be in writing and shafl be deemed duly given when delivered to tl�e addresses first set foRh below. 18 AUpxrelotl Melor InNmbuaWre Srybm Equ Ipmen�mtl Smkes Can�ect Batxaen:Clty MAubum entlFerpufon For Project Management related notices or pocumentation: Ci of Auburn Fer uson Enter rises, Inc. Susan Fenhaus,Water Utility Engineer , Project Manager 25 West Main Street Address 24025 Snohomish Woodinville Rd Aubum, WA 98001 Address Woodinville, WA 98072 Phone: (253)80450fi1 Phone: (503) 209-2027 Email: sfenhaus aubumwa. ov Email: fe uson.com A. Invoice Schedule The Contract Schedule that identifies the major milestones in the Work is attached hereto as Attachment D and inwrporated herein by this reference. FAILURE TO COMPLY WITH THESE REQUIREMENTS OR TO PROVIDE AN INVOICE IN CONFORMANCE WITH THE CONTRACT MAY DELAY PAYMENT B. Subcontractor Prompt Payment The Supplier shall pay each Subcontractor under this Contract for satisfactory performance of its subcontract acco�ding to the terms agreed to between the Supplier and each of its Subcontractors.The Supplier shail pay any and all bills when due for all charges in connec6on with fhe Work. Failure to comply with the provisions of this paragraph shall eons�tute a default under this Contract.At any time the City may request, as a condition precedent to payment under this Subsection 2.5, reasonable arid customary lien releases from Subcontractors for the completed portion of the Subcontractor's work shall be provided to the City in a form acceptable to the City C. Payment Procedures for Equipment and Implementation Services and Other Purchases Attached as Attachment D is the Contract Schedule that identifies the major Implementation Services milestones. Within thirty(30) tlays of the No6ce to Proceed for this Contract,the Supplier shall submit to the City a more detailed schedule of values that accurately defines the Work(or deliverables) performed for each water meter route designated by the City and a refined value of such Work. The final schedule of values shall substantially conform to the preliminary schedule attached as Attachment D and shall be subject to the Project Manager's approval prior to implementation. Such approval shall not be unreasonabiy withheltl or delayed. The revised and approved Schedule of Values shall include line items,which reflect the va�ues associated with the major components of the AMi system in such detail to all6w the Project Manager to monitor and track monthly progress and percentage completion of the Work to ensure timely progress and approval of progress payments. Payment terms are NET 45. Progress payments are subject to and conditioned on the successful,timely completion of each water meter route. Progress payments will be made against the allocated funds for each milestone as invoiced and approved by the Project Manager Such approval shall not be unreasonably withheld or delayed.However,the Supplier 19 AummeleA Memr Infminwlue 3ya@m EpNpmaMend SeMcas Cpbaq Balwam:CHy olAuburn mtl Feryuwn shall not be entitled to any payment for successive milestones if the deliverables from the previous milestone have not been accepted by the City Foilowing the request by purchase order for Equipment and the delivery of the same,the Supplier shall invoice the City The City will pay for actual equipment o�hardware that is on hand for this project. The City will make payments according to the contract based installation services on completion of each water meter route. The quantities provided for each month are estimated annual requirements. The City will place orders as needed in lots per month or as determined by the City Payments are subject to retainage in the amount of 5%of each invoice. The retainage shall be fully paid to Contractor within sixty(60)days following completion of the Work, providetl, however,that if the Work is to be completed in phases, the retainage for each Phase shall be paid upon completion of such phase. D. General Condition Before any payment can be made, the Supplier musi submit a completed W-9 form to the City 2.5 Not Used 2.6. Pricing Prices for Equipment and Services fumished under this Contract shall remain effective through December 31, 2017 All adjustments to the contract pnce and equitable adjustments including all claims under Subsection 1 14 herein shall be in accord with this pricing and su6paragraph 2.8 herein. Future purchases of equipment beyond December 31, 2017, including new equipment needed to extend AMI system service to new City customers or an expanded City service area, will be based on the published list price less 12%for all equipment in effect for the year of purchase, or current pricing at time of order, whichever is less. AMI system equipment purchased under this contract will be based upon orders place.d by the City Deliveries of ordered equipment wiil be shipped to the City Supplier will pay all freight charges for such deliveries, including return of equipment that the City is submitting for warrenty replacement, Supplier will agree to the pricing terms of this contract as long as the supplier retains the distribution rights to the Sensus product line in this territory and currenf Sensus Distributor pricing discount scheme remains in effect. 2.7 Shipping Charges All prices shall include freight FOB to the delivery point(s}designated by the City The City shall reject requests for additional compensation for freigfit charges. 20 Aulomeletl Platef InGaebw6Xa Sye(am EqWpronl en0 Serulcee Contracl BMwmn;CItyo1 qubum aiM Ferguvan 2.8. Direct Costs Related to Additional Work All direct costs for additional work, if any, performed by the Supplier at the City's request, and included in a Change Order, shall be billed at cost plus 10%and in accordance with subparagraph 2.6 above, The Supplier's costs for travel, lodging, meal expenses, equipment, materials and supplies, equipment rental and all other costs related to the Work are included in the Total Price (section 2.1A)and will NOT be billed separately to the City The Supplier or Sensus Metering Systems' costs for travel, lodging, meai expenses,equipment, materials and supplies, equipment rental and all other costs related to adtlitional work will be included in the price negotiated for the additional work and will NOT be billed separately to the City 2.9. Acceptance Process The City may give iterative acceptances as the Work is accomplished either by phase or milestone, as described in Attachment A. The Supplier shall give the City"notice of completion"of Work related to a specific milestone following the Supplier's substantial completion of all such Work associated with the Milestone or phase. A. Acceptance Process Upon completion of the milestone deliverables the Supplier shall notify the City in writing (e-mail to address identified in section 2.4 preferred) and the Acceptance process will commence. Acceptance shall be based on conformance with the milestone guidelines. After notice by Supplier of completion of the milestone, City will issue a written notice of milestone Acceptance or provide Supplier with a notification of rejection, which will inclutle documentation of the specific grounds for rejection,outlining items not in compliance with the deliverable guidelines. Acceptance shall not be unreasonably withheld or delayed. B. Correction of Deficiencies Process If a deliverable is rejected, the Supplier will have a commercially practicable time to correct items documented in the City's notification of rejection. Following the delivery of Suppliers' notice that the Work has been corrected, the City will issue a written notice of Acceptance or provide Supplier with a notification of rejection, which will include documentation of the specific grountls for the rejection,outlining Work not in compliance with the milestone. The project sbhedule will be adjusted accordingly in the event that a dispute regarding fhe mefhod or accuracy of the correction causes a delay If the deliverable(s)fails to comply with the milestone after Suppliers'second attempt to correct the Work and no agreed resolution is reached between the City's Project Manager and the Supplier's Project Manager, the City will determine the appropriate corrective actions. 2.10. Final Acceptance Process The City shall begin the Final Acceptance process in accordance with the Contract as follows: 21 Auromeled Materin4enudure 8yatemEWlpmemand Smk¢s ConVed Belwean CIryolMbyrn and Faippon A. Final Acceptance shall be based on successful completion of the Scope of Services, as �I described in Attachment A. B. If the City Accepts the Work,the City will send a notice of Final Acceptance to the Supplier indicating the successful completion of the performance testing described in the Scope of Services,Attachment A. C. If the City determines that the Work is not acceptable, the City shall notify the Supplier in writing, describing the deficiencies. D, The Supplier shall either provide a detailed, written plan to achieve Final Acceptance or to make corrections or replacements within a mutually agreed upon time period with no charge to the City The Parties shall mutually agree on a start date for beginning another Performance test as described in Attachment A, Scope of Services, E. If the City Accepts the Work following a second or subsequent Performance Test the City will send a notice of Final Acceptance to the Supplier F If the Supplier dces not correct or replace the unacceptable Work the City may declare a breach of contract. G. Final Acceptance shall not be unreasonably withheid or delayed. 2.11. Warranty Provisions Subject to Subsection 14, Supplier warrants that all products supplied shall be new and shall be installetl in accord with manufacturer's inshuctions and requirements in a good and workmanlike manner Suppiier's warranties under this Contract do not include the performance or suitability of any manufactured or prefabricated goods and all such warranties are limited to those offered by the respective manufacUuer or fabricator To the extent permitted, Suppfer hereby assigns all manufacturer or fabricator warranties to the City and agrees to assist the City in any claims under those warranties. 2.12. Express Warranties for Implementation Services A. The Supplier warrants that: 1 The Implementation Services shall in all material respects conform to the requirements of this Contract. 2. Qualified, professional personnel with in-depth knowledge shall perforrn the Implementation Services in a timely and professional manner, and that the Implementation Services shall conform to the standards generally observed in the industry for similar Implementation Services. 3, The Implementation Services shall be in compliance with all manufacturer warranties and installation instructions,applicable laws, rules and regulations. 22 Aulometed MeMlnkeslnwhua Syemm FaEpmentmtl SeMus ContreG BMween:City N Aubum end Feryuwn B. Subject to Subsection 1 4,upon receipt of notice from the City that the Implementation Services were not performed in accordance with the limited warranty herein,the Suppiier shall re-perform the services to the City's reasonable satisfaction in accord with the provisions of Subparagraph 2.14 below 2.13. Equipment Warranty For specific terms of the Equipment Warranty, see Attachment E incorporated in its entirety as if fully set forth herein.The sole and exclusive remedy for Equipment alleged to be defective in workmanship or material will be the repair or replacement of the Equipment, subject to the manufacturer's inspection antl warranty In addition,the annual maintenance agreement between the City and the Supplier is providetl in Attachment C. 2.14, Defective Work and Supplier Warranty 5ervice A. Supplier agrees to retum to the project and repair or replace any of its installation work and services that fail to perform as required by the Contract for a period of twelve(12) months from Final Acceptance Date of the work(fhe"Warranty Service Period"). Supplier's warranty service is in addition to all other obligations and duties under this Contract including but not limited to Supplier's warranty that the work comply with the requirements of this Contraot. During the Warcanty Service Period, if the City determines that Supplier's work is not performing as required under this Contract, the City will give Supplier written notice of the deficiency and Supplier will respond by repairing or replacing the work to the City's reasonable satisfaction vuithin five(5)working tlays of receiving the notice. The Supplier's obligati6n to repair or replace work is limited to the work performed by Suppiier and its subcontractors and does not extend to work necessitated by equipment defects, work performed by the City, or work required due to normal wear and tear, abuse,or neglect. If the City is not reasona6ly saGsiied with the repair or replacement or with Supplier's actions or response,the parties will aflempt io negotiate a resolution of the matter and failing that will submit the dispute to voluntary metliation if the parties agree or otherwise to litigation in accord with the venue provisions of Subsection 1.5. Any related claims by the Supplier for additional compensation, equitable adjustment,or atlditional time must meet the claim notice provisions of Subsection 1 14. B. in addition to the Supplier Warranty Service described in Subsection 2.14(A), 'rf the City determines that Supplier s work is not fully and completely in accordance with any requirement of the Contract, it may give written notice and description of such non-compliance to the Supplier in the manner set forth in Subsection 14 Within ten (10)business days of receiving the City's notice that the SuppliePs work is not in accordance with the requirements of the Contract, Supplier will respond by either repairing or replacing the work or presenting the City with a reasonably fhorough and prompt remedy The Supplier's obligation to repair or replace work is limited to the work performed by Supplier and its subcontractors and does not extend to work necessitated by equipment defects, work performed by the City,or work required due to normal wear and tear, a6use,or neglect. If the City is not reasonably satisfied with the 23 AubrtahE Meter InkasVurAure Syalam EqJpmanl aW&eMcn ConVecl eatwem:�y ol Aubum mG farpueon repair or replacement or with Supplier's actions or response, the parties will attempt to negotiate a resolution of the matter and failing that will submit the dispute to voluntary mediation if the parties agree or otherwise to litigation in accord with the venue provisions of Subsection 1.5, Any related claims by the Supplier for additional compensation,equitable adjustment, or adtlitionai time must meet the claim no6ce provisions of SubsecUon 1 14 2.15 Accrual of Actions. The parties mutually agree that as to acts or failures to act occurring prior to the date of Substantial Completion of the work under this contract, any allegetl cause of action shall be deemed to have accrued in any and all events no later than such date of Substantial Completion. 2.16 Responsible Contractor Supplier warrants and represents that it meets all mandatory responsibility criteria under RCW 36,04,350 including but not limited to being a registered contractor under RCW 18.27 at the time this Contract is executed. Supplier further warrants that it will require all of its subcontractors, if required by law,to meet these criteria if required to register under these provisions. SECTION 3. INSURANCE REQUIREMENTS 3.1 Evidence and Cancellation of Insurance A. Prior to execution of the Contract, the Supplier shall file with the City evidence of insurance antl endorsements from the insurer(s) certifying to the coverage of all insurance required herein. All evidence of insurance shall be certified by a properly authorized officeY, agent, general agent or qualified representative of the insurer(s) antl shall certify the name of the insuretl,the type and amount of insurance,the location and operations to which ihe insurance applies, and the expiration date. B. Failure to provide such insurance in a timeframe acceptable to the City shall enable the City to suspend or terminate the Supplier's Work hereunder in accordance with Contract provision regarding 'Termination for Convenience/Default" Suspension or termination of this Contract shall not relieve the Supplier from its insurance obligations hereunder 3.2. Insurance Requ(rements Description The Supplier shall not commence any work until it has obtained, at its own expense, all insurance including the required insurance. Supplier shall include all costs for insurance in the Pricing Matrix (see Attachment B), The Supplier shall take out, pay for and maintain throughout the duration of and specifically for the work the insurance as specifed in the following section. Insurance Requirements A, The Supplier shall obtain and keep in force during the term of the contracf, Commercial General Liability insurance policies antl any and all other insurance, including those required 24 Autlmeled Molx InRastrutlum Sysbm EQu4��Servlcaz Contral BaMeare Wty of AUEum uW Ferguwn herein, that will fully protect the City from any and all losses, costs and damages arising out of Suppliers'work or products. Such insurance shall be with insurance companies which have an A.M. BesYs rating of"A VII" or better, and who are approved by the Insurance Commissioner of the State of Washington pursuant to Title 48 RCW B. Providing of cbverages in the stated amounts shall not be construed to relieve the Supplier from liability in excess of such limits. C. Prior to lhe execuGon of the Contract, the Supplier shall purchase a Commercial General Liability insurance policy meeting the requirements set forth herein. The Supplier shall file with the City at the time of execution of the Contract Agreement, a Certificate of Insurance evidencing and confirming that all required insurance coverages have been obtained and are in force. The certificate shall tie accompanied by such policy endorsements as are necessary to comply with the requirements set forth herein, including but not limited to Adtlitional Insuretl endorsement forms CG2010 0413 antl CG 2037 0413, set forth in Attachment F or their most recent equivalent which are necessary to cover both on-going and completed operations. Failure of the Supplier to fully comply with the requirements regarding insurance will be considered a material breach of Contract antl shall be cause for immediate termination of the Contract and of any and all City obligations, regarding same. Supplier agrees to keep its completed operations coverage in effect for a minimum of three (3) years after final acceptance. D. The Supplier shall not begin work under the Contract or under any speeial conditidn until all insurance required by law a�d the Contract has been obtained and is in effect. Said insurance shall provide coverage to the Supplier and City as required herein. The coverage so provided shall protect against claims from bodily injuries, including accidentai death, as well as claims for property damages which may arise from any act or omission of the Supplier or by anyone directly or indirectly employed or retained by either of them, to do all or any part of the work. E, In the event the Supplier is required to make corrections on the premises after the project has been Inspected and accepted, it shall obtain at its own expense, and prior to commencement of any corrective work, such insurance coverage as is requ(red herein above for such penods when corrective operations are being performed, F The insurance policies shall specifically name the City, its elected and appointed officers, officiais, employees, volunteers, as additional Insured with regards to damages and defense of claims arising from: (a) acfivities performed by or on behalf of the Supplier; (b) products antl completed operation o�the $upplier, and (c) premises owned, leased or used by fhe Supplier The insurance shall be maintained in full force and effect at the Supplier's expense throughout the term of the contract. G. The commercial general liability and property damage insurance shall inclutle coverage to protect the Supplier from contingent liabtlity, which may arise from operations of their subcontractors. Also, the Supplier shall secure certificates of insurance as eyidence that each subcontractor carries insurance to provide coverage under fhis Contract for the same limits as is required by the Supplier The Supplier shall submit copies of its subcontractor insurance certificates to the City and the Engineer as evidence of insurance coverage. H. Supplier agrees to give the City at least 30 days prior written notice of cancellation or, nonrenewal. I, The coverages provided by the Supplier's insurance policies shall be primary to any insurance maintained by the City, except as respects losses attributable to the negligence of the City 25 Aulomaled AteYrinRaztruCure Syslem Eq�pmententl Servkee Contreol Be(wxn:qtyWAuburn entl Fareucon Any insurance that might cover this Contract which are maintained by the City shall be in excess of the Suppliers insurance and shall not contribute with it. J. The Supplier's insurance policies shall protect each Insured in the same manner as though a separate policy had been issued to each. The inclusion of more than one Insured shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any empl6yee of any other insured. K. The General Aggregate provision of the Supplier's insurahce policies shall be amended to show that the General Aggregate Limit of the policies apply separately to this project. L, The Suppliar's insurance policies shall not coritain deductible or self-insured retention's in excess of reasonable amounts based upon the size and net-worth of the Supplier M. Reserved. N. City is not requiretl to provide Sup�lie�s insurance companies with any special notification of any change or modification of this Contract or of extension of time, or of decreased or increasetl work, or of the cancellation of the C.ontract or of any other act or acts by the City or its authorized employee.s and agents, under the terms of this Contract and failure to so notify the aforesaid insurance companies of changes shall in no way relieve the insurance companies of their obligation under this Contract. 0. Not applicable P The Supplier shall maintain Workers' compensation Insurance and/or Longshore and Harbor Workers Insurance as required by State or Federal statue, for all of their employees to be engaged in work on the Pro'ect under this contract and in case any such work is sublet, the Supplier shall require the su�oontractor similarly to provide Workers' Compensation Insurance and/or Long shore and Harbor Workers' Insurance for all of the latter's employees engaged in such work. The Supplier's Labor& Indushies account number shall be noted on the Certificate oflnsurance. Q. Workmen's Occupational Disease Insurance shall be taken out covering all persons whom the Supplier may employ in carrying out the work contemplated under this Contract. R. In the event any c4ass of employees engaged in the work under this Gontract is not cove.red untler Worker's Compensation insurance or Longshore and Harbor Workers' Insurance as required by State and Federal statute, the Supplier shall maintain and cause each subcontractor to maintain Employer's Liability Insurance for limits of at least $1,000,000 each employee for disease or accident, and shall fumish the City with satisfactory evidence of such. S. The Supplier shall be solely and completely responsible for safety and safety conditions on the job site, inclutling the safety of all persons and property tluring performance of the work. The services of the City's or engineer's personnel in contlucting construction review af the Supplier's performance is not intended to include review of the atlequacy of the Supplier's work methods, equipment, bracing scaffolding, or trenching, orsafety measures in, on, or near the construction site, The Supplier shall provide safe access for the City antl its inspectors tb adequately inspect quality of work and the conformance with project specifications, T The Supplier shall be solely and completely responsible to perform all work and furnish all material in strict compliance with all applicable State, City, County and Fetleral laws, 26 Aubmered Me�r InhesWcluro syeqm EtlWV��and ServEes Contrazt Betwean:CIty WAubum mE Farpueon regulations, ordinances, orders and codes. The Supplier's attention is directed to the requirements of the Washington Industrial Safety and Health Act, WISHA, RCW 49,17 The City will not pay any progress payments until the Supplier has fully compiied with this section, This remedy is not exclusive and the City may take such other action as is available under other provisions of this contract, or otherwise in law. U The Contractual coverage of the Supplier's policy shall be sufficiently broad enough to insure the provisions of the Hold Harmless Agreement of this contract(see Section 1 13). Types and Limits of Insurance Required 1 Commercial General Liability • $2,000,000 each.occurrence Bodily Inju.ry and Property Damage e $2,000,000 General Aggregate • Employees and Volunteers as Additional Insured for both on-going and completed operations • Premises and operations • Broad form properry tlamage including underground, explosion and collapse hazards (XCU) . Protlucts completed operations(through guaranty period) • Blanket cbntractual • Subcontractors • Personal Injury with employee exclusion deleted • Employers liability(Stop gap) 2. Automobile Liability • $2,000,000 per accident Bodily Injury and Property Liability covering: o Any owned automobile o Hired automobiles o Non-owned automobile 3. Umbrella Liability • $2,000,000 per occurrence • $2,000,000 aggregate As an alternative to the above indicated Commercial General Liability and Umbrella Liability insurance policies the Supplier may provide the City with a City and Supplier Protective Policy with a limit of coverage of$5,000,000. SECTION 4 SPECIFICATIONS Information contained within the Supplier's Proposal, taken together with the information contained in the Contract Documents, constitute the specifications. SECTION 5. ADDIDEDUCT PRICING Ai the City's option, it may add or deduct equipment at the prices set foRh in Attachment B to this Contract. At the City's sole discretion it may purchase additional AMI units andlor AMl components at the prices set forth in Attachment B to this Contract. 27 Aulamaled Mekr Inrtaztruclure SysWm Eqdqnenl antl Servkae CoMwct 6elwwn:Clfy ol Aubum antlFarguwn SECTION 6. PERMITS AND LICENSES The Supplier and any subcontractors are required to obtain a City of Auburn 6usiness license prior to beginning any work. 28 a�m�ma Ma�rmnwo-�awra sve�eamo�m�a sdw�comr�� Belwean Gly af Aubum end Ferpuson ATTACHMENT "A" � Project CP1317,Water Meter&Billing System Improvements,Contract No. 15•11 SCOPE OF SERVICES I 28 Scope of Services 7.0 Summary 1.1 This Scope of Services describes activities, roles and responsibilities of Ferguson Waterworks("FVJW"or 'Ferguson"),associated with the Advanced Metering InfrasWcture(AMI)system within the defined service territory and City boundaries,excluding those areas serviced by other water purveyors,for City of Aubum customers. 1.2 Ferguson Waterworks will perfortn water meter register and/or redio change outs on every endpoint (approximately 15,000)from 5/8"to 12"meters for City of Auburn project. 1.3 FW W wlll pmvide the fully-functioning AMI system as deflned herein that transmlts and Integrates the water meter readings from all endpoints into the City of Auburn's customer billing system(Spring6rook). 2.0 General Responsibilities. 2.1 Ferguson Waterworks: 2.1 1 Conduct a propagation study to determine the locations best suited for inshallation of the FlexNet Base Statlons and to ensure proper dommunications with end point trensmitters and the Regional Network Interface(RNI). 2.7.2 Attend regularly scheduled meetings during implementation. 2.2 City of Auburn: 2.2.1 Provide a key point of contact to work with Ferguson. 2.2.2 Provide Ferguson a map of its Service Territory with la6tude and longitude ("IaUlong") coordinates of its Service Territory boundaries,a list of ineter locations,and a list of preferred Customer tower locations, 2.2.3 Work with Ferguson to develop a shipping scheduie to include network and metering components for the Sensus AMI System.The shipping schedule will be updated at least quaRerly, but may be updated on a more frequent basis as implementation proceeds. The shipping schedule shall identify each geographic area of the deployment, the speciflc locations of ineters (street addresses andlor IaUlong if available) in tfiat area, and the estimated date of installa6on in that area. The plan shall estimate the number of ine[ers by Sensus part number and form rype to be installed for each quaRer of the project until completion. 2.2.4 Be responsible for monthly fees)associated with the network access for alI sites where nelwork accessis needed. 2.2.5 Provide communications link belween the RNI and Yhe FlaxNet Base Station. One of the following should be used to access these components: (i) Cisco VPN; (ii) Open VPN Connection; or(iii)SSH access via port 22 to Linux NC. If Customer is providing SSH access, Port 22 on the firewall must be opened and redirected to the intemal IP address of the Sensus RN I. 2.2.6 Purchase any routere, hubs, mounting equipment, unintemaptible power supply and/or securiry equipment needed to connect the RNI to Customer's internal network, if software is hosted by City. 2.2.7 Be responsible for the payment of any taxes, renewal, regulatory or license fees associated with the network collector hardware sites. 2.2.8 Be responsible for applying for and purchasing any needed work permits. 2.2.9 Purchase registers required for retrofit of existing Badger meters 3"or larger (approximately 60 meters). 2.2.10 Pre-drill meter box lids with the correct size hole for the 520M SmartPoint Transmitter. 3.0 Software as a Service-See Attachment C, of the Contract(Sensus AMI Base Terms)for details j 4.0 Assumptions for Deployment ! 4.1 Water Meter Assumptions � 4.1 1 Most meters are located outdoors in pits. Meters not located outdoors in pits will require scheduled j appointments. I 4.1.2 FW W is not responsible for meter box adjustments or replacements 4.1.3 FVVW is not responsible for pipe modifications or repairs of any kind � 4.1 4 For meter box pits with excessive dirt or water,a problem ticket will be created. Installer wiil be i responsible for removal of water from meter pit. Excessive water witl be defined as continuous water flow. Meter box pits wifh excessive dirt will be determi�ed if the dirt is in excess over the top of the meter nuts. If this is the case,will escalate the location to the City of Aubum proJect manager for review and corrective work by fhe City. 4.1.5 All water meter exchanges will be like for like, no resizing 4.1.6 FWW will provide Command Links(in working condition)and sbftware to be used for module programming:one per water meter installer and two spares 4.1.7 Meter box lids will be pre-drilled with the correct size hoie for the 520M SmartPoint Transmitter � 4.1.8 FW W will be responsible for correcting any leaks at the valves,coupiings or service lines that � could Be attributed to the meter installation if reported within the one(1)year warranty period.The � warranty period will begin after Che completion of each phase of installation. � 4.2 Generel Assumptions and Notes j 4.2.1 FW W to provide warehouse space. � I 4.2.2 Pricing assumes meters will be available in warehouse at least 1 month prior to installation. j 4.2.3 Project duration is 3 caiendar years. Start Time will be determined by signed contract date. � 4.2.4 The City will provide customercommunications regarding the project. 4.2.5 There will be no City of Aubum impo"sed work stoppages or interruptions,excluding Holidays listed in Section 11 1 Meters will be installed according to the schedule established in Attachment D of the Contract.The City will determine order of ineter installation, and will coordinate with other City construction projects,activities and events to provide the least disruption to citizens. 42.6 Standby Rate:applies when FW W staff has to stay at meter site due to hazaMous condition or I awaiting the City staff. , 4.2.7 Clean-up Rate:Applies to new installations not able to be completed during the normally I scheduled route duration. i 4.2.8 FWW will provide permits for confned space entry and all equipment,material and labo�required � for confined space entry. 4.2.9 City's meter location address data is 95%accurate. 4.2.10 Standardized leased vehicles are not required;instaliers can use their own vehicles.The vehicles � will have the FWW company.logo on them. 4.2.11 FW W will locate the meter box. If the meter is on private property,in a dangerous location or is in use,the FW W representative'will enter onto the property only for the expressed'purposed of � attempting to make bontagt with the resident. If contact is made,the FW W representative will E identify himself including showing appropriate ident�cation and exp�ain the purpose of the contact. � After two(2)attempts to make oontact in the same day,FW W will escalate the work order to the I City of Aubum Project Manager-to schedule an appointment for installation. The new installation must be scheduled while the install crew is in the current route. Any lnstallation outside this time � will be billed at a cleanup rate. 4.2.12 Installation rates comply with prevailing wage retes for Washington State Department of Labor& � Industries(King County and Pierce County). � 4.3 Equipment � 4.3.1 Meters and radios: iPeri, OMNI f22, OMNI C2,OMNI T2,and Sensus 520M MXU single port and � dual port. 4.3.2 Programming Equipment: Trimble Nomad 900 handheld and Command Link. � 4.3.3 Base Stations: Sensus M4001wo-way coilector 4.3.4 Antenna and cable. � I 4.3.5 RNI for hardware equipment. ( 5.0 Installation Procedures � 5.1 RetrofiFOnly Work Instructions 5.1.1 If contact is made with the customer,inform them that you wfll be performing work on their water meter and their water service will not be interrupted. Provide the customer an es6mate of time that it will take you to complete this process. Proceed with retrofit. j 5.1.2 If contact was not made with the customer,proceed with reVoft and leave a door hanger after work is complete. ! S.L3 For large Badger meters, replace register, install and activate radio. i 5.1 4 For Sensus iPerl meters, install and activate radio. i 5.1.5 Leave the area in the condifion that you found it before you staRed the meter change-out.Check j meter for leakage in the boz and leave area clean from debris and tools.Any debris or dirt i removed from the pit to effect the installation will be replaced in the pit upon completion. � 5.1.6 Under no circumstance will a mete�pit or vault be left uncovered and unsupervised by FV✓W i 5.1.7 All Site Photos shall he taken prior to leaving the meter loca6on. � 5.2 Full Meter Exchange Work Instructions � 5.2.1 If contact is made with the customer,inform them that you will temporarily shut off their water to change-out their water rrieter Provide the customer an estimate of time that it will take you to complete this process. Proceed with meter exchange. � 5.2.2 If the customBr is currently using�water and�will not allow the install to be performed, raise a problem ticket. � 5.2.3 If no contact is made with the customer and no large amounts of water are being used, proceed j with meter exchange.Leave a door hanger after exchange is completed. I 5.2.4 If no contact is made with the customer but large amounts of water are baing used,raise a I problem ticket and move to the next location. 5.2.5 If it is not possible to exchange the meter for some reason,raise a problem ticket and move to the ne�R location. 5.2.6 W hen changing-out the meter and gaskets, avoid getting any debris such as dirt, bark,etc.,into I the service line.Tighten fhe mefer nuts snuggly during installation. Install the radio in the meter i box lid per manufacturers recommendation. I 5.2.7 Prior to restoring water service, open the hose bib closest to the area where you think the service enters the foundatidn of the home. 5.2.8 Tum on the water at the meter, return to the hose bib,and Flush the complete service line until all the air and discolored water has left the Iine.(There should be a burp of air at the hose bib before � leaving.) i 5.2.9 Leave the area in the condition that you found it before you started the meter change-out.Check meter for leakage in the box and leave area clean from debris and tools.Any debris or dirt ! removed from the pit to effect the installation will be replaced in the pit upon completion. � 5.2.10 Under no circumstance wi�l a meter pit or vault be left uncovered and unsupervised by FW W � 5.2.11 All Site Photns shall be taken prior to leaving the meter location. � 5.3 Deliverables i The following deliverables are to be provided to the City of Auburn: � 5.3.1 Legacy Meter Out Read i 5.3.2 Legacy Meter Number � 5.3.3 New Meter In Read i 5.3.4 New Meter Serial Number 5.3.5 Radio ID 5.3.6 MXU Type 'C' Fixed � � � 5.3.7 Installation date and time 5.3.8 Installer-field worker identifcation number 5.3.9 Installation problem tickets using the problem escalation codes specified in Section 5.4. 5.3.10 Photos:All Photos can be viewed and uploaded for the Ferguson work force software. GPS information will be collected thru the Sensus Flex Net System and sent to City of Aubum CIS system. 5.3.10.1 Pre-installation Site Photo(eMending at least one foot outside meter box footprint) 5.3.10.2 Legacy Register Face Photo(Showing Last Read) 5.3.10.3 New Register Face Photo(Showing New Read) 5.3.10.4 Post-installation Site Photo(extending at least 6ne foot outside meter box footprint) 5.4 if Unable to Change-Out Water Meter If unable to perfortn retroflt or change-out, raise a problem ticket using the following problem escalation(PE)codes. .. �,. , ,;ii ;s;r . -.,., �.s.x,;.. . ,i" L:✓T.��Ntr': :t}.'"j"9 wn"i"i":L�:'m,:c.".._.,�r„�{�d:'"'r<.r;Lq• '.v "<1. � . ,A. :M1> ' `;".a�..��'.�. �. , ;.:w ',,t ,. °!;Pro6leniResolution�, a"; RE Gror}p r ='s_ ,�PE ftem, " �,�Ptinto?,w � i , Process' : ,4 g '` � ` ,f i e,`�_ " a,�.. _e�Y a t��� ..t� -..�.,, ,'�..9�i_ t '';zi _' _`..' " „. _ ' " _ _' ,...__ .w....... . . , _ . .. . . . .,,... ......w_ . ,�.... . .. Cannot Access Meter Access Obstructed Y PATH 1 City Escalation Cannot Access Requires Key/Code Y PATFI 1 Cify Escalation Cannot Access Aggressive Animal Y PATH 2:Call Center i Cannot Access Locked Gate/Fence Y PATH 2:Call Center '' Cannot Access Unable to Locate N PATH 2:CaII Center � Customer Issue Refusal N PATH 1 City Escalation Customer Issue Requires Appointment N PATH 2: Gall Genter Customer Issue Missed Appointment N PATH 2: Call Center ; Information Pre-existiGng Leak Y PATH 1 City Escalation Information Description(Note) If required PATH 4: Informational i Meter Issues Serial Number Mismatch Y PATH 1 City Escalation Meter Issues Meter Size Mismatch Y PATH 1 City Escalation � IMeter Issues Flooded Meter Box Y PATH 1 City Escalation �� Meter Issues Dirt in Pit Y PATH 1 City Escalation Meter Issues Meter Box Damaged Y PATH 1 City Escalation Other-Blocker Description�(Note) Ifrequired PATH1 City Escalation ! Out of Scope Confined space(OSHA) Y PATH 2:Call Center Out of Scope Incorrect Meter Type Y PATH 1 City Escalation � Out of Scope Meter pit in street Y PATH 1 City Escalation � Tam erind Meter Bypassed Y PATH 1 City Escalation � Suspected Inverted/Backward Meter Y PATH 1 City Escalatlon � Tam erin ; 6.0 FWW Responsibilities ' I 6.? General. FW W shall provide the necessary services,software,and facilities for the installation of the System. ' 6.2 Instatlation Services. FWW will provide meter replacement and such other services as are described in this i Scope of Services and the manufacturer's installation specifications.A!I installers shall be trained by a Sensus Certified Trainer Services will be�wmpleted utilizing FWW frained Installers and FWW supervisors. � Additionally, FWW will provide a project managerwho will be experienced in the installation ofAMl meters. I I 6.2.1 FW W shall supply all necessary personnel and supplies for installation of the meters, including, i without limitation, personnel protective equipment,tools,products,services, supplies,training,and � oo-sRe support for deployment of the System. FW W shall perform installations in accordance with �, the Installation Procedures as detailed in Section 3.0. . 6.3 FWW will utilize the Work Order Management System("WOMS")to track,collect,and report critical project ' information regarding field forces and field assets.�FW W will provide ten(10) Licenses to CRy of Aubum. This j number does not include licenses used in the field by F.WW personnel. Additional licenses may be purohased sepa2tely. 6.4 Vehicles. FW W shall be responsible for all vehicles it uses on the project FW W shall provide service vehicles on site stocked with common fittings and supplies needed for normal service restoration and/or replacement. FW W'vehicles,including private vehiales used for the work,shall have tHe company logo prominently � displayed on both sides of the vehicle.Any employee of FW W that drives a vehicle in connection with this project must have a valid driveYs license for the class of vehicle being dnven. I, 6.5 Mefer sa(vage. FW W will be responsible for retuming all legacy meters and registers from the endpoint i installation to City of Aubum project manegeF for recycling by tfie City i 6.6 FWWappearance and identification. FWW will wear uniform idendTying their company name,picture ID and supervisor contact information. ; 6.7 Customer Issues. FW W must notify City of Aubum Project Manager at time of incident,regarding any � customer complaints received during the project. 6.8 Water Meters. FVJW shall provide all water meters required for installation one month in advance so as not to i impede instaliation activities. 6.9 AMI Radios.FWW shall provide all AMI radios required for installation one month in advance so as not to I impede installation activities. j i 6.10P�og2mming Equipment. FW W shall provide all programming equipment and software required for installation prior to project deployment so as not to impede installation activities. ' 6.11 Materials, FW W will provide all seals,gaskets, mounting brackets,nuts and bolts,and any other ' miscella�eous materials that are needed. � 6.12 Warehouse Storage. FW W shall provide warehouse space and necessary equipment, i.e.pallet jack,fork lift, j etc.fnr storage of new and legacy meters,cross-dock facilities. 6.13FW W will provide all meters and radios required including meters over 3" All meters not installed under this contract shall be delivered to the City facflities. 7.0 City of Auburn Responsi6ilities I 7 1 Door Hangers.City of Aubum will provide to FW W all door hangers. FW W will provide message to use on door hangers,and will provide such informa6on to allow sufficient time for City to prepare door hangers. 7.2 Pre-fnstal/atron Notices. City of Aubum will be notifying their customers of the project prior to installation. 7.3 PER Tickets.City of Aubum will respontl promptly to Production Esbalation Report(PER)tickets,as I appropriate. 7 4 Sensitive Customers.City of Auburn will identify in the CIS data provided to FW W all medical needs and highly , sensitive wstomers requiring pre-scheduled appointrnents as known by the City. ii 7.5 CIS Dafa. City of Aubum will provide to FW W all CIS data needed to determine the location of ineters to be i installed. Meter location address data shall be at least 95%accurate. For each site, infortnation will be provided i that will indicate whefher the meter register only is to be removed-and an AMR-compatible retrofit register installed,or whether the meter is to be completely replaced; City shall provide either Street Address and/or GPS location of the meter i 7.6 Meter Box Lids:The meter box lids shall be configured to obtain the maximum signal strength from � transmitters installed in meter pits or vaults.City of Auburn shall replace or retrofit a�l ineter box lids and any other lids needed to obtain the perfortnance requirements specified herein. i 7.6.1 City of Aubum will drill 1-7/8 Inch AMI radio holes in all lids prior to FW W performing scheduled ' work. In the event that a hole is not driiled to the sufficient size, FW W will document and bi41 City of I Auburn on a time and materials basis, using the Stand-By Rate for the work of re-sizing the hole. � 7 7 City Project Mahager City of Auburn will designate an employee or agent who will manage the project on � behalf of City.The function of this Project Manager is to coordinate with FW W and ensure compliance with the � specifications and scope of work. f � i i! 8.0 Systems Acceptance Testing Perlod. 8.1 After the first full route of ineters are installed, City of Aubum and FWUV staff will conduct a System I Acceptance Testing(SAT)of the system.SAT includes meter and radio installation procedures, CIS integratlon conflrtnation and Sensus FlexNet cor�flrtned meter reads, FW W will not be pertnitted to perform i work until this testing has been completed and approved.The SAT period Is not to exceed 3 business days. , After 3 business days,FWW wili be permitted to continue perfortning meter installatlons.System Acceptance will be deemed acceptable by the City of Aubum when the Sensus FlexNet System receives 98.5%success in � a 4 day billing window.See Section 14.6 forAcceptance Criteria � 9.0 Additional Project Related Information � 9.1 Installation sequence 9.1 1 City of Auburn and FW W shall establish an overall schedule for installation of the en6re project. � 10.0 Work Hours i 10.1 All meter change out work will be done between 7:OOam to S:OOpm Monday through Friday unless pre- approved by Gity of Aubum. No work will be done on City legal holidays except where required or authorized by City of Aubum. Legal holidays shall be def ned as those holidays annually observed by City of Auburn.These are: Labor Day,Veterans Day,Thanksgiving(2 days),Christmas(1 day), New Year's Day, Martin Luther King Day,PresidenYs Day Memorial Day,and Independence Day(a total of 10 days). ,' 11.0 Scheduling. ! li 11 1 If FW W personnel is unable to perform an installation,the installer shall leave a City of Auburn-provided door � hanger informing the Customer that the meter Instailation attempt was made and advising the Customer that an appointmen[must be scheduled to perform the installation.Such door hanger shall provide a toll free num6er that the Customer should cail for appointrnent purposes. FW W shall be paid for the initial visit at the applicable j meter exchange price. 11.2 FW W shall attempt to contact the Customer by phone two(2)times after FW W attempts to install the meter at ' the CustomeYs premises FW W will make an appointment to perform the installatlon. 11.3 If FW W is unable to locate an Customer's premises,they shall escalate a problem ticket to the City of Aubum i Project Manager � 11.4 If FW W is able to make an appointment with such Customer,then FW W agrees to use commercially � reasonable efforts to perform the installetion at the appointment time. FW W shall be paid for the edditional visit � at the applicable meter exchange price. There will be a maximum of one charge per meter location. 11.5 After three failetl(3)attempts as described above(defined as one in person and two via phone calls), FW W � will identify this Customer as retumed to City � I 12.0 Acceptance of completed work ( 12.1 Acceptance o/wmpleted work.All work will 6e considered acceptable based on meeting ail of the criteria j listed below. 12.1.1 There are no visible leaks post-installatioh.The Meter and Radio are installed pe�the manufacturer's installation guidelines.The installer received an 'Activation Success' message during the Radio activation process. 12.1.2 The meter pit was covered and the site was left in workable condition. 12.1.3 City of Aubum will be inspecting 10%of all installations in each route to verify that alI of the criteria listed above are met.'fhese inspecUons must be completed within 1 business day of receiving the meter exchange fle from FWW 12.1 4 The route will be accepted and approved for billing and payment if greater than 95°k of the i inspected sample meets all of the criteria listed above. If City of Aubum determines 5%or more of the inspected sample in a route do not meet all the criteria listed above,then FWW and City of � Auburn wlll revisft 100%of the meters in that route to guarentee the proper Installation at no additional cost to Ciry of Aubum. ! � I � I 13.0 Qualitywntrol 13.1 Quality cronfrol program. FW W will validate 100%of the legacy meter readings(compare pictures to data)and 10°h of project pictures for quality. 13.2 Improper installalions. FW W shall be responsible for replacing any meter,transmitter,or appuRenances improperly set. FW W shall correct any damage to couplings,threads, unions or meters by use of improper tools or cross threading by an installer 14.0 City of Aubum Sensus FlexNet BaseStation Installation Scope of Work �' Summary: � 14.1 Ferguson Enterprises, Meter&Automation Group will provide both the City with Inshuction Manuals necessary for completing each step outlined in the Scope of Work. 14.2 FW W will provide all site work and mounting of equipment for Base Stetions at the Lea Hill and Lakeland Hills Reservoirs. General Responsibilities: �, 14.3 The City Shall: i, 14.3.1 Provide 120V 30 amp Electrical to each BaseStation Cabinet mounting location I 14.3.2 Provide padlocks for BzseStatio�Security 14.4 Ferguson Waterworks Shall: , 74.4.7 Provide overall ProJect Management of the Installation of Infrastructure and Backhaul, Configure , BaseStations,Configure Backhaul,Request Commissioning of BaseStations,Assist with Software ImplemenfaUon and Configuration, Provide and Assist with Training on Endpoint Installation, Logic and RNI Software Training,System OptimizaGon,and Overall System Management. 14.4.2 Provide Cellular Backhaui-LS300 AirLink Modems with Magnefic Antenna ; 14.4.3 Provide Conduit for PoweY Supply to the BaseStation Cabinet. Install conduit for Heliax Mtenna � Cable,sweeps for the Heliax Cable will be 36"Schedule 80 Rigid PVC. My conduit necessary for i the Cellular Backhaul Mtenna is at the discretion of the City. i 14.4.4 Provide any floor mounts or strut brackets for installation of the M400 BaseStation Cabinet. 14.4.5 Provide Project Management-MS Project Schedule to be provided 14.4.6 Provide Specifications for Infrastructure installation. 14.4.7 Assist wlth Site Preparetion. , 14.4.6 Will contract with Pre Approved Installation Contractor for Antenna and BaseStation Connections. I 14.4.9 Oversee Infrastructure Installation 14.4.10 Oversee InstallaUon of Cellular Backhaul 74.4.11 Perfortn initial Configuration of the BaseStation 14.4.12 Request Sensus RF Technician Commission BaseStation and Certify Installation 14.4.13 Supply and assist with the Configuration of Logic and RNI Software in a Hosted Environment. i 14.4.14 Provide training on Endpoint Installation,Software and System Maintenance. � 14.5 Mtenna and BaseStation Instaliation Contractor(Provided by Ferguson)Shall: 14.5.1 Provide Installation of fhe BaseStation and OMNI Directional Antenna per Instaliation SpecificaGons. (See:BaseStadon Installation Manual and Metro 50 Installation Manual) 14.5.2 Provide all Bracketing needed to mount the antennae. � 14.5.3 VeriTy Installation of the Metro50 BaseStation Cabinets to designated IocaGon. � 14.5.4 Provide all strapping hardware needed to secure the Heliax Cab�e I 14.5.5 Make all Data and Power Terminal,and Antenna Cable Connections to the BaseStation per specifications. I 14.5.6 Perform Cable Sweeps and provide documentation from Spectrum'�4nalyzer as to Return Loss and Signal Strength. 14.6 Acceptance Milestones and Criteria 14.6.1 Milestone 1-Network Deployment 14.6.1.1 Nelwork deployment is achieved when: 1)the BaseStation(s)have been installed;2)the RNI has been configured;3)Logic Software has been integrated with Ciry of Aubum's Springbrook Billing Sofiware and the Integration has been validated. 14.6.2 Milestone 2-System Acceptance 14.6.2.1 System acceptance is achieved when the system performance has reached a level of I 98.5%(during a 4 day reading window)or better successful reads. � 14.6.2.2 System performance is calculated by dividing the number of installed endpolnts that are registered on the network that have successfully provided a reading during a five day i reading window by the total number of installed endpoints that are registered dn the I i i i , neiwork. I 14.6.2.3 System acceptance will be performed on a route by route basis. A complete route will be � installed, optimized and then evaluated for acceptance. � 14.6.2.4 W hen calculating the system performance the foliowing exceptions apply. An endpolnt will not be included in the count of installed endpoints(included in neither the dividend nor the divisor)if any of the following occur 14.6.2.4.1 If daily reads are lost due to a BaseStation Power Failure that lasts more i than 24 hours 14.6.2.4.2 A Force Majeure Event or Act of God that affects the endpoint or i BaseStation 14.6.2.4.3 The endpoint is removed from service 14.6.2.4.4 The endpoint is damaged or tampered with 14.6.2.4.5 The endpoint cannot communicate to the system due to an object being � placed over it(e.g. {iarked automobile, RY,etc.) 14.6.2.4.6 The endpoint is installecl in an area outside of the service area. 14.7 Manuals: Sensus FlexNet System manuals to be provided as part of the scope of services. 74.7 1 Logic In[egration Manual , 14J.2 Logic User Manual '� 14.7.3 Logic Reference Manual j 14.7 4 BaseStation Instaflation Manual R3 74.7.5 BaseStation M400 Installation Manual R2 14,7.6 Field Logic Connect Manual , 14.8 Submittals: FW W shall provide submittals for the following: 14.8.7 Site plan and equipment for Base Stations 14.8.2 Meters and endpoint transmitters 14.8.3 Programming equipment 14.8.4 Submittal Transmittal Process: � 14.8.4.1 All submittals shall be made electronically and shall be transmitted via e-mail to ; PWSubmittals�aubumwa.gov.The e-mail subject line of electronic submittals shall ( include the following:CP1317,Water Meter&Billing System Improvements- ' «<Submittal Title»> Each electronic e-mail shall be limited to 7 MB's in size. All � electronic submittals shall be clear sharp high contrast electronic files in Word 2007, , Excel 2007,or PDF formats. Hard copies may be submitted instead of electronic fortnat j upon approval of the City. 14.8.4.2 All submittals indicated above shalt accompany a City of Aubum "Request for Submittal ' Approval"(RSA)form as a cover letter The RSA form is a writable Portable Document i Format(PDF)form and shafl remain writable until the city retums the signed 2viewed � submittal. � 14.9Training j 14.9.1 Minimum 5 non-consecutive days training onsite. � 14.9.2 Training speciflc for each area of expertise. � 14.9.3 Prerequisite treining,scheduled 1-2 weeks prior to initial training. I 14.9.4 Initial training,scheduled after installing meters for a couple weeks to Vain the users with real City � of Aubum data. I 14.9.5 Seco�dary advanced training,scheduled 4-6 months after initial training. � 1 I 15.Olntegration 15.1 FW W is responsible for fumishing all code and instructions necessary to the City or to the City's utility billing � software vendor(Springbrook)at City's direction to allow data transfer to and from the installed AMI system. The City is using Version 7 16.0.0 Build#3878$of the utility billing software. Data shall transfer without error or � loss of informatlon from the AMI system to the billing soflware. 15.2The following is an exampla of the type of infortnation that will be required in the transfer file. Details of the transfer file are to be identifieH by Springbrook, fn collaboration with Sensus,and wlth revieuJ by the City.The AMI system shall accept the input fiekds from the billing system software in a standard ASCII formatted file: f 15.2.1 Input Field(billing system to AMI system)Type and Field Length 15.2.2 AccountNumber{Char44} 15.2.3 Service Cade{Not used} 15.2.4 Service Sequence{Int 4} 15.2.5 Route/BooklGraup{Not used} 15.2.6 Read Sequence{Int 4} 15.2.7 Customer First Name{Char 20} , 15.2.8 Customer Middle Initial{Char 1} � 15.2.9 Customer Last Name{Char 60} ! 15.2.10 Meter Location{Char 60} 15.2.11 Street Number{Char 50} 15.2.12 Suffix{Not used} 152.13 Meter Number{Char 10} 15.2.14 High Reading{Int 4} 15.2.15 Low Reading{Int 4} 15.2.16 Dials{Not used} 15.2.17 Previous Reading{Int 4} 15.2.18 Meter ID#{Char 10] 15.2.19 Read Type{Char 10} � i I, i i I i � ii ,i I i � I I I Aulometed MelerinkesWCWre SyalemEqidpmontand ServlceeCantrecl Belceen:CityalAubum ontl Fargueon ATTACHMENT "B" Project CP1377,Water Meter& Billing System Improvements,Contract No. 15•11 PRICING MATRIX i � I ��������� 24025 Woodinville-Snohomish Rd. � WRteYZ�.70YK.7 Woodinville, WA 98072 Tel: 253-375-3055 � Meter �Automatfon Group Fax 425-806-8510 thomas.enckson(dferouson.com ._ _ _ ._.__ .. .. -. - _ .__ . . .._ ', _ _ - ' _ _ _ . City of Aubucn � ' � - "�"' , 2075=::Phase 1=;L-ar,ge;Meters and":Distcict�'S Date: ` �ai2a2o�s Sensus.FlexNef.Matecial.:amd'�install Rricina - Item No Qty Description Unit Unit Price Total ' 1 1 213 Sensus 520M MXU Single Port � �� ea � $` ��118 06ry $ 25,1 TM� I Sensus_FlexNet_Hardware.8_Software. _ '1 _ .:520M SmartPoint,and�Mete�s, _ _ _ �$�� ` 34Z;833227 I 46:78 I 1,2 0 Sensus 520M MXU Duai Port ea $ 143.36 $ - 1.3 4 5/8x3/4 Inch'Iperl Meter ea $ 127 14 $ 508.56 1 4 43 1 Inch Iperl Meter ea $ 201 43 $ 8,861 49 1.5 34 1-1/2 Inch OMNI R2 Meter ea $ 449.80 $ 15,286.40 1.6 27 2 Inch OMNI R2 Meter ea $ 690.83 $ 17,032.41 1.7 53 3 Inch OMNI C2 Meter ea $ 1,517:38 $ 80,421 14 1.8 32 4 Inch OMNI C2 Meter ea $ 2,635.48 $ 84,334.40 1.9 12 6-Inch OMNI T2 Meter ea $ 4,623.17 $ 55,478.04 1 11 7 8 Inch OMNI T2 Meter- ea $ 7,353.64 $ 51,475.48 --. 1 12---1--10_Inch_OMNI T2'Meter - - --- - -_-___._- _-_-_-- -- -ea _$ 9,488.57 _$. 9,488.57 -- - ----T------_--------- --- - - • - - � 2 _ __ Programmmg Equipment� ^ A $ 16,533.04 2.1 4 Trimble Nomad 900 Handheld � ea $ 3,750.00 $ 15,000.0� 2.2 4 Command Link ea_ $ 383.26 ,_$ ___ _ 1,533.04 - - -- - -- , _.._�, . -.... __ _._._ _- - --- - 3 :Sensus.AMIColtectioniEquipment�1.____.,.___. _.- ,_�_. , �$.� � �AO;Oo0.o0; 3.1 T2 'Sensus M400 Two=Way Collector ea $ �20,000.00 $ 40,000.0.0 -- - - -_..- -.. _ . .. _ - - . ..Y--- - - --- --_ ___ _ , _ ---- --- _ 4- Sensus Logic Software-and T�aiiring_ � __ , __� ,_ _ �_ 37;3z5�0� T4:1 1 RNI Logic Software Hb`sted 'I�SK(Year 1) ea $ 15,625.00 $ 15,625.00 4.2 1 Logic Installation and Configuration Fee(One Time) ea $ 15,000.00 $ 75,000.00 4.3 1 Sensus RNI Logic Core Training ea $ 6,700.00 $ 8,700.00 4.4 1 SensuslCity of Autium-Customer Access Portal ea $ 48,867.50 l'BD F:.. � , � ,,��..:r��: �z �� � _�u.;yp'*�`�� �;eiisLs�P,._.... ..��,.�.�l..R �are>Total �=�����.,,a�.� F:� �$ ;�'�i���91..���:a �'`�_.f._._:..�� a„a. ,,......�a��.�- ._��tl s:i � Sensus.ElexNet Installation - - ----.____._ . . . _ _ ... _ 5 Sen§us.520M`anil-Meterinsfall----- _�_^"�_ __ - -_�"_-� g �_ so,00�.92. 5.1 4 6/8x3/41nch Iperl and 520M Install ea $ 50.7� �$ 202.84 5.2 43 1 Inch Iperi Meter ea $ 50.7� $ 2,180.53 5.3 34 1-1/2 Inch OMNI R2 Meter ea $ 114.09 $ 3,879.06 5.4 27 2 Inch OMNI R2 Meter ea $ 114.09 $ 3,08U.43 5.5 53 3 Inch OMNI C2 Meter ea $ 813.74 $ 16,628,22 5.6 32 4 Inch OMNI C2 Meter ea $ 470.61 $ 15,059.52 5.7 12 6 Inch OMNI T2 Meter ea $ 705.91 $ 8,470.92 5.8 7 S Inch OMNI T2 Meter ea $ 1,235.34 $ 8,647.38 5.9 1 10 Inch OMNI T2 Meter ea $ 1,853.02 $ 1,853.02 5.11. 1 RetroFit Sensus b20M Radio on_New Meter_. _ ea $ 38.00 TBD - - I � fi �_ :FlexNetGoflectipriiEquiproerit ;Insfall � � - "-- "--" "-----'g ` ��35;000.00 ^ 6.1 2 Sensus:Metro 50 Install � ea $ 35,000.00 $ 70,000.00 Collector Site Piep includes:(price riot to exceedj � Site.Preparation ConVactor Electrical'ContradtoF ! Antenna Contractor Mono Pole Misc Cha7ges 6.2 1 6erguson'CIS Integ�ation Workforce Software lot No Charge 6.3 7 Project Management(•TBD by Project Deployriment) Mon4h $ 5,000:00 $ 35,000.00 6.4 1 Motiilization(TBD by Praject Deploymeirt) lot $ 30,000.00 $ 30,000.00 6.5 Standby,Rate hr $ 7,15.48. As Needed I 8.6 Route Glean-iip Rat�e fir $ 115.46. As Needed' - - - . _ ._ -- - ------ - --._....�____.._--- - --_ _ _. �S'�Pf�R�tak�3lms�t'alla#�r�o""fiT�otal �'ihr 5 p ' .92 _ . _ - - _ i -� -- -- - - --- - - - - ---.._.>__--------------__..._ .._.m- - ' ��tr�,_ "'I 6'��-�3 � i i � � i ��������� 24025 Woodinville-Snohomish Rd. WRtG�YLUOY/W Woodinville, WA 98072 Tel: 253-3 T5-3055 Meter �Automatzon Group Faz 425-806-8510 - thomas.eridcsan(�ferauson.com , , . � _- - - -- - � -- � - - �� - - - "- -' Gity_of Aubucn 2D76=Phase 2 District"I & 3 Date: 4/2a/2ot 5' � i 3ensus:FlezNe.t.Material:and I�stall.Pricins� � .. , _.. .. - - Ifem�No Qty ---- '- -Descriptlon� _ --"�-- --- -- '-Unit- ---Unif Bri6e '- --- Total Sensus FlexNet Hardware & Software �_1 520M SrnartPdinf�arttl Meters_ � � - � ' S 1,48s;sa8;51 i 1 1 5415 Sensus 520M MXU Single Port ea $ 718.06 $ 639,294.90 1.2 0 Sensus 520M MXU Dual Port ea $ 143.36 $ - 1:3 4692 5/8x3/4 Inch Iperl Meter ea $ 127 14 $ 596,540.88 1 4 371 1 Inch Iperl Meter ea $ 201 43 $ 74,730.¢3 1S 252 1=U2 Inch OMNI R2 Meter ea $ 449.60 $ 113,299.20 1.6 100 2 Inch OAANI R2 Meter ea $ 630.$3 $ 63,083.00 1.7 0 3 Inch OMNI C2 Meter ea $ '1,517.38 $ - 1.8 0 4 Inch OMNI C2 Meter ea $ 2,695.45 $ - 1.9 0 6 Inch OMNI TY Meter ea $ 4,623.17 $ - 1 11 0 8 Inch CJMNI T2 INeter ea $ 7,353.64 $ - 1 12 0 101nch OMNI"f2 NTeter ea $ 9,488.57 $ - � - - � - - - - - 2 :;Rrogrammirig Equipmenf--_- -' � - - g - 2.1 0 Trimble IVomad 900 Handheld �� � � ea� $ 3,750.00 $ � - 2.2 0 Command Link ea $ 38326 $ . - ._ .. - - �. - - - _ _._.._-- -- 3 � Sensus AMl Gollection,Equipmenf _� � _� � $' y 3.1 0. S.ensus.M400 Two-Way Coilector ea $ 20,000.00 $� _ _ 4. Serisus Logic.Soft+v'a�e and Training^__ _________A - ' S_- - - 23;�25:00 4:1 1 Year 2 RNI Logic Software Hosted 15K ea $ 23,125.00 $ 23,125.00 42 0 Logic Installation and.Configuration Fee(One Time) ea $ 15,000.00 $ - 4.3 0 Sensus RIVI Logic Core Training ea $ 6,700.00 $ - 4.4 0 SensuslCity of,Au_�bvyurn-Cusfomer Ac6ess Bortal ``g ea $ 48,867.50 _TBD ___..._ ��s3�fi� - qo-# �Iy,��Jl�: aG � BtiC[�Miv�'f��.'.��'�4�ti:�`� �.��'s��`4_d������3'�� Sensus FlexNet lnstallation ' 5 .'Sensus 520M.and�Meter,install` ._____ . _ _:_ - _ g � zsc,9o4:41 5.1 4692 5/8x3/4 Inoh Iperl and 520M Instafl ea �$� � 50J1 $� 237,931.32 5.2 371 1 Inch Iperl Meter ea $ 50.71 $ 18,813.41 5.3 252 1-1/2 Inch OMNI R2 Meter ea $ 114.�9 $ 28,750.68 5.4 100 2 Inch OMNI F22 Meter ea $ 114.09 $ 11,409:00 5.5 0 3 Inch OMNI C2 Meter ea $ 313.74 $ - 5.6 0 4 Inch OMNI C2 Meter ea $ 470.61 $ - 5.7 0 6 Inch OMNI'T2 Meter ea $ 705.91 $ - 5.8 0 8 Inch OMNI T2 Meter ea $ 1,235.34 $ - 5.9 0 10 Inch OMNI T2 Meter ea $ 1,853.02 $ - 5.11 1 RetroFit Sensus 520Iv1 Radio on New Meter ea $ 38.00 TBD i � ; � � I � __ _ ___�._.,,�- , - -.,�._��_� � .- �.6;.�r�y;`� °FlercN.efi'.Cafle"i�tFain'!E�uiijarm.�ii�f-:Inishails >�• *, _ . ,�;.--- .:�: so;000.aa, � t� - ..�.. . _���: - _ . - �.�r�.w.,. �r. .»��:,4�,.:^�'r � ..___. ._..., i 6.1 0 Sensus Metro 50`4nstall_ ea �$ 35,000:00, $' - ' Coflector.,Site'Prep Ineludes:(prloe nofto exceed)` � ,. Site Preparation Gontracfor` - " Electrical Confracto� ' Y ' A"ntenna Contrector � ' " � Mo'no'�,Po4e Misc CFiarges 6.2 0' Ferguson CIS Integra�ion WoPkforce 3oftware � lot � No'CMa�ge _ � -6.3 1,2 Pro�ect Managem.ent-(TBD by;'Pro�ect,Deployrrment) MontH- $ 5 000:00 $ „ 60,000:00 6.4 0: Mabdiiation'(`TBD by'P"roject'Deployment); ,_ IoE `$ 30 000.00 '$ r - � , 6_5 � Stantlbq,Rate " ' hr' $ 115.46 ' ,As,Needed` I �:6.6 �Route;Clean-up Rate ,,, hr $ 115:46 As'Nee'ded' i - � ,.+' - � � -�, �. ..�_ . Gt . ... , _ ._._.�..,�.>_:� . _ __.. _'_ --. .... .. . ..�. _._,_.:>. ._t_... _ .., _�- - �.. 1] �_4_.. _,.,_ _ , -,._ . . —. ., ,�.._._.. h, .._._. ........ ._.�� _. ... ..��... . .. .. ....... _ . { .. .... .. . . .. .. �r... ._..,-,�.."_"" "" . ...,�.r........._. .....,. _. � .. <.. ..... . .- . . _. r - _ . i. �s,, I� � a. . �. .� ,� . - " �..�.:.e. .,...n .... E._..�._�:e.�._ .� ..�nL,...... :... .. . ..� .� _ .s_ e J _ 1 __ __ . �,. ..�.. . ..�. ._ _... _ e a.. .� ...�. .. .. .:. �Yc u. ' 1 I . • � _ _ _ ' _ _ "___ _" -""__"—' _ _ " '_ __"_""' _ _ � j � i f� ! 1 � � 1 i � � I i ��������� 24025 Woodinville=Snohomish Rd. WG1teYZ�JOY� Woodinville, WA 98072 ; Tel: 253-375-3055 � Meter f�Automativn Group Fax 425-806-8510 ihomas.ericksonCdterauson.com I _ _ _ _ . ._ . _ . _ _. _ - - -. __ . . _ ___ ________,._._-..--... _. _-__'.__ '__,_ .. _ _�___._._.-�,.-. City of Aubum 201:7- Phase 3 District 2 8�4 Date: M24/2015 Sensus FlezNet,Material aridJristatlePrtcinq , _ - ---� ^.... _ _-------- - . _. . , Item No Qty ' Descr�ption Unit� Unit Priee Total ' - - � Sensus.FlexNet:liardware_& $oftware .__ _ _ ._ - - - ---- . _. _. _ . , . . _ - - - - . : _. u_.. 1: 520M,SiriartPoint;a�d,Meters__��,__.��___�__ � -r . ,-- - -;$ 2;ss1;2oi�i 5�, 1 7 &475 Sensus 520M MXU Single Port ea $ 118.08 $ 1,000,558.50 � 1.2 0 Sensus 520M MXU Dual Port ea $ 143.38 $ - 1.3 7241 5%8x3l4 Inch Iperl Meter ea $ 12714 $ 920,820.74 1 4 629' 1 Inch,lperl Meter ea $ 201 43 $ 126,699.47 i 1.5 377 1=1/2 Inoh OMNI R2 Mefer ea $ 449.Bb $ 169,499_20 � 1.6 228. 2`Inch OMNI R2 Meter ea $ 630.83 $ 143;829.24 1.7 0 3 Inoh ON1NI C2 Meter ea $ 1,517.38 $ - 1.8 0 4 Inch OMNI C2 Meter ea $ 2,635.45 $ - 1.9 0 6 Inch OMNI T2 Meter ea $ 4,623.17 $ - 1 11 0 8 Inch OMNI T2 Meter ea $ 7,353.64 $ - I 1 12 0 10 Inoh OMNI T2 Meter ea $ 9,488.57 $ - - - -- ----- - - -- - - : - - - .2. PFograriiming.,Equi'pment - ,- __--- S � _ �2.1 0� Trimble Nomad 900 Handheld ea $ � 3,750.00 $ - 2.2 0 Command Link ea $__ .,_ 38326 $ _ - - -- - - - - ---- --- - -- -- - - . - . 3. �$e�sus AMI CoFlectior►Equipmenf , __ 8 A_^ ^3.1. �0_ Sensus_M4.00 Two-Way Collect_or ea $ 20,000.00 $ - 4 T�Sensus.Lagic Software and T`raining;__'�, _ _ f � � S 24,is9.33 � 4.1 1 Year 3 RNfLogic Software Hosted 15K� ea $ 24,189.33 $ � 24,189.33 4.2 0 Logic Installation and Configuration Fee(One Time) ea $ 15,000.00 $ - 4.3 0 Sensus RNI Logic Core Training ea $ 6,700.00 $ - 4.4 0_._Sensus/Gityof_Auburn-CustomerQccess_Portai_ _..__ ___ ea. _$_ _48,867.50_ _ _TBD___ __ - �.�m����'.�;� e ar:e T. ._�����;���.��v�s�$�2���85,"�_96 d,�? Sensus FlezNet Iristallation ! � ' . ..�.,._.._.�.,--:�.-_..�._,..�...�..F_' ... _ . . _ -• � 5�� ' '�'Sensus52UM�antl`M'eter•Install;. ' " g dca;712:15' � --.,..__,� - _��_.__..-.:..-.__._..__:,�.._._. �_:___�____._.�. �5.1 7241 518x3/4 Inch Iperl and 520M Install ea $ 50.71 $ 367,191 11 5.2 629 1 Irich Iperl Meter ea $ 50.71 $ 31,896.59 5.3 377 1-1/2 inch OMNI R2 Meter ea $ 114.09 $ 43,011.93 5.4 228 2 Inch OMNI R2 Meter ea $ 114.09 $ 26,012.52 5.5 0 3 Inch OMNI C2 Meter ea $ 31374 $ - I 5.6 0 4 Inch OMNI C2 Meter ea $ 470.61 $ - � 5.7 0 6 Inch OMNI T2 Nieter ea $ 705.91 $ - 5.8 0 8 Inbh OMNI T2 Meter ea $ 1,235.34 $ - 5.9 0 10 Inch OMNI T2 Meter ea $ 1,853.02 $ - 5.11 . 1 ReV.oFit Sensus 520M Radio on,New Meter ea $ 38.00 TBD _ � I I � 6_ _-- FlezNef;Col�ecEion'Equipmenf�lnstall_-_�'--_:'_-;_ _--�---, , -� $ -_ �-Tso'o0o.00 8.1 0 Sensus Metro 50 Install� ea $ 35,QOO.OU $ - Collesto�Sfte Prep Incluiles:(price notdo ezceed) Site Prepa2tion Contra'ctor- 'ElecVical'Conhac[or Antenna Contractor Mono Pole Misc.Cha�ges 6.2 0 Ferguson CIS Integration Wotkforce Software lot No Charge 6.3 12 Project Managertient(TBD tiy Projeot Deployiiient) Month $ 5,006.00 $ 60,000.00 6.4 0 Mobilization(TBD tiy Project,Deployriient) lot $ 30,000.00 $ - 6.5 StandbyRate hr $ 115.46 As.NeeHed 6.6 Route Clean-up Rate 'fir $ 175.4E As Needed �I�le'�I,��I.�filFns+�'allati�f�t�t�l 5�8 i ' e►s F,a�i�v,a : andtl�IIIiTo $�2r9i1�3�5t�836� I AubmNnd Meler I nGae W cbre Sysbm EW Ipnpnt aiC SeAcas Cantr¢t Behvean:CHyolAubumendFerguean ATTACHMENT "C" Projec4 CP1317,Water Meter&Billing System Improvements, Contract No. 15•11 SENSUS AMI BASE TERMS&ANNUAL MAINI'ENANCE AGREEMENT ^� e � 5Ef75�B5 Advanced Metering Infrastructure(AMI)Agreement i between I � City of,4qbum ("Customer") I and I Sensus USA Inc. ("Sensus") _ - I IN WITNESS WHEREOF, the parties have caused this AMI Agreement ("AoreemenY') to tie executed by thefr duly authorized representatives as of the day and year written below.The date of the last party to sign is the"Effective Date." This Agreement shall commence on the Effective Date and continue foduntil: 5 Years ("Tertn"), provided that it may be � eMended for a longer period by written agreemeM. � This Agreement contains iwo parts: PaR(1)is The FCC Notiflcation for Spectrum Manager Lease,to be filed with the FCQ by Sensus on behaif of tFie Customer and Part(2)fs a AMI Agreement 6etween Sensus and Customec Together,these two parts create the,�qreement. I Sensus USA�nc. Customer• City of Auburn � By: `�.!'H-� By: i Name: �L/�1 ��RR GLR Name: Nancy kus � I TiUe: bif ec �ar D� Sq,�2S Title: Mayor ' Date: 8 / � � � Date: 8'�•��5 I Contents of this Agreeme� + Part 1 NotiFlcatian for Spectrum Manager Lease � Part 2:AMI AgFeement I Exhibil A Software as a Service I Exhibit 8 Technlcal Support I I I CONFIDENIIAL� Pepa 1 0110 o - o ���lal�� Part 1:Natification for Spectrum Manager Leasa InaderforSemusloapqybiheFCCanlheCuslanafsheheNloraspetlrummanaperle�e,Cws�numustcampletelhelnMmaeonCe6winhusasona(1)Nmughlen(tOJandceMfyWa I mtlariiedalpnetme.Cusbme�ssgneNrevApindketetl�elCuslomeraulhwUesSensu9bNeNeapectrummanaperleasemtlficafionwiFCCFa�mfi08wi1hNeQslammmspecWm tessce,aM IlCismmerEoes mt�eatly haue ww,wmarship�schsiva iMmnallon on FCC Fam 8�2. � � CuetomedLeeaeeNeme: Clt}+ O£ AUbArII _ _ I um�uooTo. Colin Schmalz NemeofReelPartyinlMarnC C1t17 of Auburn so-ennaareea: 25 W Main Street ciry Auburn i stem WA np: 98001 Phano: 253-931-3000 � F�: em.o: cschmalzQauburnwa gov � k CusbmatcantsllnhimNlon seme as ahove7 es pNa(N No,m�kle 6ax 2 habw� � AdNtlonal Curtomarftesaee Confa4ln(ormttlon � � com wme: Cit of Auburn � Atlenuan ro: � 1 Stre�tAddntr. Clry: j i 6hte: Lp: Phone; I I Far: EmaO: i � pammer�iessee b elnl(5eleclane):�IMlritluel I O UnhumporAeE Assotlellon 1 QTnet ! �o�emmaM EMNy I❑Ca�uatbn I O Umlletl UaMltty Campary I OGeireial PaNewhlp i OWn%edPeNunhiplOLinllaEllehOiryPeMershlplOCansortlum I�ONu � FCC Foim 802 FCC Flle Numher olCuslomafe Fmm B020vmership tltlmmellort If Customarlies nol AkE e Farm 602,Sereue wIIl0leore for Cuslaner,Reese � mnqdelepuestlom5,6,mq7helowlfCuslomerEaesyg�haveaFamB�onflle. � Custl�marmiatmm Bems8,9aiM10 olvlielherCumon�erAe¢an r m�e. � i ❑5 cwtomerTex� 91-6001228 I — I Indivitlutl ConfeGFw FCC Natten I Pleam tleaipnele ure IndMual(Iha Dlrecla ol Pu611c Wdks a am2apersonJ who h respanside lo Ne FCC forUe opeielbn of the FlexNel ra�90 syslem.This pnsonxnW med � IoobhalnNnwherownpe�wn�FRt!(FCCRepI�rAlonNumheQbygWnpbNel4�khelmvmd nplhelMlvldualFRNrepWrdM. i n� Colin Schmalz ,�„� Network Communicationa Engineer � �o: eschmalzQauburnwa gov Pn��a: 253-804-5021 i rersanm Fwr: 0 0 0156 3 8 2 4 WN Ioro6lalNng parsanal FRN:hCps:9ep0��a.8m9coresWeWregEntlryrype.Eo ( Om marJoeure WwmeAon ' - - i PM98B ILtI N!119111880(M!BOBfG PR9Id811�BIM BO B00N MLYMbe hBIOY.BB W8II88 VMNCMh@110M1IP BIIE ONIIBI9111P hRBf0515111811Y dIILLY RBYIBIBA EYNB FCC. � � SuchoanarshipinuathedlsdwedrhenehaeNmambermemEerwnel0%armore,dlnctlyorNd4actty,orheaopvatlngcontrolofem/entltyeub)acttoFCC I ulNbn.lFen mmerto0unershl unllonlsYasma anawertoCltliemhl uastlanlsNo oNdeansCaihma�kudthfurlhera lanatlan. � - U6 Gltran7 IXmersH �ledosure7 BoaN Resitlent - �Ycv pNo pYes ONo BoartlM¢mher. I OYes pNo OYes pMo BontlMemCm: OYes pNa pVas pNo Boartl Mam6er. i �Yes �No OYes pNa CONFlDENTIAL� PeBe 2 D170 i � 5Ef7S�J5 �I ; Baard Memher. DYes �No OYes ONo BaardMsmher. �Yes ❑No �Yes �No � BoeM Mem6er. I �Yas ❑No OYes ONo ! BaeN Mamber. - ' " DYes ONo DYes ONo I BomdMem6er. " � � "" " i OYes ❑No OYes �Na � BaerdMemher. DYes ONo �Yes �No i I I � AlienOwnarehi Queatlane IlNeaiswrerisYes muldaanellachmentex aiN UeclrtinnsWrcxs I 1 ISIheCuslomerAesseee n mmentwNere of forel n ment7 Yes � i Bnlc�uallllcetlminkrma0on.- . ._ � 1)Hes tlre-Cusloma a any perry ro IhR ep�dcetlon hatl_airy FCC slelfon aitlwAzetlon,Ikwse;or carelnwtlon pemiil revakeU or he0 airy OYes �b I pem 9 ketlonfaenlnitlalmaAfcalbnarenewalafFCCste6oneuUwtralbnl�ereeorcone6uc6on ttlenietl IheCmmisAon7 - ' �H�Ne Cusiamer ar ar/parry b Mls NNe�ar rary pairy dlrerLy w Indlreclly m�No116p Ihe Cusbmer w eny pa�y to Nk flllnp euer heen DY� � cornicleUdalelon sleleafetloalcaWT .� � 3)Has ery courl Mally a�udge0 Ihe Cuslomer ar ary paity dlrectly ur Indlreclry crontrollNg Ne Cuetomer Bullty of uYsMulty manopollzinA ar atlemplingbunlewlWlymaiwpoltreiadWmmmwNxtlon,dliecllyorlMlrectly,NmughmntrolNmamdxWreorsale'ofrotlloapparaWs,exclusive pYes �Na .tra%k or ollrermea�nwunfekmefhotlsWmm lan7____'— —" "—_ '_" __ - ' - _ ". _ ' ' _ Customxiiaeaee Cm119wtlon Slabmentn 10 1 TheC�MmedLessee reesfiWOeLeaselsmlaseleaVensferMBialicensellseR, ea i '�11re CusbmwlLeasea xknovdedgee Ihat il Is reqWred ro cwnplY wIN d�e CanmisebHs RWes aid Regulatlone antl o0er appllcable law at a0 Omes,end R Ihe Cusbmeqleseee felis m so wmqy,Me Leese may he reuake0,ceiceilad,a�rmineted by either Ihe Ikenaee or Ne �'es j Com�Nsum. ' �The Cusmmerhecsee ceNAas Nal neiNer Il nor airy olher parry�o ihe ApFUratloNNoGlkatlon is su6jecl la a danird af Fedarzl bereflls pureuent j bSecllon5301WtlieAntl-Dn.gA6�eAclol1988,21LL5.CgB62,6ecameofawnricllanfapasseselonmGkMWtlmMaconpoledsu6slace ['{Yes I SeeSeclbni, Mthemles 47.CFR 1.200 6 farlhedeAnitlonM e blha calion'esusedNNlaceMkellan. 4)TAe CUGomerA.essee hereby aaaple Commlcsbn oversight end aMomxment caneleleN Wlh Iha Ikerse mq leese autMiixation. The Lasee � eckiwwwletlges Nal It must coopuek lulty wllh any Investlgellon or hpuiry mMucletl eiNet 6y Ihe Commlssion or Ne lJcemee,aqow Ne �Yas • Com�esion ar Ihe Licensee lo ca�cl onalle Inspectlm�a ol trensm'msian fecllNes,e�sisjreritl operalloin el the Nredlon of Na Comm�lon or i tlieLMenseaaMWtliee�NNalsuchs W eralloneouWEemnsls�nlwlN �cedeComMatlon Ilolas. �The Custom�M1asae acNnovAedpss Ihel In Ihe evenf an autliakallon held 6y a llceneee Nal 11 has asaciatlon wM il a specuum @s5g - i eriangemenl Nat's Ihe au6jacl olthis OAng is�ewkeE.csnce0atl,lertnlnste0.w olhendse ixeses ro 6e di eftect,Ihe Cus4omeqLesseer.ill have rw mntlnuh6 autlpAb to use Me I�ed speclnm antl WI he 29Nretl W lemtlnele Bs ape�amre ro leterlhan ihe Oele an wNtli IAe llcensee cease: L�Yes � bhave au IaoereteuMxtlrellwnseunleasaNervAseaulhalmd NeComiNsshn. I �The Custamedlessee ag�s Ihe Leate shall nal he assipiced�O airy enllry Ihal k nol elre�m quellBed�O enler imo a specWm leas4ig wre ameMuMulheComMesbn'sfOJeeand allwa. �Yes I �TheQalammftssseewsluecanYdaMbNeuseotairypeiticulaztrequenrymolNedecVomapnelksPecUumasegalrelNere9WabryPower . oIMeUNIedStele`stiecaueealihe busuaeofihesemewheNer Iessemo0reiwite. �� I 8J The CuslomenLessee ceN6es Ihffi it Is irot In CefeWt an any psymenf kr Camml�lon Bcenses end Nat tl is rol deflnquent on airy non-tm�tle61 �yes OWBtl l0 611 (BCBfd� . . . _ ____"_ __ .__ _. _ TheCustanedLaseeceNllesNetelloflbslalemenbmeCelnMisAppllcatloNNotlficatlanandMtheechedules,uAl6Na,etlachments,wdocummisinewpon[edbyMerencave I mkMal,arapazlofthBApp6ratlonMollflcation,entlareWe,cpnplete,aorracl,andmadaingoodfailh.ThoCuctomeriLeseroehellna11fy9ensuslnwrltlngintharventnny I intwmaflon supplied on ihis tmm chonge�. T ewPAntadNemeo(Pa Author¢edlo9i n Flrsl Neme: b11: last Neme• SuNx: Nancy Backus � nua: c�sw�n�a: j Mayor City of Auburn � sgnadre: - - - - � - o-a�e: � i - - --- --- � � - I FAILURETOSIGNTHISAP I TI MAYRESIILTIN�ISMISSALOFTHEAPPIICATIONANDFORFEfNREOFANYFEE Am. � WILLFUL FALSE STATENENT3 ADE ON THIS FORN OR ANY ATTACHMENTS ApE PUNISHABLE 6Y flNE ANNOR IMPRISONMENT(ll.&Loda�fNe 18,8ectian 1007) I ANWOR REVOCA710N OF ANY 9TATION LICENSE OR CON57RUCTION PERMff(U.S.Code,Title 47,Section 972(aH�J)ANNOR FORFFJTURE N�g•Cade 11tle 47, 3ecUw 503). CONFI�ENTIAL� Page 3 0110 � � � SE�1�L.B� Part 2:ANll AGREEMENT 1. Equipment A. Purehase of Equlpment.Customer shall purchase a0 Equipment tmm Sensus'aulhor¢ed distributor pursuant N Ihe terms aM conditlans(including any warranties on such Equipmenq agreed by Cuslomer and Sensus'authonzed distribumr. Thls Agreemenl shall not aRect any Oertns and conditlans,induding any war2nty tetms,ag2ed by Cuslomer and Sensus'aWiorhed distribulor. If Cusmmer ekcLs to pu�chasa any equipmenl or services dlrectly from Sensus, w if Customer pays any fees or oNer cosl� lo Sensus, ihen Sensus' Teims of Sale ahall apply. The 'Terms ot Sale' are available at• htloJlna.sensus.wMfCffermsCondillonsnM,ar tA00�ME�ER-fT. B. THERE ARE NO WARRAMIES IN 7HI5 AGREEMENT,EXF'RESS OR IMPLIED. THERE ARE NO IN�LIED WARRANTIES, INCLUDING WITHOUT LIMITATION,WARRANTIES AS TO FRNESS fOR A PARTICl1LAR PURPOSE OR MERCHANTABILfTY AND ALL SUCH WARRANTIES ARE HEREBY � EXPRESSLY EXCLUDED. i 2. Services. i A. Instaliatlon of EquipmeM. Inslallatlon services will he as agreed belween Ihe Cush�mer and Sensus' authorized dbtributor. Sensus wlll not pmvida irrstalWtion sarvlces pursuant to Ihis AgreemeM. i 8. Soflware Implementatlan. Sensus shall install aM sonfqure ihe SoM/are and shall install Uie Salhvare on Ihe Server Harchvare. I C. R Systems IMegration Servfces. Integ2tlon of Me SoPoxaare inlo Customefs new or ex&ting inlemal IT sysiems is not included in this Agreement D. Teehnieal Support. Sensus shall pmvida Customer fhe teclinicel suppoit set forth in Exhibit B. I E. ProJect Managemant ProJed Menagertrent of Ihe AMI System is not included in Nis Agreement 3. Soflware. � A. Soitware ae a Serviee(SaaS).Sensus ahall provide Customerwith Soflware as a Service,es deAned In Ezhiblt A,anty eo long as Customer Is current in ib , payments for such servlcas. ' 4. Speotrum A. Deflnkions in thls Sectlon 4. In ihis Sectlon 4 onty,°Sensus"shall mean Sensus USA Inc.end Hs wholly owned subsldlary,Sens�Spectrum LLC. ; B. SpecWm Lease. Sensus he�eby grenb tn Customer,and Cus[omer accepts,a specWm manager lease("Lease")mer Na fiaquencles of ceRain FCG . Ibense(s)("FCC Llwnse")solely within Customefs Service Tertitory. (The Gequencles of ihe FCC Llcenae wlNin Cuammefs geogiephic Service TerAlury � are rillad ihe "Leesed Saectrum"J. Cusromer shell pay Iha Oigoirig fees for use of 1h�e Leesed Spe,cWm;If no Ongoing Feas are speci�celly OsmA for use of ihe Leesed Spechum,then Sensus shall partitlon$900 fmm the other Ongdng Fees and such emount is hareby allocatad fo lhis specW m lease punuant to this Apreement C. PCC Forms. At ihe federel Communkatlons Commission(FCC),S�sus w01;(1)obfaln an FCC Reglstratlon Number(fRN)tor Cusmmer,(2)submR on behalf of Cuslomar the FCC Form 602 Ownershlp DCsdosme Infamatirn if Customer has not al�eady done so; and �3) flle a FCC Form fi08, notlAcatloNapplicetbn for bng-term spec6um manager lease.Thtv Lease 6ecames effectWa when Me FCC aaepls the FCC Form 608. D. Lease Applkatlon. In orderio complete me FCC lease app8ratlai,Customer will promptly: i I. Complete and sgn the representatlons in Pan 7 of Ihis Ag2emeM such mat Custamer demonstrates It pualifies kr a spectrum�ase under FCC rules. Customefs slgnaNre wlll Indlpte thet Cw^tomer aulhaaes Sensus to; (1)d�hin an FRN on hehaB of Customer, (2)submtt Me FCC Foim 602 Ownership Disdasura IMoimatlon on behelF of Customer B Customer�as not already done w;end(3)flia tha specWm meneger lease notlAcation on FCC Form 608 wllh Ihe Customer as s�chum lessee. �. Give Sensus Ne coadfiates of tha bou�aries of Customers Service TertiNry or,altemadvety,approve Sensus'estlmatbn of Ihe sama. in. tl Cuslomer has not aheeAy done w;Customer hereby autha'ves Sensus to apply on Customers behalf and obtain for Custvmera Fede�al Registrathn Number(FRN,ihe FCC's unique IdenUfier for each Ilcensee)and shall suppty Se�us wilh Cuslarrers Taxpayer ldenlilMatian Num6er(TIN). iv. Provide eny otlier Infortnalion w other aoperatlon 2asonably riecessary(orthe PaNes to perform es set foM herein. � E. PertniCed Use of Spectrum Lease. Cuslamer may transmk or raeive over the Leased Spectrum only in tlie Servlce Tertlfury and onty ushig FlauNet � equipment manutacWred by Sensus and used'm accada�wlih Sensus'spedficatloirs. Customer may use Ihe Leased Spec6um onty to read a�direcl meters N support ol Customers primary ul�ity business or any other operatlon apprwed by Sensus in wdtirig. WINoN Ilmitlng Ihe fo�regoing,Customer is ; prohihited Gom resePug,aubleasiig or sub�Cens6g ihe Leased Spestrum or from Lansmiitirig wice cuminunkatlons wer Ihe Leased Spectrum, ! F Te�m ot Spectrum Leasa Unless tertninaled earfier(herause,for example,Custo�r stops usir�q iha FlazNat equlpment or because Ihh AgreemeM � terminates or ezpires for eny reason),this Lease wlll have tl�e same term es Ihe FCC Ikensa. If Customer Is oparaling in mmplience wifh ihls Apreement and ' iv cument on any peyme�owed to Sensus,when the FCC License renews,ihe PaNes wtll a�ty to Me FCC fo�airew this Lease. � G. Terminadon of Spectrum Lease. The Lease wlll tertnlnate:(a)iwo rtpnihs afler Cuslomer slops transmlW�wlth FlaxNet equipment manufaatured by � Serisus;(b)upoo termNaBon,revocatlon or explratltin W ihe FCC License;(c)upon Customefs breach of IAh AgreemenC ur(d)upon termNetlan orexpiratlon i of mis Agreemant for any reason. I H. PCC Compllance. The following FCC requiremenLs apply I I. Pursuant to 41 CFR 7.9040(a�; (e) Customar must cromply at ell times with applicabla FCC rules Thts Agreement mey be revoked by Sensus or the FCC N Cuatomer falls to so � camply, (b) I(the FCC Lkense La terminaled,Customer has no con6nuing right W use the Leesed Spactrum unless otherwlse aulhorized by the fCC; � (c) Thls Agreemant Is nat an assignment,sale or other hansfer of Ma FCC Lire�e; ; (d) Thls Agraemant may not be assyned except upon witten consent of Sensus,which consent may be wlihhetd in Its dlscrelion;and � (e) In eny event,Sensus wlll not consent to an aulgnment thet does notsatlsfy FCC rules. Ii. Refeiancing 47 CPR 1.9010,Sensus rehalns de Jure and de(edo co�ol over ihe applkable radlo fadlWes,InGuding Iha4 j (a) Sensus wnl be responslble for Customefs comp4anee with FCC policies antl mles. Sensus represenb and waman6 ihat it has engineered ihe ! FlexNel equipmenl arid accompenying soflware and omer pmgrams to compy wlfh FCC rules.Customer will operata tl�e FletNat equlpmeM j subjed�O Sensus'supervision and mntrol and solely in acmrdance wlth Sensus'spedflcellons. Sensus�etalns tl�a right to I�pect Cuslomefs radio operatlons hereunder and to temilnala Ihis Agieement or take arry dher necessary sleps to resoNe a vlolatlon at FCC rules,including to j oMer Cusfomar to cease transmission. Sensus w10 aA as spectmm manager In asslgni�spechum under Ihe PCC License so as to avoid arry I harmful interferenca or other vlohfion of FCC rules. Sensus vnll be respoosible for iesolving eny interfe2nce cromplain6 or ather FCC rule I vlolatlons thaf rtiey anse;and � I I � CONFlDENTIAL I Gage 4 of 70 i i o e i � �E�o�u� 0 (b) Sensus will flle eny necessary FCCforme or applicapone end Cuslomer agiees reasonabty to assist Sansus wiU�such Oli�by providing any necesaery i�o}maian or o1M1er cooperatlon. Sensus wlll oNerHise In@iect wilh fhe FCC wllh respesl to Mis Agreemen6 the FCC Lic:ense or I FlexNetequipment I. IMerference. Custamer agrees to repoR lo Sensus promp�y,and In no evenl leler Nan 72 hours afterxard,any Incident related to the Leased Spectrum, I inWuding where Customer expe�iences harmlul inteAerence,2ceives a mmplaint or ofher notice of havhg pused hartnPol interference,or re�ivas eny rype of canmuMcatlon ham the FCC orolhergovemment agenq regartfirg 2dio traramission. ( 5. General Terms anE Candidons. A. IMeMfonally OmNted B. Llmiletion of LlabiUty. I. S�sus'eggregate Ilability in any and ell ceuses of action arising under,out oi or in releqon to Ihls Agreemenl,ILs negotiation,perfarmance,breach or tertnine�on(collectivety'Causes of Actlon')ehall not exceed ihe greeter of;(e)the latel amounl peid by Customer directly m Sensus under this Agreement w(b)ten ihousand US dolle�e(USD 10,000.00). Thls is sa whetherNe Causes oi Actlon ere In loA,IncWding,without Ilmitellon,negligenca or sdict Ilability,In antraG,under staNte or othewise. As sapa2te and IndependeM IImNaUons on Ilablllry,Sensus'Ilability sha�l be Ilmlled to dl2ct damages. Sansus shall not be Ilable for,(I)any Ndired,McWenfal,special or conseque�al damagas;nor(i�any revenue or proAls lost by Cusromar or I its AflWates fmm eny End User�s),IrrespecOve whelher such lost revenue or pmfils is ntegorlud as di�act damages or othendse;nar(tiq any In/0ut i CosLs; nor(iv) manual me�r read cosb and experises; nar(v) damages arising Gom mainrase or 6ottom plete tireakage raused by Nee�ng lemperaNres, wa�r hanuner coMitlons, or excessNe waJer p�assure. The Iimitatlons on fia6Nry set foM N Ihis Agreement am lundamental inducemenb to Sereus entering inlo this Agreement They apply unconditionaly and in all respecls. They are to be inieryreted 6roadq so as lo ghre � Sensus the maximum protectlon partnitled u�er law. ii. To Ihe mazimum extent pertnitted by law,no Cause of Adlon may ba Instltutad by Customer agalnst Sensus more than TYJELVE(12)MONTHS afler ihe Cause of Adlon irst arose. In the cakuletbn of any damagea In any Cause of Ac�on,no dameges Incutted mora Man iVJELVE(12)MONTHS prbr ta ihe @ing of the Ceuse of Actlon shall be recovereble. ! C. Terminatlon. EMher paAy may fertninate thh Agmemerit eatlier RNe other paAy mmmtts a material 6�each of Nis Agieement end such material breach is not I ared wllhin fary-flve(45)days d wdtlen notica by Ihe oiher paM1y.Upon any ezplratlon or termhatbn of Ws Agreement,Sensus'aM Cuslomefs obligatlons heiaunder shall cease and ihe soih�are as a servlm anE sp�Wm lease shall Immedlalely cease. i D. Foree MaJeure. IF eilher parly becames unable,eilher whalty or N pan by an event of Forta Majeure,to fulM i�ohligatlare uMer Nis Agraement Me I abligatlons eNected by the event of Force Majeure wi0 be suspended dudig Me contimance of that InablOry. The party aHected 6y 6�e force rreJeure wlll hake � reasonable steps lo miligete the Force MaJeure.'Force Maieure means an event beyond a parry's reasoneble control,indud'mg,w0hout Ilmltalbn,ecls of ! Gad,hurtkene,Nood,volwno,lsunami,tomado,storm,tempest,mudslMe,vendalism,Olegel or unauthoAzed radio lrequerwy interference,s6ikes,IodcouLa, � or other indushlal d6sWrhances,unava�eblliry of mmponent paes ot any gaods pmvided hereu�Mer,acts oi publk anemles,wars,blod�ades,Ireurtectlons, � riols,apldeMce,eaAhquakes,flres,restralnis or pmh@Hlons by eny court,board,deparhneM,cammisslon or agency af Ihe Unfled Sdtes or any Sfates,eny artes6 and�eskahiffi,dvll disWrbances and expbsbn. i E. IntellecWal Pioperry. No Inte�ecWal Property 6 aasigned N Cusfomer hereuntler.Sensus shall own or con�nue to awn all Inte�eclual Pmperty used, created,andlor deAved in ihe course of performing Ihia nqreement To Ne extent B arry,ihat any mmeiship interest In and fo such Inlellectuel Praperty does j not autametically vest in Sensus by v4We ot lhis Ag�eement or olheiwlsa,and Nstead vesls In Customer,Cusbmer�rees to grant and assgn and hereby i does grent erb assk�n to Sensus all dght tltle,and in0arest Nat Customer rtmy have In and to wch Intelleclual Pmperry.Customer�rees im1 m reverse i engineer any Equlpment pumhased or pmvided herewdec 'IMellecWal PronerlY means patems anC patent appllcaUons,inven6ons(whelher pa0emable m noq, 6sdamarks,serv(ra marhs,trade d�ass,copyrlgMs,trade secreb,know�hav,dele ighb,spetlfleetlons,drewings,tlevgm,masAwoAe righfs,moral rigMs,aWwfs righb,end otlier In�ellecWal pmpeAy�hts,as may m�st nmv or hereafkr cane into ezistenca,and a�renewals and ezfensions thereuf, � regardless af whefher eny of sudi rghb arbe under fhe laws of the UnXed Slates or of arry olher sfate,mun6y orjurlsdkNon,any regishatbns or applkallons � Ihereof,end all goodwlll pa�inent Mereb. I F Conflden6alHy. Bolh parties shall,(and sheu cause their employaes and con6ectors to)keep all Confldentiel IMametlon sMctly wnfidentlal end shell nol � disclose R to eiry Mhd peAy,except to the extent reasoneMy required tn peAorm end enforce Ihis Agreement a es requlred under appikable lew,wuA order I or re�letlon. As used he21n,'Confidentlel Informatlon'me�s arry and all non-publk Infommlbn of elMer peity,MduNrp the te�ms of tlJs eg�eement,all � technkel Infomretlon about either parp�'s pioductr or servicea,pridig Infomiaflon,markeWg ar�d marketl�plans,Cusfort�s Ene Uurs'dala,AMI System I perfo�mence,AMI System archilecWm end design,AMI Syskm sotAe�are,olher business a�Anarxial tdoimafbn of eNher party,aM all 6ada seaels of eNhar pary. The ConAdentlal Infomiatbn may be hansmHted oraly,in writlng,electronica0y or othenvise observad by eBher psrty. No1wIlhsWnding ihe faegaing,'Conlidentlal Intormafiort'sha0 irot Indude;(�any Infarmatlon Ihat is in the publlc damaln olher Ihan due to RecipienCs b2ach of Ws Agreemenk(� any IMormatlon In Iha possesslon of llre Redplent wAhaut resUic1ion p�lor to dlsdos�ra by Ne DlsGoser;or(III)any InkrtnaUon intlependently daveloped 6y the Reclplent wkhaut rellance dn Ihe Informadon disclased hereundar by the Disdaser.'olul - r meana eHher perty thet dlsdoses Canlldentiel Infortnation, enB'RednienY means eithei party that receiues IL G. Non-WaNer ot Rights. A walver by elther pe�1y of eny 6reedi of ihis Agreement or Iha feilure or delay of elNer pedy to eMorce any of the eNcles or othar provishns of ihm Agreementwill not in arry way affect,6mR orwaive that patlye right to enforce and compel s6ic1 complW�e wilh the sema or oMer eAlcles ar provieions. H. Assignment and Sub-coMracGng. Eilher party mey assign,hansfer or delegaEe thb Ag2ement wtlhout iequiring Ihe oNer parlys mnsei�(I)to an Affllla�e; n es paA ot a me�ger,ar(ii)in a purcheser ot a0 orsutislanfiaPj a0 at ils assets. ApaM tmm Ihe fo�egobg,neither party may assign,o-ansferor delegale B�is Agraemenl wiUout Ihe prior writtem m�seM of 0e ofher,whiM miisenf shall not be unreasonabty wiThhekl. FuMermore,Customer acknwAedges Sensus may use su6mnUactors to perform Rf Field Equlpment insh0atlon,tlie systems integration work�d applka6le),w projed managemeni(i(applicable),wiNoul requldng Cuslomefs conseM. I. Amendmente. No alteration,arnandmerrt,ar oNer madilicatlon shall be Mnding unless in wrilirig and slgned by bolh Cusmmer and by a vice president(or I hghar)af Sensus. J. Ooveming Law and �ispule ReaoiuGon. This Agree�nt shall he governed by,consWed and enforced In acmrdance with the lavrs of Ihe Sta�e of i WashNgton. My and all dlspu�s arising under,aut af,or h relatlon to thls qgreement,Hs rregotiaBon,perfortnance or lertnina8on('Disoutes'1 sha�l 9rsl be I msoNed by Ihe PaNes ademptlng medlatlon In Wasbinglon.It ihe Dispute Is not resoNed within slzty(60)days of the commance�nent of Ihe medlaUon,il shell be Iitlgated N tl�e sfe@ or Federal murls loceted in Washingfnn. TO THE MAXIMUM EXTEM PERMITTED BY LAW,THE PARTIES AGREE TO A BENCH i TRIAL AND THAT THERE SHALL BE NO JURY IN ANY DISPUTES. K Restrtction on Discovery. The Parties admavledge the ahu�ance of documen6,data,and other infomiatlon stoied in an electron�mamrer and Cie Ome and cosls assodaled wltl�retrieving relevant electmnk data fmm the Partles durhg Ihe Dhcovery portbn of a Galm. Accordingly,me Partles shall u611s onty printed ar hard�copy documen6,dafa,and other infrnmation in Discovery end shall irot use ar request eledronic or e-Discbvery methods for any cleim, demand,arbitration or Iifigation su6jed to Nls/�qreemam. Atl relevant anB unptivlleged pdnteA or hard-copy maleAals shall be su6jed to Discovery,but CONFIOENTIAI� Paga 5 of 70 I i � - � � �Et�Su� ; � neither Party has an o611gatlon m meinfaln printetl or hard-capy Nes In anticipetion of a clalm,demand,Iltige�on,or a�6ihatlon praceeding. ; L. Survival. The prov6ions of this Agreement Ihat ere appl�able to clrcumstances arising after Hs termination or ezpiratlon shall survive such terminaVon or i ezpl2Uon. � M. Severability. In Ihe event any provislon of this Agreement Is held to be vold,wlawful or otheiwlse unenforceable,that provlsbn will be severed Gom Ihe I remamder of�he Agreemenl and replaced aulamatically by a pmvlsion conlaining terms as neatly like the void, unlawful,or unenfwcEable provision as '. possible;and the Agreement,as w rtrodi�ed,will con6nue fo be In NII force and efiecC � N. Fovi Comers. This wmten Agreement represenls Ne entire underslending behveen and obligations of Ue paNes arM supersedes all prior understandirigs, , agreemenffi,�goUaM1ons,and pmposels,whelher wrNten or aral,tormal or Informal between Ne peNes. There are no other�erms or condi�ons,orel,ivritlen, i elechonfc or olherwise. There are no Implied a6ligatians. All obllgatlons sre speafcalty sat foAh In ihls AgreemenL Furlher,ihare are no rep2senhaUons Nat i, inducad this Agreement that are not Included in IL The ONLY operative provlslons eie set totlh in wdling In Ihls Agreemenl 0. Counterparts.This AgreemeM may be ezecuted In any numher of camoerparts,each of whlch shall be deemed an original,hut all of whk;h togeNer shall � constllute one and the same Instrumenl Addltlonally.tl�is A9reament may be exeaAed by Facsimile or elec6onk copies,all of which shall be consldered an � original fo�ell purposes. � 6. DeflnlNons. Ps ueed In this Agreement tl�e folbwing fertns shan have Ne fotlavirg meanugs: A. °AHlllate"of a pmry means airy olher entlty cmtroliirg,conho0ed by,or under mmmon control wIM wch paM1y,whera'contra�ot an entlry mearis ihe ovmership, � direclly or Nd4ectly,M50%ar more of elUer,(�Ihe sherns oralher equlty fn such entlty;or(I�Ihe vaWg righ6 in Sudi entlty. � B. "AMI SystvM'Identifies Ne Sensus FlenNet Advanced PAeter IMrastrucWre System cumprised of ihe SmartPalnt Madules,RF Fleld Equipment,Server HaNware, soi6vere Ocenses,FCC Ilcensas,and nlher equryment prbvided to CusPomer hereunder. The AMI System onty Includes Ihe foregoing,es provided by Sensus. The AMI System does nM mcluda guods,equipment,soXware,Ikenses or righls pravided hy a Ihlyd party or partles M Uls Agreemenl C. °Echo Transcelve✓identifies Ihe Sensus etendalona,mounted relay davlce Ihal tekes the radlo frequency reedings 6an the SmartPolnt Motlulas and relays Nem by radio frequency to the relevant FlexNet Base Sletlon. � D. "Entl User'means any eM useraf alectrldty,water,an0lorgas(az appllcable)t�al pays Cusmmer forMe consumptlon of electridty,water,andlur A�s,es applica6le. � E. 'FlefdDevlces'meansthemetersandSmeMONlMvtlules. F 'AexMet Bese SCfton'Itlenlifies tl�e Sensus manuFuWred devfce conslsting of ane 4ansceNer,to be IacareE m a lower tl�al receHes readmgs fiom Ne SmartPomt � Modules(eiNer duactly w Na an Erlio Trariscelver)by radb hequency and pesses bose reatlings ro Ihe RNI by TCPAP backhaul mmmmintlon.Fw danty,FlexNet Base Statlons Ncptle Meho Base Smlians. j G. 'F7exWazan SolAvare"Iden'hfies ihe Sensus pmpriehry software used(n Ne RNI and any Patches,Updates,end Upg2des Nat ere provided ta Custamer pursuant to tlie teims of Ih's Agreemenl H. 'HeMa 3o/kare'means the speclllc Items M soflware qwided by N.HeMs Compular Coryoretlon onty lo the exWnl GLstamer,(I)hes 6ean proNdetl pdNng fir Nat j speclllc Ilam of Hartis 3o%ware;and(I�Is curtent In Its payments far thal spedfic item of Hertis Softviere. I. "INOut Cosb'means eny costs end e%penses Inarted by Cwmmer In transportlng goods behxeen ils werehouse and tls End User's preMses and arry ws6 and axpenses Inarted bY Gmomer m psIeIMA.unlns�IlMp and 2moWnB Aoads. J. Yntelleefual Properly'means pateMs and pafent app6catlws,YrveMbns(whelher pelenlable or not),trademaAcs,servica marks,trade dress,mpy�igh6,6ade seaels, Imaw-how,deia Aghls,�ficetlons,dravAn95,desiA��maskwwk riph5,mo�al Aghts.aWior's righ6,aiM ofher Inle�ecWal prope�righl5.6�cludNg airy deAvatlans anNorderHalrve wpks,as may exist now u hereaflercqne info existence,en0 e�renerrzls snd exdnsions thereof,regart➢ess W xhemer eiry deuch AghS anse under Ihe lews M Ihe United Sfales ad any othetstate,munOy mJurismclion,arry registratlans orapp6cstlons Ihareof,end ell goodw8l perlNentlhereN. K 'LCM1T Itlentlfles Ihe load w�ol modWes. j L 'Ongoing Fee°ma�is the enmial m monNy fees,as appOcable,m 6a pald by Cuslamer dud�ry Ne Tartn of Ihls Pgreament � M. 'Patches'maans palch�oi olher malntenence releeses d tl�e Software that corteq praessing ermrs and olher taulls and defecls tound prevlous versicns of the ii Saftware. Fw daAty,Pa�hes are not Updates or Upgrades. N. •Pamiltfed Use"means onty for reedlrg Cuslaners me�ers In Me Senrice TeMlory. The Pemili[ed Use does not Indude reeding tldrd pmiy mafeas m readYg mefers ougide Me 6eMce TeMOory. 0. "Rekasd maens bo�h IJpd�es and Uppradas. P 'Remote 7renscelvef IdentlRes Ue Sensus stendalone,mounted reWy de�ke Ihet Wces the radb hequancy readings han tl�e SmartPdnl Modules mitl releys tliem direcUy to Na RNI byTCPAP badd�eul commwiration. �. •RFFkIdEquipmmY meam,co0edively,FlezNM Bese S�tiona,Echo Trenscelvers mW Remote Tiansceivers. R 'RNP itlentifles ihe teglwal iceMorlc N�rteces mnsis9ng of hardwere and software used lo gaUier,stoie,end report data ca9ected by the FlezNet Base Sfa�ans Gom Me SmsnPaNt Mcdules.The RNI harEware spedficetlons vnll he prwfdad by Sensus upan writlen request Gom Customer. � i S. 5ervlce Terilfuiy'Idaitlfie's the geographb erea where Customer pmvldes electridty,water,andfor gas(as applka6le)services to End Users es M Ne Eflective Date. i ThLs aree will be desM6ed In the DaNea'specWm lease fJing wtth Ne fCC. � 7. 'ServerHerdxmre'means Ne RNI haNwere. i ll. 'SmartPolnP"Moduled identlfies Me Sensus 6ansMsslon deWces instelletl on deukes such as melers,dlstri6utlm aufnmatlon equyment entl dertaiWlresponse Oevices bceled at Cushxners End Users'premises U�at talce the readNgs af Ue melers and transmil tl�ose readings by ratlb frequenry to the relavent FlexNet Base Stetlon,Remole Transcalver or Echo TransceNer. I V. 'Sof(irere'meens efl Ihe Sensus PmP��Y soMiare Prwided pursuant m Ih6 AgreenenC mitl a�ry Patches,Updatrs.arid Upgrades tlW ere provided W Customer pursuari[to Ne�erms N th's Agreemmt � W. 'TnuchCoupferUNfldentifiesanlnduGNecarykrconneclwnfromawaterrepis[erlotheSmaMdnlModule. X `Updated means releases af tlre Soflwara ihat constiNle a Mnor impmuement in lunctlan�ty. Y. 'Uppradas'means releases of Me SofGva�e whk;h constihAe a slgnNkant improvement in funcdonatiry or architecWre af Ue SoRxare. Z. "WAN BeekheuP means Ihe communicetlon Ilnk behvean FIe�eNel Base 3�Aons end Remote Tran�eivers and RNI. CONFIDEMIAL� Pege eof 10 � SE�SUS ! o � � Ezhibit A I Software as a Service i. Descriptlonof5ervices This exhibil conlains the deWls of the Soflware as a Service Na[Sensus shall pmvke fu Customer K boU;(i)pricing for SoRware as a Service has been provkled N ihe Cuslomer,and(li)ihe Customer is current fi Ils paymenLs far Software as a Servica. � A. Terminatlon M Soflware as a Service. Cuslomer shall have tl�e optlon at any Ume after full depbymenl bul before the end of Ihe Tertn to terminale the ��I Sollware as e Servlce by giving Sensus one hundied lwenry(120)plenAar days ptlor wtltlen notice. Upon delivery of the wfice,Cusmmar shall purchase the ' necessery RNI(s)and shell pay atl appliceble fees,Indudl�g eny unpeid Sofhvere as a Service fees, Such nolka,once delivered to Sensus,is Irtevocable. I, Should Custumer elecl m terminele Ne Sollware ae a SeMce,Custamer acknov+ledges ffieX(a)CusNmei shell purchase IDe RNI hardware;(b)Customer will I purchase the necessary sofAvare Iicense(s);(c)Sensus wlll cease to provWe Ne Softwsre es e Service ihe paNes wlll NIIIII thelr respec�va obliga6ans provided I that the Customer shell onty 6e obligaied to purchesa soflware licenses I(il elecb lo continue to use and host tlie Sensus software. Sensus acknowledges and �� agrees at the�me of teiminatlon and subsequent purchase,the Customer is the sole avner of a�ry hardware purchased by the City Gom Sensus. Customer shall �i own all raw end user daYa. Sensus shall anWue lo awn all IntellecWal Praperty aealed during Ne feim of the Agmement including any aggiegated and I anonymized dala. B. Sottware as s Servlee Definition. i 1."Softwara as a Service"means on�Ihe followl�services: � i. Use of RNI haMware,located al Sansus'or e Nird parry's da�a centet fedllty(as deteiininetl by Sensus�,ihal is necessary to operate tlte AMI System. � li. InNlel iralning�not ro exceed five days)on Ihe use of the AMI System and all product dacumenta�on,Including any updetes to produal documente0on. �id. Providing Peh;hes,Updates,antl lJpgredes to letest Se�us FlexWare Softwere releeses. Iv. Providing FCC spectrum,pursueM to the tertre of the sper.Wm leese,b operefe 1he AMI System(for USA cuetomersJ. v. Pmviding re�flmware malntenance for FIezNM Base S�tlo�and SmertPolnt Modules(Cusfumer must provide IP access to each FlezNelBase , Stalbn in orderto perfortn seare shell(SSH)functlons). � vi. Provfding cerlaln Nird party soflware requlred b�aperah ihe RNI(specifloly,MiaosoR S�server,Mirmsoft Plindows Serrer.Red Het Linuz 0.5,and oNei Buridled SofCvare). i vii. Providirg secure Weh partal across M the hoskd FlexWare SM�xare applintlon for the Customer(Custortrer system administrator grams RNI access to , autl�arized Cystomer personnel es they ara added). ; viiL If requealed,submttling a"tlaily reading flle°In standard file fortnet coMelning hrnirly cousumption reads end all evailable elarms colleclad 6y the AMI ' System,Induding ezcepllon repods,such as zero consumptlon reeds and naHesponding�mefers(Including traceabiliry to ihe meter laetlon when Ihe I merer inslaller provNes the locatlon Information). iz. 24x7�65 server and nebvoAe monitoring end trouble ticket generatlon,advenced securiry moniloring and preventative maintenanca manilodng using � dlaqnostk sonwa2 mo�s. I x. NeMro�k optlmhadon afierthe Mal pmp�atlon sWdy antl FlexNet Base ShaYon sife plan is ve�ified by Sensus,aiM�Avork Wning of endpolnb deployed in the Service Terrimry. � zi. Pedormhig dafly oN-site vaultlng Mencrypted backup hapes ca�inhg one year M hktory for audiWig purpasas. ( xu. Pmviding a�nt Se�uus faed base repor�ng softxare(fw up l0 50,000 SmaitPolnt Modules)for up lo ihlAeen(73)matlhs of houdy data retentlon fca 6�tisk repoNng,rou�proc�si�enC querying functlonality. i w1i. PmvWing�elephoire suppod conststenl wifh the Sensds Tech�nfcal Suppat as set IoM in Fxhibit B. xiv. Provlding°na raibver'disaster recovery'sWutlon wNhin Mrenty fatir(24)hwis. xv. Provldl�FIeKNet Base Shatlon yeds repair or repla'ce�oen�at Sansus'diure�on. This excludes field repelr labor eM field maintenance la6oc � 2. 'Software as a Servke°does not include any of iha(olbwing servkes: i i. Nortnel perialic promssing W acmunb ar reedHgs for Custamers blling system tor blping orother aneysis purposes�otlier lhan daity fik delWery). � ii. Fleld�borfo 6oubleshoot�ry SmerlPoinl Modules.in the flekl In meter popWeliom that heve 6een previousy accepled. j iii. FlrstresponseleborlotroublrshootFlarNetBasaSlai�n,EdioTaaaceivers,RemoteT2nsceiuersorofherfield�hvadcequipmenL I b. Parg or labor requtred lo repah demage to ariy ireld nM�voik equipneni Ihat is the 2suttof a Force Majeure eveM. , v. CusOortier understands Ihat Ihe Sensus mute manager meler data manapement(MDM)appQcatlon Is Amiled M W,000 or fewer SmaAPolnt Madules,and Cuslomer must u�llm an an�rpAse MDMS(ar Mhar suitable soluUonJ lo manage reading data when system size ezceeds 50,OW SmaMoIM Motlulas. � If an ttem is nol Ilsted In subperaBraPhs'(1)or(2)ahove,such Item Ls ezduOed 6om the SoMxare as e Service antl Is sub�ect lo additla�al pdcing. M1 FuMerl�qieements A. System Upt6na Rate 1.Sensus(or Its contractor)sha0 host tl�e FlezWare Soflwz�a appGcation on mmputers owned or con4olled by Sensus(or ils mn6ac�rs)and shall provide Cuffiomer eccess to Ne hwted f�Ware�SoRware applkatlon vla intemel or polM to point mnnecfion(I.e. Hwted-Aaxss use),acmiding fo Ne�ertns below.Sereus endeavws to mainhain an average System Uptime Rate equal lo ninety�nine(99.0)per Mmth(as deflned below� The System Uptlme Rate shatl be pkvlated as follows: System Uptlme Rate= 700 x RMO—Total Noo-Seheduled Dormtima minutea in the Monthl TMO I 2.CalculaUona i I. "Ta�geMd Mlnufes of Operatlon"or"TMO"means tohal minules in the appllcable monN("Mon ")minus the Scheduled Downtlme In the Month. II. "Scheduled Uowntime"means Ihe number of�minules duNg the Month,as me_asured tiy Sensus,In which access to Me Fle�eWara Sollwere is ; schedu�ed to be unavailahle for use by CusWmer due to plenned system malnlenance. Sensus shall prouide Customer notka(vla email or oticeiwise)at I�st seven(/)days In advance of commencemenlol Ne Scheduled�ownWne. lii. "Non-Scheduled Downtlme°means Me number W minules during Ne MonN,as rtceasured by Senws,In vfi�h a�to FlexWare Software b unavaileble for use by Customer due to reasons other ihan Schaduled Drnmtime or me Exceptions,as deflned helow(e.g. due[o a need for unplenned meintenence or repair). 3.Exceptions."Excaotlons°mean the follaxing evenb: CONFI�ENTIAL I Page 7 of 10 i � � I � ��n��..�� j i. Force MaJeure; il. Eme�genq Work,as defined helow;and IIi. Wck of InlemetAvaila611ity,as desaibed below. 4.Emergency Wo�k. In the evenl tliat Force MaJau2,emergencles,dargemus condfUons or other mcmpBonal dreu�hnms arise or mntlnue dunrig TMO, Sensus shall be entitled m taka any actlons that Sensus,in good hailh,determines Is necessary or advisable ro prevent,2medy,Mligate,or atherxlse address actual w potenfial harm,intem�pUon,luss,threa4 secuAry or Iike cancem to any of ihe Hast Sysfems or ihe FlexWa2 Sofiware("Ememena Work "). Such Eme�genq Wo�k may Induda,but is nol Iimited to:enetysis,lesllng,repa'v,maintenance,resetling end other servlcing of the hardware,ca611ng, ne�vorks,soNxzre and other devfces,maierials and systems Nrough which access to aridlor use of Ihe FlexWa2 Software by the Customer Is made I available(tlie°Host Svslems").Sensus shall endeawrto provide advance natice of such Eme�gancy Work to Cusmmer when practirabk and possible. 5.Lack of Intemel Availability.Se�sus shaU not be responsible for any detetloration of pedoimance attribuhabk lo letenaes in ihe pu6�c Intemet a polnFlo- polnt neN+ark cannectlon ope2ted by a tl�lrtl paAy.CusMmer expressly admowledges and agrees that Sereus does not and cannat mnirol the Flow of dala la or from Sensus'nelwarks and omer portians of ihe Irdeme4 end Ihe[suc�9av depends In part on Ihe performance of Inlemel serv�es provWed or conlrolled by third paNes,and Ihat at Umes,actlons or inadWns of such ihlyd paNes can Impair ar disrupt dad 6rarismitted Ihrough,andlor Customar's conneclions N,Ne Inlemet or poinFto-point daha connectlon(or porUons thereoQ.Although Sensus wlll use commamlally reazonebla eBorls to teke aclions i Seneus mey�tleem appmpdete to mitlgele fhe eHecls of eny soch evenb,Sensus cennot guerantee ihat such evenLs will not occur.Aceordingly,6ensus dlacleims any end all tla6iliry resulting irom or releting to such eJenls. � B. Host SitrSecurity. Alihough Sensus may modiy such securNy errangemenis wllhout consenl or notice fo Customer,Customer acknavledges Ne follaving I are the currenl ar2ngemen4s regarding physical access to and suppoA of U�a primery hardware companenfs of the Host Sysfems: I 1 The computer ioom(s)In wh�h ihe hardwa�e is inshalled is accesslble only lo auNoAzed IMividuals. ' 2.Power Inf2struclu�e includes one ar mo�e unNiemryti6le paver suppty(UPS)devices aM dlesel generators or other altemative power for back-up elecVlcal i poxer. 3.A'vcondllbning faa7Ncs(for hum�ity aM temperaW2 controls)a�e provlded in orfor suc�computer mom(s)and mn he monilo2d afd edjusted far humldtty ' and fempera6ue settirigs end wn6ol.Such air systems a�e suppor0ed by retlundan(back-up aiMlor swflch-0ver emironmentel unBs. i 4.Such electrical and/uC sysmms are monitored bn an ongoing 6esis and personnel are available lo respo�to syslem eme�gendes(B any)In real llme. 5.Dry pipe pre�sdion iLe detecfion and suppressinn systems are pmvided. , 6.Dale draits ere available vla multiple praviders and diverse paThs,giving acc�reAundauq. C. ResponsibiatlesotCusmmer i , 1. Customer shatl pmmptly pay all Softivare as a Service fees. I � 2. Customer may not(p carelessy,qwwingy, inmmknal�y or malkiously ihreamn,dlsrupt, hartn, a6use or interfere witl�the FIe�M'are Software, Host I Syslems or any o(tlrelr fu�ality,perfortnanca,security or InOagrNy,nor atlempt lo do so;(ip Mpersonate a�ry person or eNNy,Induding,bul irot Ilmiled i lo,Sensus,a Sensus emphyea or anolhar user,or Qi)to�pa,falsHy,dls9ulse or otherv+ise manipulate arry idantifinlion h(ommtian essxialed wlth � Cusfamefs aaess to or use of the FlexWare SoHware applkztlon. � I 3. The provisioning, cumpal�bility, operefion, seciiriry, suppart, and maintenence of CusNmels hardware and software ("CusOomefs Svstems") Is i exclusively the responsihuiry of CusWmer:Cuslomer Is also responslble,IqpaNcular,for cortectly canflgu�ing and maMtelning(I)1he dasklop euvlrunmant used by Customer to access Ihe FIe�cWare applicatlon hosfed by Sensus;and(�)Custurtiets nelwurk rouler and firewall,If applicable,to ellaw dete fo Ilow heMreen the Cuslnmers Syste�and Sensus'Host Systeme in a secure menner vfa ihe public IntemeL � 4. Eech oF CusNmers authorized users will receive e usemame and sswoM u n com latlon oF ll�e a Iicabk Sensu.s tstra.tion o zed i Pa Po P PP !�9 . P!o��PAu� � Usars�.Such usemames and p�swards wlll allax Authorizad Ueers to access the FlexWare Soflwere applica6on.Customer shall be soley mspons@le for mahrtaining Ihe seaiity and mnfidentlality of each iser ID and passvord pair essaiated with Cuslomefs aaowt,aM Sensus rAI not he�a61e for � any bss,damage or BabOity a�ing fmm Customers emount a any user ID and password pairs assoda@d witl�Customec Customer is fulty responsible I for ell acts eM antssbns that occur Mmugh Ihe use of Cuslomals aaaunt and arry user ID and pastiwrd pvrs.Custrimeragrees(�not to albw enyana � Whar ihan tl�e ANhor¢ed Users to have any acce:s to,w use ot Custanefs accamt or arry user ID and passvo�d pahs ffi any llme;@)to notlty Sensus � Immedialely of am/adual ar sispectr:d unautlioAzed use of Cuslomels aaount or any of such usar ID and passxrord palrs,or airy other h�each ar i suspedetl bieach af searity,mshicled use or mnfldanlialily;and(II�lo hka Me SensustecommeiWed steps to log oul Gom and alhe�wlse arfl Ue FlexWare Sol�va�e applicatlon and HoslSystems el Ihe md of each sesslon.Customer eg2es tlwt Sensus shall he entllled to rely,wlthaul Inqulry,on Gre valldity ot Ihe user accessi�g the FlexWare Soflwa�e app8cellon through Cuslomels acaunt,account�D,usemamas or pasgwortls. U. Disaster Recovery. In ttie rase of a disaster and lass of access to or tise of Ne FlexWare Software applicetlon,Sereus shall use cammerdetly reasonabla alloris to restme operatbns at ihe ume laatlon or at a badmp IxaUon wHhln lwerily four(24��hours.Customer ackna+uledges and agreas that such en evenl may result In parlial ordegraded servke when restored.The pre-disastedloss level of seMce shaA be restored as a won es cummeidally reasonable. II Sanaua Is provlCing Cuslmreirllh a Ilwnse W use Hertls Soflwara,Curiomar apram b Me Idlowlnq Cw�nar lkense Apreemenl i. NaqunsehplvenhlheCustamalalheeaur(ewderotlieHartleSoMram.ThaCusWmve�eenNalN�illnolallempibdenve,apr,mttmhelpotl�ersbOmlueNewwrewtlerelaWpb Ihe Hertla SOMraie araqempl Po alhnMce canveiiar ader Ne Hertis SOMae NU human reetlaEle com.The CusWmer fuMx a�eee Ihatllvnll rot adempl ro duplNale,orpeimll a Mlp aNan b dupl�ale,0e eourvre mderaletlng W Ne Hams Sollwere. I 2. ThaCmlomereAadhaueroAphtbmoAlyNeHemsSaMxareaupplkObySeneuaWrCuekmeleuseundarNaCwqmerlicereeAA����outNepriorwltlmaprywelendd4nWnof 6aneue end HeMe 3. Cuebmerehellnolwhlkenxapemtlllhesublirenseafairydlha�iAhpyranledbNeCusWmerreleladloNeNmisSoAware. 4. The Cuslamer aprea Naf il will ml auepl as olA,erxise meprassy poNEed In Ih0 Cuelomv Lkense Apreemenl w axceD��tliclxled hy Cusbmefs slandard cqnpuler eyelem's 6ackup piacetlwes andlor lealeirvuonmenla,maNea allowoNws N make copaz ar repoductlone of Na Hertle Sollware aaMer pmpiepry Info'ma6on b any lorm. 5. TheCuslarrervnllensae0alNeUniverselCopy'ghlCamen6onspMolandoNarcopydghfanApmryklarynoticeaofHartiswiilremalnaiNeHmnsSoMrdrelnmazhlnaraedeaafarm. 8. The CusWner wtll lak Pe aame care W sakpuaA tlie Hzms SoRwma es II IaY.es b ukAuard Ils mm wnAdenlW NlwmaUon aM such care shatl no1 he am Mss Ihan xaWd 6e laken by a i reason�le pe�n b ealapuaE im oxm m�fidentlal mfamatlon. 7. NoUirdparq,oNerNanduHauOmkedagenlswanpbyeesoflheCusNmerauNodzaEpunuanlblhelkanusissuedheeuMer,shaliAaueaamsroauseolNeHa�eSMwxc. 8. To enade Hams Oo pavWe eflective supporl,tlie Cuslanu ahell amw HaRis b haw remale acceu b Na Haniv Software and du0 pemii�Hams q use m5ne dnpwstics il requked Cmiip i prodemdagnosk CONFIDENI7AL� Page 8 of 10 i m SE f'951J 5 o I i � E:hibH B � TechnicalSupport ' L InVoductkn � Sensus Technical Servlces provldes utllity cusfomers with a single point oT mt�6d for Ter 1 supporl of technicel issuw as well as any coordinatlon of addilional i msou�ces iequired to resdve Ne Issue.RequesLs that raquire specialtred ski�s are to he fonvarcled to a senior suppo�t engineer or Techniral Advisor wilhm Ihe I team for NMer anarysls.If Technical Services has exhausied a�troubleshoollng eRoAs for the pmdud rype,Ihe ksue w10 aaxlate m ihe Engineering Support � Team.Occaslonalty,onsite troubleshoWnglanelysis may be required.The pRferted order of onsile suppoA Is: i a) The Customar((or asslstance wllh Ne easiest and lowest tirrie�rtstiming activitiw such as prnveroNpower o(�. � b) The local distnbufor. c) Sensus employees or canVacted personnel,If requved to fulfill a contract commihnent. I 2. SupportCaMgodea � 2.7. General questions 2gerdlrg functlonality, use M product, how-to,and requesis kr assistance on Sensus AMR,AMI, RF Nedvork Equipment, Ma�ering Products and Senws LigMlrg Contml. 2.2. PmecUve repoNng end resolutlan of problams. I 2.3. Raec�ve repomng to Isolata,document,and solve ieportetl haNwaralsofiware defads. I 2.4, Responding lo servke requesfs and pmdud chenges. j 2.5. AddressingcuslomerinquirleawRhpdntedorelectron�documentatian,examples,oraddlthnalexplanatlonlcledflcallon. � 3. SupportHaun 3.1. Slendeb SuppoA Houn:Toll-free telephorre support(1�800-63&3748 opibn#2)b available Monday Uru Fdday trom B:OOAM E5T l0 6:OOPM EST.Afier- i hours,holidey and weekend supporl Por Severily 1 and Severity 2 issu�is avaueble by celurg 1-BOOfi3BJ748,option#8. 4. SuppodPmceduies ' i 4.1. Cuslomer lden�Fles an issue or potentWl pm6lem and pl4s Techniql Services at 7-000£3&3748 Optlan iF2.T�e CusWmer Servlce Aasoclate or TechnNal i Support Errelneer wlll submRa Support tickeL �, 4.2. Tlie Cuslomar Servlce Assodate or Technlcal SuppoK Engineerwlll Identiry Ihe caNer name and utllity by the asslgned softxare se�lal number,dty,and state In which tl�e call origlnated.The naW2 ot the pmblem and severlty levels will 6e agieed upon by both paNes(either at tha tlme the Issue is emeied or pAor to � upgrading or damgrading an exLsfing gsue)usi�ihe severity d�nitions below as a guideline.The sevedry level is Men�pW2d inb a su�oR Udcet for creatlon and iesolution proeexsing.Any tlme during tlie pmrnssing of iha ticke4 ff�e severiry level Is chaiged by Sensus,Ihe customer will be updaled. � Sevedry Leveb Desulption: Sevt Custamers produclion system fs down.The syslem is unusable msulting in btal dlsrupUon of woik.No workamund'e araila6le and requtes � ImmedWle atlentlon. Ezample:Nehrork mass ouhdge,all reading croll�tlon devlcas Inoperabk,InoDeraNe head end soNware(e.g.,FlexWare,Sensus MDh�. � Sev2 Major sys�em teaWrefimctlon fa�ure. Opeia6ons are severey r�strided; Nere!s a mapr disruptian o(xro�x, no azcepta6le rrork-erourM ts � avallable,aMfailure iequi2s Immedialeattentton. I Fxemples: Nehvo�c equipment kilu2(e.g. FlexNet Echo, h�zNet Remole, Base Sfatlm transcelver,rn VGB); irroperable readhig dev�as(e.g. AR5�0,VXU,VGB,m Commandl.mk);head eid sollwa2 applkation has hnporlarR Iunctlonaliry rwt arorkhig a�wnnol oeate�poh file fur b��ng � syslem apare�ons. � Sev3 The system Is usable end ihe fssue doesdt ailect vilial overall operatlon. i Fxample:lAror network equlpment fallure(e.g. EchdRe�te false alamis or Base Slatlon transceiver fa4se alarms);head end software apptlp6un � operaMe Eut iapotis a2 not running property,modificstlon of New or some nontAtical Wni9on of the soflware is not runnirre. ! Sev4 Minor system bsues,questlons,new teeWtes,orenhancemeM requests to be mrrected in fuWre verslons. I Ecamples:Minor system issues,generel questlans,and'Hrnv-To"quastions. � 4.3. The Customer SeMce Associate or Technlcal Support Engineer identifies whetl�er or nat Ihe customer Is on support.If the customer Is not on suppoA,the I customer Is edvised oi ihe seMce oplbns as well as any applicable chargas Ihat may ba bllled. i 4.4. Calls are phaced In a quaue tivm which they are accessible to Technipl Support Englneers on a Orst<ome-0rstserve basis.A Nst level Cuetomer Servlce Assoclate mey asalst lhe cuatomer,dependNg on Ihe dMAculty ot Ne call aiM Ihe represeMatNe's technkal knowledga.Technical Support Enpinaers(Tier 1 suppoA)rypkally respondl�asolue the majoAly of calls based on meh product knowkdge and ezpedence.A call hlstory for Ne pe�cular acmum is resea�chetl N note any exlsBng pattem or If the call is�a new report.This reseamh provides the represenfative a basls end understending ot the accaunt as well as any essoclafed problems andlor resolutlons thet heve been communicaled. a. Technlcel SaMces confirms thet Nare Is en issue or pmhlem Nat needs f�uther analysis lo det�rml�re Its cause.Tha fdlowing intarmatbn must be ( mllacled:a de(eiled descripllon of}he Issue's sympMms,deTails on the soflwareThardware pmdud and version,a dessription of ihe environmeM in whkh the fssue aAses,and e list of any corrective action already laken. � b. Technipl Senk�es will check the intemal date6ese and producl defed hacking system,to see it reports of a slmiler pro6lem ezisl,and if any worWng � wlutlons were provMed.If an eMlsli�resolution Is found that will address 1he reported issue,il shell be communlpted to ihe astomar.Once k Is I con�rmed thet Ne issua has been resoNed,Ne fickel is dwed. j c. If ihere Is no knovm detact or supporl Ihat defines the tiehavior,Technical Services w71 work with Ihe wstomer N reproduce the'svue.If Ne issue ran i 6e repraduced,eiMarat Ne cusfomersile orwitlifn support center test lab,Technicsl Services witl escalefe Ne 6cket for fuRher Inyesl�jellan I resolulion. I If tice issua Inwlves units Nat are mnsidered lo be defective wiU no known reason,tl�e representative wi0 open a Speciel Investigalbn RMA Nrough tice I Support system.If R is determMed ihat a sample is requi�ad tor tuMer analysis,the cusmmer will be provided wiN InsWctlons Uat delail where to sentl the producl sample(s)for a root ceuse analysis.Once it is detemuned tliat the issue canrrot be rewNed by Tier 7 resources,Ne ticket wlll be escalate0 to Tfer 2 CONFIDEMIAL� Page B at 10 � O = I o 'rJ' E�ISI..IS 0 suppoA for m�rtnatioMvorkaraunds to resoNe immediate Issue.Technicel Services wW immediately conlact Me cuslomer to advise ot the esoletlon.The 2sponse an0 escalabon tlmes a2 listed In Secfion 5.At Ihis�Ume,screen shols,log files,conflguratlon files,and database Eackups will be veated end atlached lo Ne ticket 5. ResponseandRaaluUonTagets Sensus Techniql Support will make every reaaonable efion to meet the folbwiig responsa and resolution Iargets: � Severity StaiMaN Target Standard Target Resolutlon Resolution(one or more oithe foliowing) I Res onse i Immedlalety assign Uained end qualiAed • SataFactory xrorkamund is provlded. i Services Stafl to wrcect Ihe error on an • P�a9�m patch is provlded. I 1 30 Minules expedtted basls. Pmvide ongolrg . Fiz incorporated Inro fuWre release. communiptlon on the stafua of e , Fix or urorkemund Incoryorffied Into the SuppoM1 �� cortectlon. Koowl e Base. i . Sabshactory vrorkamund Ls provlded. Aselgn tralned and quell�ed Services • Program patch Is pmvided. i 2 4 hours Steff lo cortect Ihe ercor. Provide . Fix incoryoraled into fuWre release. ; communlcaUon as updetes occur. . Fa w wofkamund inaorporated Into me Suppat Knowled e Base. I . Answer to qoestlon Is provided. ' . Saikhc0ory workamund Is pmulded. i 3 1 Business Day 90 6usiness Aays . Fa ar wo�hamund incorporafed Into Me SuppoA Knowledge Base. I . Fbc inm rated In6�fulu2 release. • Answerto question Is ptavided. 4 2 Business Days 12 monNs . F6c or vmA�amimd incoryorated IMo p�e Support ICn e Base. 6. Problem Esealatbn Prucess. 6.1. If the normel support process doas not produce ihe deaiied results,or R the seveAy hes changed.Ihe issue may be escalaled as follows lo a higher level of auMority. � 6.1.1.Savedly 7 issues are escalated by Sales a Technlcal SeMces to e Supeivisor H not resolved wRhin 2 hours;to the Menager�evel If not resolved i wilhin 4 hours;m Ne Direclor level H not resoHed wlthin the same buslness day,and lo Ihe VP leval If not resoWed wilhln 24 hours. � 6.1.2.A customar may escalala an Issue by calling 1-800�638J74B,Optlon 2.Pleese speclty the Support ticket number and 1he reaean why Ihe lesue Is ' being escaleted. �' 6.1.3.In Na evant thet e cusfomer is not saUsfled with tha le�el of support or cantlnual problem wilh Neir products,they mey escelete e gh,en Supporl � ticket lo Menager of Technlcal Services(1-800�6383748,Opilon 2). � 7 Genaral Suppott Pioviaiuns enA Eiclusiom. � 71. A Dell-pmylded Ih�ee-yeer PmSupporf hardwere servim plan plus a 4 haur'Misslon CriticaP upgiade eaompenies the serveAsyslam herdwaie tlwt Sensus � procures on hehalf of fhe astomer.Sensus does not wartant Ihird parly server hardwa2.Tlie a�tomer may�enew the ProSupport seivkz plen directly wilh � DeII.The'De�MasterServirssl�q2emeM'andRmSuPpoAfarlTServices0escriptlon'daumenLsmay6efouridatwxw.dell.mMservkemntreds. ; 72. Sensus procures certain third paM1y software Iicenses(e.g.Red Hat Enterpdse Lima)requireC b operate Ne FlexNeFbased applicatlais on tlie Dell herdware. I Sensus regkters all ihe appticable thiM party soflwere Ecenses In Ihe aslomafs name and ships a0 davmentafion and Ikensing mtoimatlon to Ihe aistaner � wIN Na servec The a�tomer Ls responsiMe tor maintain'ug all Ihird pary soflware Ilcensrs. ' 7.3. In tha event of a serrer herdware failure at the asMmar site,Sensus will proWde repleremeM Sensus pmprietsry soiCwara(e.g. FlexWere)eNher on dlgRal � medla or davnloadable fiom an i�met sAe,as neressary.The metlad of soPoxare redistri6ution's at Seosus'd'saetiou.The cuslomer Ls iesponsible for ro- ; Installing ihe replammeM software.Seiuus finiaAatlon support Is irot mvered under ihis shandard Techn4zl SuppoA pmgram tiut may be pmvl�d as a fee- bazed service. j 74. Sensus pmvides online documenfation for Sensus pmduc�ihrough Ue Seraus User Forum(httyJ/rtryHemelsystem.comlModuleNserlLogln).AO Sereus � customers are prouided eaess to Ihis online da�base,which Ndudes aperdtlon,mnllgu2Wn and lechntal mamials.Sensus also hostr periodic user graup i telecon�erences to facilihte the inkrcharqe of pradtid ideas,producl endancements,antl overap wstomer ezpedences.The customar shell provWa nemes ! eM email eccounb to Sensus so Sensu.s may provide access fo the PoAaI. I, 7.5. Specielized suppaA 6om Sensus is availabie on a fee haals lo eddress suppart issues auLside the scope of Ih�support plan ar if not covered under anolher I specilic malMenance contracL For example,specief¢ed systems integratlon servlces or out M wartanty nelwork equipment repalr tliat 6 not wvered under a � separate malntenance contract � I I i i i CONFIDENTIpL� Pape 10 oF W � I Aulomebd Moler InrcaWuoM1ne ByUmt H��omwA uxl Bwbu ConYm1 Bolwoan:4Mly olAnbprn end P.ryuwn ATTACHMENT "D" Project CP1317,Water Meter&Billing 3ystem Improvements, Contract No, 15•11 CONTRACT SCHEDULE City of Auburn and Ferguson Waterworks AMI Deployment Proiect $chedule To Be Provided Wi4hin 30 Days of Sl�ned Contract 2015 2016 2017 Task Name Start Finish :Au Oct Nw Dec Jan FeWMar Apr Ma Jun JW A Se Oct No ec.lan e M r�Ma n O r Contract Negotiatiore Complete Mon 8/77A5 Mon 8/17/15; 0 8H I and Contrect Signed � , Notice to Proceed Tue 8H6/75, Tue 8/10/15� 0 811 • � Project Management Kitk-OT/ Mon 8l24/15. Mon 8/24l151 8! Meeting Order Lead4ime for Colkctors, Tue 8/25/15 Mon 10/5/75! I Meters,RatlloS,and Soflware i � � LogicSoftware Integration& Tue 9/1/15, Mon 10/12115i Installation I Coliectow SRe Preparetlon and Thu 9l3I15� Thu iN1H5l Installation Sensus Validatbn MeeHng Thu 9Y24/15 Fri 9@5/15 � ; Phase tLarge Metere S DIsMU 5 Mon 10/5/15 Thu.72/2M15 InsWllation PrerequbiteSoffwareTreintng Tuei1/1D/15 Wed'11/11/1. ' � Software Treining Man'11118I75 WeA 11/18l1 � � i Radio InsWllation and Field Thu 11/19I75 Fri 11I20/15 � j � Programming TreiNng, j i Phase ll-DlsViat 1 8 3 Mon 1%M18'�, Thu 8l&76 Phaselll-OisUic[48�2 -- I Tue113/1T Fri9/&17 Provide Sensus Manuals Tue 11l24M5 Tue 11124%15 17 Cbseout Project Thu 12%14N7� Fri 72/15It7 I 1 Task InectiveMileslone ________ Fimsh-only �� Split ,�, ,�����.���� InactNeSurmnary .�„�� Extemel7asks W MBestone ♦ Manual�Task _ Extemal Milesbne � ProjecC AMISchedule3 ' Summa Da[e:Tue7/28/15 �' �� DuraUon-oniy .����,� .�����„ Progress ' 'Projea Summary � Manual Summary Rollup O �eadline b Extemal Tasks ="ta.=���� �ummMaa Momr mtrnnwtr�ero.nEq�lvmemw EaN�a caxmt BOMuan1 Cly al�W un md PapYwp ATTACHMENT "E" Pro)ect CP1317,Water Meter&Billing System Improvements, Contract No.15•11 EQUIPMENT WARRANTY � i i I Sensus Limited Warranty G�800 R18 I. Goneral Produot Coverage mmllped a 6y�equeal fiom 1-004METEft•R, fa Avany(20)yaero Irom Ihe dele ot Senaus USA Inc�("Seneusy wartanls Ils produc�a antl porls lo De free Irom de(ecls In Serieus ehlpmenl Tho IPERL 5yslam warreny dooa no!Irdude be e¢lemel haueing. meledal enp workmonehip(m ane(1)yoor Gan Ihe dalo ol5enein ihlpmont anJ ee ��.�yalwaa. sel lonh nelav. All produats are ealtl a cuswmer CCdsromer�p�uauem to Sensus' - of tl�e BR,SR II and PMM In bolh elnnderd and low bed allry melere ere wa�rented lo Terms ol Sale,avoll�ahie oc M�pJleaneueoomlfG("Terme o�sa�e7. p��e trom defecle In metazlel a�wodnmenehip kr wenly.Nye(26)yeers from Ne II. SRO�andwouSTRE1lN""61A",J14"e1"Meroro. daleolSemuaddpmant.Ci�m�IleandE�coeledmalnaeeeewplbefreefmmdefecle are werrented b perfarm toAWWA New Meler Aaaurecy Slerdarda fa five(5)yeare In ma�del end wakme�hip fw�fken(15)yeen han Ihe dale of Serwue ahlpmenl. Gam IAe dale d Sensua slYpment or un01 Ue ragle�ue0on elpnn 6elpw,wMchever pG Soneiro"VJ"Serlee Tu�do MoWn,OMNI'"Mouen md Wopaller Nblere. amure A�al Senaua lutlherwertenls Umt Ihe 5R II meler MMI perbrm belleestAW4VA are werrameG a perlarm lo A1YWA New Meler Accurery StantleMs ia aee p)year Repalred Meter Accureq Slandarde(or flfteen(i6)yeare from Ihe date of S�neue (rom Ihe Jale d Seneus ehlpmem. ahlpmenl a wlll Iha reglatretlon ahavn below,whla�evar aocure�rsl: NewMelerAccuracy RepelrMaletAawrecy � Senow�oouRGqOTMNotaa_ are werraNetl a Oe free Rom tlafecre In me�a�lel unG workmenshlp,untler namel 61B'SR II Meter nnd 6pp�pp0 ge9one 1,800,000 palbne ��aeiv�e,fd18 montl�e from tl�e date of Sensus ah¢�menl ar 12 monlhe hom eccu57REAM Mekr eledup,whlchever apcun Hrel. 3l4'SRIIMeterand �fip�ppp9ellone 2,260,WOgalbne � $enimReglawn._ aauSTREAM Meler Bfe WBR811IBfI 10 EB IfBB Gqll dB(BCI6 Ifl f119�BfI0I CIIfI WOIk1lMehiP h0111 IIIB tIBtO 1'Sft II MaWr end IN Samus shlpmenl fm Ihe perlods stalad hebw or untll Ihe eppticoble replslmllan eaa6TREAM Mele� 1,000,000 petlone 9,0OO,ODO galbna fa AVJvVA Repehed Matar Axurecy Stendarch,ee eel hrlh e6ova,are euipeeaed, whichover acwre��aC IY. SRm W8",Jl4"&7"OAaon.... 6/8'ihru 7 SR,SR II,PMM,accusTREAM ers warremad m perfarm lo AWWA Naw Metar Accuracy Siandnrds lor ane(1)yaer StmdaM ReA��e�s 26yeare Gom Ihe dole af Seneus ahlpnenl Sermua furlhar werranle thol Ihe 6N" 3l4'end 1' �p•�hm Y SR,SR II,PMM,eccuSTREAM SRmeterwillperfambafleea�AVJWARepelredMeterAaourecySlendorde(wflAeen 10yeare I (75)yaere Iram Ihe dnta of 9eneus ehpmenl a unlu Ihe reA�Ue�on eMrm helmv, EnooderReplelaa i whidieveroccure�ret: ElaotionleCommmkatbnlndex(ECq 10yeare � Repelr MetaMcc+irecy pp HSPU,IMP CoAladar,R,E.R,Elea ROFI 1 year I 518'6RMa�er 1,fi00,000pallma SfaideidetidEnecdeiRap6lerefoe"W'Tuibo � � � 3/4"SR Meler _2,26�,000 gallane nnd Prapelkr Malers ���� I 1'SRMeter 3,000,OOOQelbne OMNIReplslerwlfhBatlery t0yeers � N �l41@°8Y"Mehro., Np, Sm�ucdeOVleMmoro. en wartedad ro pedam W AWN'A New Meter Accurary Smnderde fa ona(1),year are wartentetl m be hea from tlefecls in meteAel enG woMmanahlP fa one(7)yaar kom ihe'date d Senaus ehipmenl,Seneus NMer wertenla Ihet Ihe 1�117 end 7 SR (rom tFre tle�e d Sensus ahlpmom Spnre pule eM compo�renu ero wartniuetl m be maler w81 penform W ffi leaet AWWA Repeked Meler Accureay SlarvJarde(or lon hea Ram defecls In malerlel entl warkmenshlp Iw ore(i)yearhom Ufe date of Semm� �10)yeare(rom Ihe de�e ot Seneus ahqmenl a unll lhe re�eVetlon ahown belax, aWpmem whlcfiaver occure�reY. Repelred a reN�bished equlpment repalred by 5enaus la wartenled b be Gee fram RepNr MelerAccuracy daFeclo In maletlel end waknenehlp fa nlne�(80)c�ye kom�ha�fe of 3enaus �,��Sp���. 5�ppp�pppAqg��p shlpmenlor,falhatlmeremalnlnponlBewlglnalxmrrenlyperlod,wlJcNevarlelonper. 2 SR Meler B4O W,000 aa�one Xltl.BoliarlaR IPERI Sy��om Camponoma,pMR end Flm�NeFM Sysmm ANI IMONaoe V. PMM11mB18",314".1"Molort. Dovkae.. sre urorremetl lo he hee from Aafecls In moterlal and woMmonshlp han lhe dale ol era werrenud to pedam�o AWWA New Matar Accumcy SmndaMe fa ane(1)yeai Sansus shlpment for�na perloU swied beiow, Ran IM dale of Seneus shlpmant.Sareua futlher warrenle Ihaf ihe 6D" 3l4",and I'PMM meler wlll perhrm fo nl leael AW'NA Repalred Melar Aaurecy Slandardo fa Elecironh TouchPeds 10 yeare Glleen�15)yeere Gnm Ihe dele of Semua shpment or w91 tlb roaielralbn ehavn _ _ balow,wfilchever occurs Ilrel: RadoRaid'MXU(Madel 606C,610R a 620F2) 20 Y��, RepalrMoterAcwiracy entlBalterl�s - - 6(B'PMM_ 1,600,OOOAellane Acl-Pek•InswmenaYon lyear 9!4"PMM 2,o00,Wopallone TotwhReaA'CouplerandAMREqulpmenl lyaor ��pry�M 3,000,000 gnllone � FIaMJeI Nlefer ar Oee SmeuiPolnlTM Modulae and t3etladea 20 yeere' VI. PMM1.112",2"Moaro. HqndF{eldDovlce iymr nra warmnted lo peAorm lo AWWA New Meter Accurery Slondorda lor ane(i)yeor Iroin Ilie tlete 6f Sanws s6lpmenL Seneue furthar wnrrants Ihel Ure 1•1/2',ena 2' VehWle Oalewey Basa SlMlan 1 year PMM ineler wlll perform b el Ismt AWWA Repehed Meter Aocuraoy Sterderda br FIe�Glel Beeo Slalicn QnoludlnA Ihe Melio arid M400 bace alethne) 1 yeer bn(10)yeero Gan Ihe dela af Saneus ahlpmanl or unlp Ihe replelmdon ahown bdwi, Eaho Traeocelver 1 yoa x7iicheveraccuro�rsl: . _ ._ _ _ . . _ Repplr MelerAcoureoy %III.�avale�,IPERL Syslem Componom;AMR entl FlaiNel'"SysMm 11M111 Mlaeleoo Ueviam. (oontlnuod) 1•11Y PMM 6,000,000 gallona . _ Remob TreneouNer 1 yaer 2"PMM 8,000,000 gellooe ICort4aM FIetlNel EIeclAdy Sm�riPolnl Modda 1 yeer VII. IPERLTMWo�xMamgomomSysWms. IPERLSyelemBel�ry,endIPERL8yelemCarponenlo 20yeere" tlret repislerwelar Ilow are warrenfad lo per(arm lo Ihe accurecy levela ael fafh In Ihe Reeldenllal Eleclionlc Regleler � 20 yeare' IPERL Water Menegement Sysleni Dele Shee1(IPL•110),evallable al wrrw,aeneue. (conpnuea) .r..,, ... e _ . sensus Sensus Limited Warranty 'Sensus wlll repelror replaae Iwn-pedarminA: a sackel iM1el Is not IuncMlanal,ar Is nM In sefe opemlMp cantlltlan,or le dnmaped a � RedloReed6 MXU(Model 609C,610R end GLOR)and Belletlea, le In rwed of repuir; lamparad wIN;modAod a ropelrod wlfh pMa w eeaemNha nol � FlaxNet Waler or(dea SmerlPdnl Modules(aorYlpured lo Ne faclory eelllnp of elx �rl�ed In wdlh0 b/Seneue,viclWlnp wI11wN Gmllellon,oommunkalbn perle end aaeembiea;imprapery modNed or repelred ntwluding ee e reaup of ma9fioetlone vanemleslans por Jay wuer namal syslem opareYon ol up lo one tlemend reatl w reyWretl�by Senaus);oomenea,auereu;damagotl;reotl by equlpment nM apptovetl aach SmadPolnt Madule par man�i and up to Iwo ikmwaro dvxdoeda dudng Ihe Ille by Saneus;Iw weter matere,uned Nllh eubacnpcee olher Ihen welm,uaed wltl�non• of uw protlucQ end bel�mlus, patable water,cr ueedwAhweterlhal conteln��tln,UebAs,deposlU,u dhmlmpiul�as; � RealdeMlelEleclronkR�istarwllhhaudyrea/k suWacted lo mleuae, pnproper s�mepe, Improper cero, Impropm melmunmce, � IPERL Syelem Bellerke,en�Yoi fie IPERL 6ye_lem�owtube,Ihe Ilow aensing end a Imprcpar parbdb hallnp(cokeclNey,'Fxcep�one..'), If Sareue klentlMa em dak praceeeing eeeembllae,aod Iha regleter('IPERI Syet_em Canp'onenle7 wllh ExcaplMne dadnp e�aminalbn,kaibleshoallnp ar performinA eny,lypa of supporl IIWfN/f08O8 B�IpC081IOf�}IB IIfB�(811�'IOJY08(9I10111�IIB EdI90(SB�BIW ell��man6 ���u ol Cu�omer,thBll C4elaf11B1'ehBll PBy(IX eMIOf fBI111bYl80 SBf161I510f and for 6a romalnlntl lan(10)yoaro,et a prarelad parconfage,epplled lavaide all mtpnnero incutted by S�eus In exetnlNnp,Yauhleehoa�ng,perbrming euppat ihe pub�ihnd Il�t pAcey In eltac!la tha yeer produU b ecceptetl by Seneus under aolNllbe,repelrlrg or replecing eiry Equlpmenl fhel aetls�es ery of iha Ewceplbne wwmn�y oaidWom occardNg to u�o tdlowlrg adioduh; deBned ehove. The above wertenliee do nol appP/In Ihe evenf�af Fwce Ma�eure,ea deAned In Ne Tarma d&ale. Yeas ReplecemenlPdce Yeas ReplacamenlPrke h{� WARPAMIE9&ET FOfiTH IN THI6 SENSUB LIMITED WARPAMY AF€ �.�p pg� �p fiy,y THE ON.Y WARRANilEB OIVEN WRH RESPECT TO TFE 0000.5,SOFTWARE 71 30% j7 gpo� LpEN3E8 APD SERVICES SOIp OR OTHERWISE PROVIUED 8Y 9EN3US. SENSUS EXPRESSLY OISCIAIMS pNY AND ALl OTHEfi REPRE6ENTATIONS 12 369� 10 86'% APD WARR�NTIES, INCLUDINO WITHOUT LIMITATION, WARRANTIES PS 1� 40°h �e 7� TO FITNE6S WR A PPRTICULAR PURPOSE, WERCHANTABILIiY, NON• INFRINOEMENTAND TITLE. 74� 45°h 20 76% SENSUSASSUMEStS�LIABLITYFORCOSTSOREXPE�ESASSOCIATEOWITH 16 60% >20 �pp4� LOST REVENUE IXt WITH TF�REMOVAL OR INSTALLAI'ION OF EQUIPA�£M'. Note:SoAwore suppNod antl Ikensed Dy Seneus le warcaMed eaord�ln la Ne lerma TFE FOREOOINO REMEDIES APE CU6TOMER'S SOLE AND FJfCLU51�E A REMEDIES FOR THE FAILURf OF EOUPMEM, UCENBED&OFiWARE OR ol lha epplkode sonwere Ilceree agraemenG Sensue wercenp Ihel nelwak eM SERVICES TOCONFOHM TOTNEIRRESPECTI4E WARPANTIES. maN�oAnp seMcea shell6e pedormed In e protaeslonel nntl rJarkmenlike menner� pV.Rowmm 1M.LimBtllon al Llohlli�y,. Sensus'abllgallon„and Cuataner's exclusNe remedq,urider Ihla Sensue Llmlted UN�DER,'OUT OF�ORTENIREILATION TOYTFd3 AOREEh1ENT,RS PEOOTIATION Wercamy la al Senauc'opion,�o eliher W repelr a replxo U�.pratlud,proNdetl pp�pRMqNCE, BREACH OR'fERMINATION (p(JLLECTNELY'CAUSES OF iho Cuctomar(�returns Ne protluci ro Ne ioeeUon Aeslgnaretl by Senws wltltln the qCTION')SWU,L NOT IXCEEO THE TOTAL AMOUM PAm BY CU&TOMEFt TO werremy pedod;aM(U)prepaysNe freight coau bom a aM u�om such bcallon;or hl) SENSU6 UPIDER THI&�AOREEMENL THIS IS SO WHETNER THE�ChU6E3 OF tlelivei replecemenl componenu ro Ilre Cualomeb provlqed Ne Cuemmer Installa,et ACTION AF�E IN TORT, INCLUDINO,WRFIOUT LIMRATpN,NECLIOENCE Cft Its cosl,audi com�ronenla In ar on Ihe producl(es Inel�ucletl by Sarsus), gTItICT LIABILITY,INCONTRACT,UNDERSTATUTE OROTFIERWISE.� The relum ol produole kr vrerrenly clalme musl fdlaw Seneua'Relumed Meledeb AS A SEPARATE AIJD IM7EPENDENT LIMITATION ON LW91lltt, SENSUS' AuNorizallm(FiMA)praoeduree.Weler mekr relurne muet Inoluck daoumenletlon ��qg��17y 6FW.L 6E LIMITED TO DIRECT DAMAOES, SENSUS SH4LL NOT AE al�he CusmmePa test rewlls,Tesi resWta must pe ahtdnetl mmrAlnp lo AWWA �wBLE FOR; (q ANY INDIREOT, INCIDEMAL,3f'ECIAL OR 60tySEqUEMIAL aandoida ond mun�epedry the metar aedtl number. The lael iemilw Mp nol be valld DAMAOES;NOR(II)ANY REVENUE�OR PROFITS LOST BY CUSTOMER OR IT6 II Ue meler Is faund la conleh foreipn moteAale. If Custaner chooses nol lo lesl�e AITILNTES_FROM ANY END USER(9), IRPE&PEOTIVE OF W!#THER SUCH Sansuswalnrmaarpdor�orolirning61o5omeua,5omuewilrope6aropkoell�e LOSI' REVENUE OR PROFITS IS CATEOORIZED A3DIRECT"DAMAI3ES OR meter,at Senws'opilon,a6er Aie me�er hae Cean teated by Sereus,The Cuslomer OTNERWISE;NOR(II1)ANY INpUf COSTS;NOR(N)MANUAL METER READ wlll be clwrged Seneua'�han cuirem�eetlnp lee.Sereire SmanPoYite modulee and WSTS AND EXPEN5E5;NOR N)DAMAQES ARI31Id3 FROM MAINCASE'OR MXU's relumed musl ba etllxed wllh e canpleled relum evaluetlon lebel. Fa ell BOTT,OM PLATE OREAKA4E CAUSED 8Y FREE21N0 TERFNERATURES, rearne,Senausraserueslhadphlmrequeslmelarread�ingrecardsbysedolnum6er yyATERHAMMERCONDITIONS,ORFXCES5IVEWATFRPRE&SU2E: 9N�OUT avau�mawaRamyclalms, COST3'MfANS/JJY COSTS AP�EXPENSES INCURRfD BY W6TOMER IN Forprodudelhalhavabecome3scontlnuedwobeo�ele(ObedalePraddcl�,3enaue TRANSPOR71Na0000.4.8E1'WEENITSWARE}10U3EANDITBE�DUSER'&_ mry,el Ila dlsorelian,repleca such 06sohle Prodool wllh a dlfler'ent produot madel PREAqSES AND ANY COSTS AI�EM'ENSES INCURRED BY CUSTOhER IN ("Nmv Produu'�,provlUeA Ihnl llie Naw Protlucl has eubebnlloAy aYnllor feaWres na INSTALLIN�, UNINSTALLINO AND REMWINO GOODS, `END USER`MFANS Ihe06edeleProducl.TheNexProduclehellbewerrenledeeselforlhlnlhlsSensue ANY EPD U6ER OF ELECTRICITYMIATERKi4S THAT pAYS CUSTCMq3 FOR UmlbdWarteny. � THEWNSIAdPTIONOFEIECTRICITYMlATEWY3AS,ASAPPlICABLE. THIS SECTKKJ XIV SETB FDRTH CUSTOMER'S SIX.E REMEDY FOR THE ThallmlwllonsanilaUUltyseilaU�IntltlsAgr�e�nemweNntlemnnlellntlucemenlelo FAILURE OF TWE PRODUCTS, SERVICES OR UCENSED SOFT�WARE TO Senws erne�lnq 6to�his ApreemeoC 7hey apply uncondllonelly anE In ell raspecls. CONFO(YMTO TFEIRRESPECTNE WAR�RANTIES. They ero to be Inlaqxaled broadh/eo ae to gNa Semue Ihe maxlmum proloodan X0.Woqenq EKaopllona dnd No hnplloa YVermnUo� peiminbtl ueCdr law� Thle Sancus Llmited Wertenly ddes nol Indude coete tor remwel a Incfahlepon at Ta ihe maximum w�lent parmilied by Imv,no Cauae of Aallon mey 6a Inellluled by protlucie,a eosts fa replecemenl IeCor oi mmerlels,whlc�ere ihe responsWlGly of Cuetomer agal�ret 6enaue moro than iWELVE(12)NANTFI3 aRx Ihe Oauee of tl»(Yiafaner.The wartantlea In Ihlc Seneus llmNed Werrany do nol ep�y b gox4 Aallon�rel aroaa. In Ihe calculallon of eny domeaee In a�ry Cauee of Acllon,no Ihel lieve Unem Inslelletl 6npopody or In noo-recommentled Inelallallane;Inew0e0 w demo8oe Inourcad mae ihan TWEWE(1�MONTH6 prlor l01he nling of Ihe Ceuse ��- o1AcUonahepBereoovereble, 8801 SI%fotks ROaU,SUlto 7D0 � Ralelgh,NC 276�I5 ��^C�� i�800�838�3748 1 1 rl Aubmaled Mabr InbesVua4re System Equlprtenl and&arvlwa Contrml BelwfeiY.Clb M�u6um enE Feryueon ATTACHMENT "F" � � Project CP1317,Water Meter&Billing System Improvements,Contract No. 15-11 I INSURANCE CERTIFICATIONS AND ENDORSEMENTS I � i I � I ii � � , , I I Page 1 of 2 * Search > WESTCHESTER FIRE INSURANCE COMPANY WESTCHESTER FIRE INSURANCE COMPANY General I Contacf I Licensing I ApPp�ntments � Complamts I Orders I Natmnal Info I Ratmgs � Tax Filings Back to Search General information Contact information NBllle: WESTCHES'fER FIRE INSURANCE COMPANY Registered address Mailing address COI'pO�at@ fBMll�/ g�OUp: ACE LTD GRP wnao�s 436 WALNUT ST PO BOX 436 WALNUT ST PO BOX ���s' 1000 1000 O�9BnIZatlOtl Yyp2: PROPERTY PHILADELPHIA, PA 19103 PHILADELPHIA, PA i9103 WAOIC: zs Telephone Telephone NAIC: 10030 907-263-0200 907-263-0200 StBtUS' ACTIVE Admitted date: 0�/o9/i97a Ownership fype: STOCK ^back[o[op Types of coverage authorized to sell wher,srn�=� Insurancetypes Casualty Marine -'---._..._._..._.__...._.._. Property Surety Vehicle ^back to top Agents and agencies that represent this company (Appointments) w�a��=���_> View agents View agencies ^back ro top Company complaint history whar�s�n�=� View com{ilaints ^back to[op Disciplinary orders 2008-2015 wna��=«=> rvo dlsclp!lnary arders arc found The orders posted here are unverified eledronlc dupllcates of the officlal orders actually entered. To be ceitain you have the o�cial verslon of the order as entered, request a hard copy fram Renee Molnes at 360-725-7047 or emall Iegal@oic.wa.gov Looking for other orders? Our online orders search allows you to search a ten year hlstory of all orders, including enforcement orders, administrative orders, and general orders. ^back[o[op Premium tax filings by tax year wha��=�n�=, http://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=25 8/17/2015 Page 2 of 2 2014 201'3 2012 2011 2010 ` ^eack tn[op National information on insurance companies Want more informatlon about this company?The NAIC's Consumer Information (CIS) pa.ge allows you to retrieve natlonal financial and complairit info�mation on insurance companles, plus has informa[Ion and tips to help you unilerstand current fnsurence issues. ^back[o rop Ratings by financial organizations The following organlzatlons rate insurance companies on thelr financial strength and stabillty Some of tKese companle"s cfiarge for thelr services. A.M. Best Weiss Group Rafin�s S[andard and Poor's Cor Moody's Investors Service Fitch IBCA, Duff and Phelps Ratin s ^eack m rop http://www.insurance.wa.gov/consumertoolkibCompany/CompanyProfle.aspx?WAOIC=25 8/17/2015 Westchester Fire Insurance Company - Comp"any Profile - Best's Credit Rating Center Page 1 of 2 Ratings & Criteria Center �QWelcomeBackJOAnneAntlercenMVMemberCenter�LoaOut Regional Centers:Asia-Pacific�Ganatla�Europa,MiEtlle East anE Atrica�Latin qmerica�MENA 8 SCA Home�About Us I Contact Us I Sitemap RaBng Seare�:O Seaicn »Ativancetl Seeroh �Atl lo Bes e RatingsBCrltorla � � P���� .Rahng Praceas antl Defin�dona+ ,__ i Methotlology t �Cra0ltRatlngRaleesea+ Westchester Fire Insurance Company �� .cei e cremi aae�a �BBbPb SpBGeI RBpOf18 A.M.Bnt Y:OOJ36! NAIL t 100]0 iEIN Y�Y300A063t •AEtlBeaYaCrotlitRahnge5eerch MaI11ngAEdrosa ViewAddHlonalAdtlresslnfortnallon �— 'I TOVdur Ska P O Box 1000 Assignetl to a�y � .BestMerk WrSecura-RateE Philetlelphie,PA 19106 i�insurance •Be1i �� Inwmri Companies k, �� v Unite45Wtes ��thffiha�e,in I •Cantad an Anelyat �ou�opinion,a supatlor ebiliry to � .AweNeanEReco9�ihons WSD:www.eceusa.com meetMaironBanB�nsurence i NewsBAnalysis � Phona:21SB10-100U �oEll etlona 9 � Produeta65ervicn � -' Intluatry IMom�atlon � Basetl an A.M.Basfs enalysls,058303-ACE Limited Ia the AMB UI[Imate Perent anA ICentlfles the topmosl enfity ot Ihe rnryorele Corporate r sWcture.ViewalislofooeraUnalnsurdnceenOtiesinMissWcture RpulatoryARalra . BesPSCredi[Ratings " " ` ' -- ' Support3Rssourcm � Fhuncul5[nn NRatln_VlewOaflnklon B�aC�CnCkRetin An�l ,t e--- -s — °--Y`------- Conferencea entl Evants � �UnB� A�«u(Superior) RetlnO�ssuad by:A.M.Best Company,Inc. — At0liatlon Cotle: B(Group) Senior Rnanoial Anerysk Danan Ryan Finda Besi:e Credn Ral�ng Finenelal Sixe Cetegory: %V(E2&Ilion or Orealer) ���e VresltlanL•Micheel J Legamenino,CFA,FRM EMeraCompanyNeme � �mP���atlon: Negative � � � .Ativerwetl5earch Aot1one UnderRahew DlsaosuralnlormaHon ERecOve Drte: July 02.20'I5 Initlal Ratlny DeM: June 30,i W3 � �awA.M.BesCs Rahna DisGosure Form �0.M.Best Ratlng SaMces _ C��a���tQ��p�� Lon Term IsaurtCnEkRatlno .VlewOaBnttlon �� q M Basl Places Ra�lnas o(ACE limltetl antl lts Lon9-Tdrtn: ea+u � SubsltlianesUnEerRevlew4'h1�Neaalivelmolicafons Implicrtlon: Negalive July02,2075 Actlon: UnCx ReWew Eftactive Dete: July 02.2015 Initlal Rating Date: Augus116,2005 u oenoto u�ae,ae.ir,e��s rxs i�o Ra[ing Hislory A M Best has provitletl raUnOs 8 anaysis on ihis wmpany since 7913 antl it has receivetl Sacure Financiel SVengM Retin85 every year Cunng 1he most recent 5 year histodcal penotl. FlnmclN Stren M Lon -T�m�IeauerC�atl El/activaData RatlnB �activaDab Ratlnq 7/22015 A+tu 7/2/2015 aa*u 4/30/2015 A++ q/302015 aa+ 4/11/2014 A+t 4/112014 aa+ 8/142013 A+ 6Hd/2013 aa &172072 A+ 8/12/2012 ee 8212011 A+ 6/27/20H es Repor[s antl News Vlel[6eeYs Nev:s antl Maye�s s�te br t�e latest news antl oress releeses�or this company enC its A M Best Group (� AMB Cratlk Reoort-Indudes Bes�'s FlnanGal S[renpth Ralinp antl�ahonale along witl�comprehensive analy�lcel Y_� commentary,Oetalled business averview an0 key inanaal tlata. RepoM1 Revlsion Date.7/2Y2015(represenls Me laleal vgn�ficenl change) —� Historicel Reports ere avallable In qM8 Cretlit Reoort NUrve �P } � BasCs Ezecu4ve Summary Reports(Financial Ov6rviav� avalable In thrce ver9ons,Ihese preaenfation sryle reports l�� Malure balence sheet,incoma slffiement,key OnenGal pertortnance tests Including pro(tabllity,Ilqultlity anE reserve analysis. DaW Status:2015 BesPs S�alement Flle-P/C,US Cartalns data eompiletl as W 8/1</2075 oualllycroascM1xkea SlnaleComoenv flveyeareotfinantlaldataspedficellyanMiscompany Comoarison siAe-by-sida financisl analysis of thrs company vrilh a paer proup of up to five other companies you selacl CamoosRe eveluete Mis company's flnencials aBainsl a peer proup wmposite Report tlispleys Eolh Me aver&pe antl total composite ot youf seledad peer group. BesYs Kev Rat'na Gu'de PresenWt'on Reoort inGutles Besfs Financ�al StrenB�Ralinp antl fnancial data as provlded in s}the most currenl etlll�an of Besfs Key Ratlnq Guide produds.(Qualiry cro�e cneckea) Financial antl Analytical Products � BesfslnsuronceReoorts-Onl'ne-P/C US&CanaEa Besfs Kav Ratina Gmtle-P/C US 8 Canatla http://www3.ambest.com/ratings/entities/SearchResults.aspx?A1tSrc=9 8/17/2015 Westchester Fire Insurance Company - Compariy Profile - Best's Credit Ratirig Center Page 2 of 2 BesPs Slalemenl File-P/C.US • � BesCs Ezeculive Summan Reoort-Comoadson-ProoeM/CasualN Besfs Ezecul ve Summarv Reoon-Comooslte-Prooertv/CeeuaM Besfa Statamenl File-GloOal BesPs Reaulatorv Cenler Maticet Share Reoorts BesPs Slate line-P/C.US e s o 0 1e h esa tl e ns BesPs Insurdnce Emense Exh bit(IEE7-P/C US Besfa Schetlule P(Loss Reservesl-P/C US Besl's Reavlatorv Center Besl's Schedule D(Coroorata BonCsl-US Besfa Schedule D lComman Stocksl-US BesTs Schetlule D(Muniuoal BanCsl-US Besfs Schedule F(Reinsurance)-P/C.US Bes's S � T " v sMen�s P/ 8 LIH Besib Schedule BA(Olher Lona Tartn Investmenisl-P/C&VH.US Europsan Unlon Dleclosuro� A M Besi Eumpe Retlnp Semcea LImiME(AMBERS),a auEeitl�ary of A M Ben1 Compeny,is an ENemel CreEit Adeeesment InshMian(ECAI)m Ne Emupean Union(EU)Thare(are,credl� retlnps IsauaC by AMBERS may Ea useE br regulebry puryoaes in tl�e EU aa pe�DlrecUve 200&9&EC Austral4n Olse�oaurn A M.Beal ASIaPecMc l.imke0(AMBAP),Australien RegislareC Botly Number(ARBN No 1503]528]),ia e Ilmttetl Ilebliiry mmpanY inwrpmatetl antl tlomialetl in Hon9��Y�AMBAP in e w�olesele Aushalien Fnancml Serncen(AFS)Llcence�o1Eer(AFS No 411055)unCer the Caryoratlons Act 2001 CreElt ratlnps emanetlrq hom AMBAP�are not iMentleB for antl muat nol be ElsMbutetl�o eny persan in AuaValla Wie�ihan a w�oleaele Glanl es tlaflnetl in Cheptar]af Ihe Caryorahana AeG AMBAP tloea not euMotlie I�a Cretll�Ratlnps M be disaeminetetl Ey a tltlN-paM1y In e menne�Vie�wulE reaeanaby Ee reqartlatl ee bein0��tentle0 to Inlluence e reteil Glent in makinp e Eecielon In relatlon to a patliwla�pmtlud o�class of Mendal�pm0uct AMBAP Cretlit RatlnOe are mGntleC fo�wholeaab GIaMs only,as tleAneE Crotlil RaOnB�tlatamilneE antl ElasemitulaC b/AMBM ere ihe opinian ai AMBAP onty antl nat any apeafic vetlk enelyst AMBAP Cretli[Rehnps are sWlementa of opinlan anE not etetemeMa M hct They are no(recommentlatlons to buy,�altl ar aell eny sawn0ee ar any oNe�fortn ot finanaal pmtlucl,indutllnp insurance politles antl ere not e rewmmenEe4on to be uaetl b make inweMenl/purtl�avin0 tleuaiana ImpoRaH Notica A.M BesCe Ctetlit ReOnBa are InEepentlant enG abfachw opmmna,not alatemanb ot fad A M Beffi ia nol an InvmM1nent AOviso�,tloes rwt alfer Invasenent eEviee ot.any kinq no�tlou ihe campany o�Ila Ratln9s Melysfs olter any brm ot aVucWnnO o�finanGal atlNce A M Bas�b creErt opinlons are not recommenEehom la Euy,eall or holE eearNee,o�ta meke eny olhar m�eaiment tleuslonh for aOEldonal Inkrmdtlon rbpaNinp ihe uae anC limlte4onn of cretllt rotlnp apinwns,e¢weli as Ne ietlnp pmceds,mrormahan requlremenb mE olber ratln0��ete0 [erma entl tlaAnlllona,please view{lnEerstantlina 9eefa Crotlit ReYnas Customer Sernce I P��ud Suppoh I Membe�Cente�I CaMetl Nfo I Careers About A M Besl�Sfta Mep�P^vecy Policy�Secunly�Tertna M Ose�LeBelB L¢enalnp CopytlpMm 2015 A M Beet Company,Inc ALL RIGHTS RESERVED A M Bast Wo�TMEe HeaOquarters.AmCert Roetl,OIEwIG,New Jersey,08858,115 A http:/Lwww3.ambest.com/ratings/entities/SearchResults.aspx?A1tSrc=9 8/17/2015 �AC R� oarerywoom^rr� � CERTIFICATE OF LIABILITY INSURANCE p8qe � of 3 OB/17/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIPICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE�POLIdES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTtTUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESEWTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT Hthe certiflcate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,-subJect to the terms and conditlons of the poliey,eertain policies may requlre an endorsement.A statement on this certificate does no!confer rights to tFie certiflcate holder In lied of sueh endorsement(s). PROOUCER CONTACT W11118 Of M6ry16nd� Inc. PHONE 610-9 '�- F� 610-254- 600 c/o Y6 Century elvd. P O. HOx 305191 E-MAIL Cei'ClE�C8tB �Vi11S1B.COID NasLville, TN 3733U-5191 ' INSURER(SpIFFORDINGCOVERAOE _ NAICM INSURERA.�ntioanl IIaion Fire Iae Co. of PStCeDurg 19465-003 INSURED aezguson &aterpsieee, Ine. and Subaidiariae iNSURERe.pational IInioa Fire Ine. Co. of Pittaburg 19465-.000_ (See littacLed Nemad Ineuse8 SChBdule) INSURERC:�>ti0681 Onioa Pire Ine. Co. OY Pittebuig 19445-001 iZ500 JefEereon Avenue . Newport Newe, VA 73603 INSURERD:New Hampahire Iaaurance Coaipany ]3841-001 INSUREHE. _ INSURERF._ _ " __ _ ' " _ - ' __ " _ "_ ' COVEftAGES CERTIFICATE NUMBER:23466896._ REVISION NUMBER:9ee.xemarks. 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 RE�UIREMENT,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, EXCIUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 7ypE0FIN3URANCE.. �� $�B POLICVNUMBER POLICYEFF POLICYE%P ��MAS j+ .CONMERCWLGENERALLIABILITY y Y GL3333235 0�1�2�15 $�1�2�1$ FpAACMHpGOECCTURRENCE $ $ _ CWMS-MAOE�OCCUR PREMISES E�Erenca $ p p p — ME�EXP an one ereon S 10 0 0 - - PERSONAL&ADVINJURV S Z 000 000 DENLApOREGATELIMRAPPLIESPER. GENERALAGGREGATE $ 5 OOO O O POUCV � �Ea � LOC PRODUCTS-COMP/OPAGG $ $ O O O _ . OTHER_ _ g g nurouoei�una�urr AOS �CA7469008 B/1/2015 �8%1/2016 Eaexltler�it51NOLELIMIT $ 5,000,000 C X ANYAUTO VA CA7469810 B�Z�ZOZ$ 0�1�2016 BODILVINJURV(Perpe�son) $ B ALLOWNEO SCHEDULED � �7469809 8�1�2015 8�1�2016 BODILVINJURYPeracdtlam, E A11T05 AUTOS - ( � X HIREDAI.fTOS X NONOWNED � _ A11T05 PerealEent E X Saeurad X pb�ieal S B x UMBRELLALVIB X OCCUR 19086570 8�1�2�15 Q�1�7�16 EACHOCCURRENCE $ $ QQQ QQQ EXCE55 LIAB ClA1M6-MFDE AGGREGATE S 5 O �EO RETENTIONE § D won�rsscOravexsnnou wCO24780918 8/1/2015 8/1/2016 X ANUEMPLOYERS'LIABILRY Y/N ANYPROPRIETOR/PARTNER/EXECUTIVE� N�A E.LEACHACCIDENT 5 Z�OOO�OOO OFFICER/MEMBER EXCLUDEO'/ kMantletorylnNH) E.L.DISEASE-EAEMPLOYEE E 2�000�000 yBs tlesal0auntler DESCRIPTIONOFOPERATIONSbelow E.L.OISEASE-POLICYLIMIT 5 2�000�000 OESCRIPTION OF OPERATONS I LOCNTONS I VEHICLES(ACORO tY1,AC01Ww1 Ramarka Sc�aCula,mty bs aCachM if mora apau la requiretl) ' TFiIS VOIDS AND RBPLAC85 PREVIOIISLY ISSIIED CERTIFICATE DATED 8/�17/2015 WITB ID: 23468731 Broject #CP1317, Contract #15-11, water Otility Matez & Billiag Syatem Improvementa The City o£_Aubum aad ite officere, alected officials, employeea, agenta and voluateers are Additioaal Iasureda per the attached endoraemeat Ca 20 26 04 13 m a ' n 1' i CERTIFICATE HOLDER � � � CANCELLATION SHOULD ANY OF THE A80VE DESCRIBED POLICIES BE CANCELLED'BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED IN ACCORDANCE.WITH THE POLICY PROVISIONS. Al1TNORIZEO REPRESENTATNE City of Avbura � � � 25 iP Maia Streat Aubura, WA 98001 y �/ `/`// G(/IL�OTU Co11 4749074 Tpl 1984793 Cert � �68696 �001988-2074ACORDCORPORATION.Apdghtsreserved. ACORD 25(2014/01) The ACORD name and logo are regislered marks of ACORD � AGENCY CUSTOMER ID: 431419 LOC#: �Rd ADDITIONAL REMARKS SCHEDULE Page2of� _ � _ .._ _ - AOENCY W�Mm INSURED ' ' " '' " " " "' "_ �Fergueoa Snterprieee, Iac. aafl Subeidiariea iPillie of Maryland, Inc (See Attached Namefl Iaeured Schedule) roucrNueAeErs 12500 Jeffeieoa Avenue Neevport News, VA 23602 See Firet Page CARRIER NN��ppE See Firet Pa e _ EFF¢�TMEwTE. See Piret Pa e ADDITIONAL REMARKS " � " - "- ""-- "- - _.-- ----' - THIS ADDIi10NAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORMNUMBER:. as FORMTiTLE: �RTIFICATS OF LIABILITY INSIIl2ANC8 ➢Porkere' Camp eneation - D� � Policy No. i7C0a2m4p780914 a�p Po�lgi�ciyerP =oda 08%01%20158�08%OS%ZOl6aY Limite�� 8L 8ach Accident $4,000,000 HL Dieease - 8ach 8mp 1O�ee g4,000,000 HL Di�eease - Policy Lim�t $2,000,000 workere' Compensation - CA Policy No. SP�024780913 Carrier. Iae. Co. o£ the 8tate o£ PA Polic �Periufl. 08/01/2015 - 08/01/2016 s�a�u�ory Lim ta. 8L 8ach AcciBent $Z,000,000 8L Dieeaee - 8ach _�1oyee g2,000,000 8L Dieeaee - Policy �.imit $2,000,000 iPoikere' C�p eaeation - FL Pol�iay No: wCO24780912 Carrier: Nevr8amp ahire Inauraace C�p any Poliicp Periofl. OB/O1/2015 - 08/O1/2016 Limite�� 8L 8aah AcciBeat $2,000,000 8L Dieesee = 8ach IDmplopee $2,000,000 8L Dieease - Policy f,i+�i t 52.000,000 90orkere' Cam�eneaGioa - OR Policy No: S7CO24780915 Cariier: NedvHam�ehire Iaeurdace Co�anp Policp Period. OB/O1/2015 - OB/01/2016 StatuCory T.i wii t8; 8L 8ach Accideat SZ.000,000 8L Dieeaee - 8ach �p 1oyee g2,000,000 ffi: Diaeaee - Policy Limit $3,000,000 Workere' C�p ensatioa - iVI Policy No. SPCO24780916 Carrier: Il�liaoie National Iaeurance Compaay Poli Y Perlod. 08/01/2015 - OB/O1/2016 � s�utory L te: SL Sach Accideat $2,0OO,ODO 8L Di'eesee - 8ach 1oyee g2,000,000 8L Dieease - Policy�imiti $2.000,000 SQorkere' �aneatioa - MA Policy No. iP�024780917 Cariier: Iae. Co. oE the State o£ PA .Policy Period: 08/O1/2015 - 08/01/2016 SEatu[ory Limita. 8L 8ach Accident $2,000,000 8L Dieeaee - Sach 1�oYee g2,000,000 8L Dieease - Policy�++^{t $2,000,000 9Porkers' Ccmyeaeatioa - AR, AZ, VA Policy No. wCO2am4p780921 o� Policy Periodg OB/O1/2015e�8/O1/2016Y 3tatutoiy Limite." ffi. Sach Accident SZ.000,000 8L Dieeaee - Sach �pl ee $2,000,000 8L Dieeaee - Policy L�e Sa,000,000 ACORD101(2008/07) Coll 4747865 Tpl 1980839 .Cert.23465116 �2008ACORDCORPORATION.AIIrigMsreserved. The ACORD name aod logo are regislered marks of ACORD I AGENCY CUSTOMER ID: 031419 LOCY: ''� ADDITIONAL REMARKS SCHEDULE p�e3of� �GENCV �- NPMED�N9�REU - - Fergueon 8aterprieee, Iac. aad Subei8lariee iPillie oL ffiaryland, Iac (See Attached ftamed Iasured 3che8dle) POLICVNUMBER 12500 Jeffereon l�veaue Neaport Nevie, VA 23602 See Firet Paga Gpq�Eq IWC WOE See Firet Pa 8 EFFE�TIVEDAtE: S66 81rat Pa e ADDfT10NALRElAARKS - - � - THIS ADDRIONAL REMARKS FORAA IS A SCHEDULE TO ACORD FORM, FORMNUMBER: ZS FORMTITLE: �TIPICATB OF LIBHILITY IDiBIIRANCB 9Porkere' �p ensation - NJ � PA Policy No. i000Y4780920 Carrier: New 8ampehire Ineuraace Co�aay Ltl�ep �iiodi 68/O1/2015 - 08/O1/2016 imi to 8L 8ach Accident $2,000,000 8L Dieeaee - 8ach 8mp1�Oyee g2,000,000 SL Dieeaee - Policy L�Tit S2.000,000 9iorkere' Ca�peaeatioa - ZL, RY, NC, N8, DT & VT Pol-icy No. mCO24780919 Carrier: Nev8a�shire Ineurance Cc�paay Policy Pericd: 08/O1/2015 - 08/O1/20i�6� 8tatutory Lffi�8ach Accideat SZ.000,000 SL Dieeaee - Sach �p 1oyee 62.000,000 BL Dieesee - Policy T.imit Sa,000,000 City of Aubura ie included ae ea Additional Iaeured uuder C3eneral Liability ae require8 by arittea contract buti oaly with reegect to liabilSty ariaiag out oE Named Iaeured'e operaeione Oeneral Liability policy ehall be Prima_ry aad Noa-Cdatributory with aay other iasuraace in force for or ahich may be purchaead by AdBitioaal Ineured. 9Paiver oP Subrogation apyliee ia favor of Additional Iasurad aith reagecte to lleaeral Liebility ae p'ei vrrittea contiadt�or agree�meat. ACORD101 (2008/01) Coll 4747865 1�1:1980839 Cezt.23465136 �2008ACORDCORPORATION.Allrightar9aerved. The ACORD name and logo are reg�stered marks M ACORD Willis Ferguson Enterprises,Inc.and Subsidiaries. List of Named Iusureds Air Cold Supply Ferguson Enterprises V, Inc. Air Cold Supply/Webb Distributors Ferguson Enterprises, Inc. Alamo Pipe& Supply Ferguson Enteiprises, Inc. dba Alaska Pipe& Supply WPCC Forwarding Arkansas Supply, Inc. Ferguson Enterprises, Inc. A Corp of Virginia Ar-Jay Building Products, Ina (dba Ferguson Enterprises NY—Metro, Inc. The Ar-Jay Center) Ferguson Fire&Fabrication, Inc. Builders Appliance Center, LLC Ferguson Fire &Fabricarion, Ina (fka Sierra Build.com, Inc. Craft, Inc.) CAL-STEAM, a Wolseley Company Ferguson Full Service Supply Camellia Valley Supply Ferguson Heating&Cooling Castle Supply Company, Inc. Ferguson Holdings, Inc. CastleNorth Ferguson Hospitality Sales CFP Ferguson Industrial Plastics and Pump Chadwick Division City Lights Design Showroom Ferguson Integrated Systems Division, Inc. Clayton Group,Inc. Ferguson Intermountain Piping Clayton Internarional, LLC Ferguson Intemational Cline Contract Sales Ferguson Pmcess Services Colgan Cabinets Ferguson Valve&Automation Colgan Distributors Ferguson Waterworks Crow Company Ferguson Watenvorks-Midwest Pipe D&C Plumbing&Heating Supply Ferguson Waterworks-Municipal Pipe Davis&VJarshow, Inc. Ferguson Waterworks -Red Hed Davidson Electric Wholesale Supply Ferguson Waterworks EPPCO 'I'he Davidson Corporation, a Ferguson Waterworks International Delawaze Corporation Frisclilcorn, Inc. The Davidson Group Companies,]nc Galleria Bath&Kitchen Showplace Davidson Crroup Leasing Gilmour Supply Company, Inc. Davidson Pipe Company Inc., a Giobal HVAC Distributors, Inc. New York Corporation Ferguson Entetprises, Inc. dba Groeniger Davidson Pipe Supply Company, Inc. 8c Company Davies Water Guif Refrigerarion Supply Decorative Product Source, Inc. HP Products Corporarion E&J Plumbing&Heating Supply Co. HP Logistics, Inc. Economy Plumbing and Heating Supply Co. High Couutry Plumbing Supply Endries International, Inc. Home F.q�ipment Company,Inc. Energy&Process Corporation Indiana Plumbing Supply Co., Inc. Equarius, Inc. dba Equarius Waterworks, Industrial Hub of the Cazolinas Meter&Automation Group J&G Products Factory Direct Appliance J.D.Daddario Company Ferguson Bath Kitchen and Lighting Gallery Joseph G.Pollazd Co., Inc. Ferguson Enteiprises IV, Inc. Kandall Fabricating Ferguson Enterprises of Montana, Inc. ICarl's Appliances,A Ferguson Enterprise Ferguson Enterprises of Virginia, Inc. Lane Piping Co. Ferguson Enterprises,Ine. and Subsidiaries. w1��15 List of Named Insureds Lawrence Plumbing Supply Co. Western Air Systems and Controls, Inc. Lincoln Products WIA of Califomia, Inc. Linwood Pipe and Supply Wolseley Industrial Group Louisiana Utilities Supply Company Wolseley Industrial Plasrics Louisiana Chemical Pipe, Valve&Fitting, Wolseley Investments Acquisitions, Inc. 1nc. dba Wolseley Industrial Group Wolseley Investments, Inc. LUSCO Wolselely NA Construction Services, LLC Lyon Conklin& Co., Inc. Wolseley North America, Inc. Mastercraft Cabinets Wolseley North American Consulting, LLC McFarland Supply Co., Inc. Wolseley North American Services, Inc. Monotube Pile Corporation WPCC Forwazding Northern Water Works Supply, Inc. Onda-Lay Pipe and Rental, Inc. Page's Appliances Palermo Supply Park Supply Pipe Products Plumbing DBcor Plumb Source Powell Pipe & Supply Company Power Equipment Direct Inc. R Supply Company Record Supply Company Redlon&Johnson Reese Kitchen, Bath&Lighring Gallery S.G. Supply Company S.G. Supply Company dba SG Supply Co., a Ferguson Enterprise Sierra Craft, Inc. Ship-Pac, Inc. d/b/a HP Products Corp. SOS Sales Specialty Pipe&Tube, Inc. Specialty Pipe &Tube of Texas, Inc. Summer&Dunbaz Supply North Central Group Stock Loan Services LLC Tazpon Wholesale Supplies T&A Valve Industries, Inc. The Parnell-Martin Companies LLC The Plumbers Warehouse The Stock Mazket Tubeco Fabrication, Inc. United Automatic Water Works Supplies Webb Distributors PdICYNU@IDER: COfo1MERCIALGEN6IAL LIABILITY GL 3333236 LG 20 26 04 13 THIS EPIDORSBiAEP1T CF4INOES THE POUCV PIEASE I�AD IT CAFiEFULLV ADDITIONAL INSURED - DESIGNATED PERS�N OR ORGANIZATI�N T his endore�ma m madifias f rrouo rroe pmside d unda r the foliwving: C OM M61L IPL G Bd ERAL L WBIL ITY COV HiACa E PART SCHEOULE Name 01 Additioral hisured Panonf� Or Orgenl�don(s): Any persan or oq�a�tlon to whom you become obligateG to include az an addiUonal ireured uiMerthis policyaea iecWtWa�rycontoctoragreamentyouanterinto. Irdomution iaqui�ed to compl�te thiz SchedWe, H not shown ibbw,will be shoun in the Oeolaratioiro. � A. 5eotion II Who is An Insund is amenrkd to �e �equlred by s oonSoct or agRemerrt, tha includa as an addtioral Ireured the persor(s] or ��u2noe aHoMad to zuch addtional ireured ortjaniiatiortsl shown in tM Schedule, but only �� not be broatlar than that which you aie with 2spaet m liabilhy Tor boEily iroury �eqWred by the co'rtnct or agnemar¢ to ��oparty damage'or �a�orol antl atluettki� P��de forsuoh addhlaial ireuied. injury'wused in whola orin part,by yow acts B YlKh nspect m the ireuonw aifoWed to theze or omleslore or the aote or omiesiore of those atlddonal ineureds, tha tolbv.l� ie aCded to acting on yourbehalf: Sectlan III Limits O}Insurence 7 In tM performance d your ongoing If coverage provided M tM addkionsl inauRd is opeotiore;o� iequiretl by a coMuct or agreemerR, the mozt 2. In oonnectlon wkh your piemisez ownad by `� W�II pay on 6elelf of the addtbnal insured or�e�ttetl to you. Is tAe amount of insunnea: Howe�,sr. � Req�dntl hy the oontoct or agieamaM;or 1 The insurance affortled to euch addlLlonal �� A�ailable undar tha applica6k Limife of InsuAd only appNes to the eMeM permitted �eunroe shownlnthe Oeclaretians; by law; aM whloheveric kzs. 2. Ifcow2gepwvidedtotheaddtiorrolireuRd Thisendoseme�¢shatlrotirereasetheapplicahde Limke of Irewarce sho.vn7n tAa Deelaotloro CG 20 26 04 13 O Ireumnoe Sen�ices OFfice,Inc. 2072 Peqs 1 of 1 � 9U DORSEM EPfT TNsandoroemeM,affaotive 12:01 A.M. 811�15 fomo a pan af poGoyNo. O13333236 iszuadto Wolsaley Inveetmentz, lic By National UNon Fl�a Ireurance Company of PitSburgh,Pa THIS 91100RSEMBQT CHANGESTHEPOLICV PL6ASER64D IT LAREFULLV AODI710IdAL IIYSUR�-OWNERS, LESSffS,Ofi CON7RACTORS- COAAPLEIED orertanoas 77,ia eim'asiemeat matlbees hsrrrance pravHed u�Mer tMlo7/owinq� COMMERLWL GENBiAL LWBILITV CQJERAGE FORM SCHEOULE NAME OFAODITIONAL INSLktEO PERSON OR ORGANRATIOPI: arcJ art!ather ennty as reqwratl in the arnark�tracmi agreement LOCATION ANO OESCR�TION OF COMPLETEO OPERATIWS: . AOOITIWAL PREMIUM: (M No�Mry appea�abo�.e,irdornetion required m complete ttris erdorvement wA be elnwn in the Declantlons as appOcade to tAe eiMoreama nt.) SECTION II WHO IS fW INSUREO iz ameiMad m inoluda aa an ireured; The pamon or o�niation shown in the SchedWe, but oNy with �peot m Iiatllity arisiig aut o1 'your wo�k" at the Ixation �dgrotatl and daxA6ed in the sclydule ot this oiMooement perfortnad forthat addhional i reumd a nd itwluded i n tAe 'productc-campleted openNore haxa b" Pdl othartarmcaM co�Mltlons rertoin urohanged. A uthoda d Reprex nmtiva or CowSarslg reture f�Stans Wherc A pplica blal 97837 f4�OW Page 1 of 1 6UDORSEMENT Thivandanament effectiva 12:01 A.M. 8/1R076 Tormea parto} PblicyNo.�L 3333235 iz9ued to Wokeky ImeetmenM, Iro. 6y Natlonal Uruon Fia lnauence Company of Pittebwgh,Pa THIS @IIDORSEMENT CHANGESTHE POLICY PL64SEREAO IT CAREFULLV AM9NOMENT OF OfH6i WSURNtlCE TAis endomement mooYies insvnance pisvlded vnder the fopouang: COMMERC�AL OENERPL Ll4BILITYCOVERAGE FORM SecSon N Lomrcxroid Gereral LiaM7ity ConQrtions, 4 Other Imurence, b. Escess liuuroiwa, ieamendedtowaC: b. Ptcess Insurdnce This Insuranoe isaxoassodnranyof tha otherinsuunoa wMeherprimay,exoaze,contfngem w on a m/other basb: ft) UMesesuohincwdreei�zpecifioallypwchasedtoapplyssexoessoTtldspdicy,or (Ta youamabOgatedbycoirtracttopiovideprimarylreuraiee. WMn thk insurance is axoaee, we wlll haw no du[y urMer Covorage A or8 to defentl any olaim or"suit"tlet any other insu2r has a duty to dafentl. M ro ather ireuier defer�,wa will urWartake to do so,but wa WA 6e amitled m tha insuiad's righta agairret a4 thoee oth�r IfISURR WMn thiz ireunrce is exeess owrot�erireuraxe,v.a WII pay oMy our shaie of tM�mount al the lass,if any,tlot e�xeeds tle eion M: f11 TMtmalamouirtthatallcuohothrincurancewaWdpayforthebeointhea6ceroeot tMs inzu2me;arrl (z) TMtotalotalldaduotidea�Wealf-inwredamounburidera0thrtotherirewaroe. Wa WA shart the remainirg loss,if airy,with airy other irouraiue that b not desari6ed in tMe &cros I�urarwa p�wisbn a�W wee rwt bought speoMiaatly to apply in emaec oT tAe llmite of Ire urs nea shown i n sha Oecla mtf rnis oi this Ca.e oge Pa rt. I 67266[3197] PQICYNUMBER: COMMERCIALOENERAL LIABILITY GL 3333236 CG 24 04 OS 09 WAIVER OF TRANSFER OF RIGHTS OF REC�VERY AGAINST OTHERS TO US Thiz eMlorsemeirt madities insuunce pmdldod undarLu followi�: C OM MERC IPL G BJ ERAL LIABIL ITY COV ERAO E PART PR OOUCTS�OMPLET ED OPERAT 101�5 L WH L RY C OdHiAG E PART SC HEO ULE Name OT Pa�son Or Organ�tion: W he ie rcquired 6y writ4 n ooMract or agree me M. In}ormation reqW�ad to complate thlo SchedWa,H not ehown abo�e,will be zhown in tM Daclantbns. TM tolbwi�k added to Paogoph 8. Tra�nfe� Of RigMs OI RmoesryAgairmt Othars To Us of See• tlon N Condtio�rs: We wai�e ariy right al iacovery v.e may hav� againct the pe�aon or or�Mzation ahown fn the SehedWe a6ova baoause of paymerrts we make for InJury or�mage arising o�a ot your orcpiig apeo• Lons or Sour work�do�re under a co�itoet with that peoon or o�gamation arM iroluded in tM �oductacompla9eG �otlore haaid' 7his wa��er appliee oNy to the peoon o� oiganizaUon zhown in th�Seh�dul�above. CG 24 04 08 09 O lnsurar�ce Sarokes Office, Ino 2008 Pe¢ t of 1 ❑ Page 1 of 2 q Search > NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA Gen¢ral I Contatt I Licensmy � Appoln[men[s I COm�lain6 � Orders � Nanonal Info � Ratings I Taz FAmgs Ba�k W Search General information Contact information Name: NATIONAL UNION FiRE INSURANCE COMPANY OF Reglstered M811111 address PITTSBURGH, PA address � 9 CO�pO�Bt2 fBllllly gl'OUP: AMERICAN INTL GRP wnat�s cros�2704 COMMERCE DR 175 WATER ST 18TH O� d�llidtlOn E: PROPERTY SUITE B FLOOR 9 tYP NEW YORK, NY 10038 HARRISBURG, PA 17110 WAOIC: 9z� Telephone NAIC: i9aas Telephone ziza�oa000 ziza�oa000 Status: Acrtve Admitted date: 03l03/19oa Ownership type: SrocK ^back ro top Types of coverage authorized to sell w�a��=«,_, Insurancetypes Casualty Disability Marine Ocean Marine Property Surety Vehicle ^back[o W p Agents and agencies that represent this company (Appointments) w�a��s«,.� View agen[s View apencies T baCk IO tOp Company complaint history w�a��=��,,, View complaints �back ro wp Disciplinary orders 2008-2015 wna��=«�_> Year Order Number 2009 09-0150 2009 09-0151 2009 09-0152 http://www.insurance.wa.gov/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC= 8/17/2015 Page 2 of 2 2013 13-0090 _ _ � �� � �—I 201�3 13-0091 � The orders posted here are unverified electronic duplicates of the o�cial orders actually entered. To be certain you have the officlal verslon of the order as entered, request a hard capy from Renee Molnes at 360-725-7047 or emait legal@oic.wa.gov Looking Porother orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, admlNstrative orders, anil general orde�s. T back to tqp Premium tax filings by tax year w,a��=���_, 2014 201�3 201�2 2011 2010 ^back ro lop National information on insurance companies Want more information about this company?The NAIC's Consumer Information (CIS) page allows you to retrieve national flnandal and cbrtiplalnt Information on Insu�ance companies, plus has information and tips to help you understand current insurance Issues. ^ba5k m rop Ratings by financial organizations The following organlzations rate Insurance companies on thelr Flnanclal strength and sfablllty Some of these companles charge for their servlces. A.M. Best Weiss Group Ratings Standard and Pooc's Cor Mood 's Investors Service FitcFi IBCA, Duff and Phel s Ratin s 4 eack m[op http://www.insurance.wa.gov7consumertoolkiUCompany/CompanyProfile.aspx?WAOIC= 8/17/2015 National Union Fire Insurance Company of Pittsburgh, Pa. - Company Profile - Best's Cre. Page 1 of 2 Ratings & Criteria Center �yyalcomeBacMJOAnneFntlenenMvMemEerCemer�LoaOat Regional Canten:Asia�Pacific�GanaCa�Europe,Miatlle Eeel antl Atnca�La[in Amenca�MENA 8 SCA Nane�About Us�Gontact Us�$I[amap Ratl�pe 6 CMteAe . R°�np Seaich:� Seeicn x Ativanced Search ��Qlq.@H3�IS6 - Pnntt�isoeoe .Re4np Pracees eM OefiniEona i _ �Metl�atlolapy� •c�tl��Ratl^oRa�a=sas� National Union Fire Insurance Company of Pittsburgh, Pa. „� �Oet a CreElt Retinp .BasCa Speclal Reports A.M.But�:00306t NNC t:t WO FEIN C 3!0lG16A0 .AEEBeaYaCmtlllRatlnpsSmicn p4ministratNaOfR<o ViewAtltliUonalAtlEresslnfortnetion TOVaurStte 175WeterStree118UiFloor AealqneAto n.en� s BestMaM IarSeare-Rafatl New Vork.NY t00J8 insutanco fee6i � Inarera UmIeC Slates eampanin - A .Canma en MalyA t�at have,in aur opinion,an ezcellmt aGlliry M •AwerEs aM Recaqn�0ana WeE:www ain.com meel Melr onBanp inaurence NewsBAnal sls � Phone:212-P47000 . _._�_I Y obll9a�ons. Producb 3 Smicn Intlustry IMarmetlon � Beaed on A M Besf�analysis,958702-Amencan Intemetional Grbuo.Inc is Uie AMB Ultimab Perent entl iGeMifiea Me lopmost Gorpprep . entiry W Me corporate swaure Vew a Iis�d ooeraNno inwrance emilies In I�is swcture. Regulatory ARaln . BasPs Cretlit Ratings Support 6 Rnourcn � Fl�unebl Strsn h Ralln w D flnl ion Beat'�Cntllt R�tl Mal Confannco anA Evenb � qe0n9: A(Excellenq ReUn9ldsus0 OY:A.M.Besl ComDanY.Inc. Attllle6on Cotle: p(PaoleA) Seniar Flnenclal Analyst:Jecpelena Lentz Fnd a Besr4 Credtl Ralrng FlnanUel Sim CadBo�9� %V(52&Ilian w Oreeter) Asslstanl Vice Prositlent:JennMa Mmahell,CPCU,ARM EnkraCompenyNeme � OWook: SteEle .ACvarceO SeaiU A��on: AlHmfeC Oisclosun InfomuHon EtlxOva Dats: Febniery 27 2015 Inkkl RaUnB�b: Decamber 31,7907 � ��A M.BesYs Ra4na DisGosure Statemmt �AM.Beet ReUrg Servioes _ . CanLict Inbmwtan� Lon Txm wuerC�MttRatln Vlew eHnl on � A,M.Best ARrtns ftalinas ot Amenwn Internelronel Lonp-Tertn: e Grouo.Inc.and Its U S.ProoeM/CasualN Subsitllenea Outlook: S�eble FeDNery 27,2075 ACUon: AfArmeU ErtacWSDate: Feb�uay27 2015 Inlual Ratlng MU: Apfll OB.2005 �omda Unar Re�ew eeere aawo RaHng Hisrory A.M.Beat hes pravltletl rellnpa 6 analysis on Mle Company alnce 1907 anE it hea feteived Secure Finenclel SHanqM Re11nB�every year duMng Ihe most recant 5 year hisloncal perlotl. FINnCIaI$tn Lon TarmINWfCrotll EI/«flve Dab Ratlnp E�ecth�Cab Ratlnq I272015 A 2l272015 a Y202014 A 22N1014 e 1252013 A 7lZ5J2073 e 1272012 A 1l272014 e 1P202010 A 77/20/2010 a Ralatetl Financlal and Analytical�ata M1e bllowin8linka provqe acmu to nla�e0 Ea�a rtcoMa Mal A M BeL Wlizes b OroxEelna�wal entl analy6cal tlab on a canaollEa�eO o� nncn Devs RM86Com n NC�IN Co n M�ct On 091958 Natl Unlon Fire Ine Co PMsburgh PA PAB Represents I�a PropeM/�%uatty financlals for Ue Panama Branc�af lhis IeBal enUry. Reportsand News VISI18esCs News antl Melysis eile br iha lelasl naws anC oress releases for Nla compem/enE ils A M.Best Group. 1 AMB GreEit Reoort inGutles BesYs Finanaal Slrenplh RalinB enG re0onale elong wit�mmprehensive anaytical � cammentary,Oelalled Guvness wervlew antl kay finanaal tlata. Reparl Revlslon Dale�7H3�2015(represenis Ihe lelest apnmcenl chenpe) 4(=ry Histanral RepaRs are evaAaCle in AMB Cred11 ReooR Archive. V::�'P � BeaCa Exxutlw Summary Reportn(Flnenelai Werviex�-aveilable In t�ree versions,these presentetion style repoRs feaWre Ealance a�eel,ineome statemenf,key finanaal per(ortnence tests inrJUEinp profilability.liquitliry anE raserve analysis Data Status:2015 BeaYs S�alernanl Fla-P/C,US Contans Eete fAmDileO as o(BA42075 OuaIM Crosa Cneckee. Sinale Gomoenv Ove years o/Bnencial dale sDatlficaly an this mmpany Comoarison sitle-by-6ltle finenclel enelysis ot ih15 wmDeny wIN a peer group of up lo flve olher compenles you saloct. Comoosite evaluete Ihls company's finanuals egemet e peer group composite Repon tllsplays boM the everaga antl rotel compoeite ai your ielectetl paer Oroup http://www3.ambest.com/ratings/entities/SearchResults.aspx?A1tSrc=9 8/17/2015 National Union Fue Insurance Company of Pittsburgh, Pa. - Company Prbfile - BesPs Cre. Page 2 of 2 �BesPa Kev Raana Guitle Vmeentation Reoort Inclutlea BesYa Finenual StrenpN Ra6np Bn0 flnenclel Catn as provitletl In i the most current etlWan of BesCs Key Ratlnp Gultle proEucfs �ouany cmes cneckea�. Financial antl Anelyllcal P�otlucts Bestb Insurance Reoorts-Onlfne-PIC.US 8 CanaEa BesYa Kev RaM1no Guiae-PIC.US b CanaCa BasCs Slstement File-PIC.US ew've a e n Com anson ro e /Casual s's xecuHve m a N Com si / u I BeaYs Stalement Flle-Global Beel's Reaulaton Cenlm Market Shere Reoorts @e91's State Line-P/C.US Beafs Insuranw Exoense Ez�iGit fIEEI-P/C.US Besfe ScheEule P fLoss Reservesl-P/C.US Besfe ReaulaMrv Centar Besfs SclieEule D(Coroorete Bontlsl-US Beefs Sc�etlule D(Canmon Stocksl-US Besfe Sdmtlule D(Munidoel Bondsl-US �esfs SdieAule D(Preferta0 Storks)-US BeaYs Schetlule F fRemSufante)-P/C.US BesYs StlieAule D-HMrltl-PIC 8 L/H.US BesPa ScheOule DA BhoR Tertn Imes�menls)-PIC 8 L/N.US BeeCs Schetlula BA(Olha�Lona Tarm Inveslmenbl-P/C d LM.US Europwn Unlon Obcimmn A M Bei1-Eumpe ReOnp Semcea LImiMO(FMBERS),a wEVE�ary of A M.BaN Cwnpany.is an Etlomal Cretlit Auessment InatlWtlon(ECAI)In IDa Eumpaen Umon(EU)T�ereloro,creCH ratlips iswed Ey AMBERS may Oe uaaC br repuletary puryoxa n Ne Ell ee pe�Dltec4ve 2006/d81EC. Nustrailan Dliclowre� A M Beat Aala�PaGllc 4mlteC(AMBAP),Auatlfllen RepoMeE BoOy Numbm(ARBN No 1503]528'!),ia a IlmlteG IlaDillty campany Incorpaatatl enE EomiUleC In Monp Konp.AMBAP Is e whaleeale Autlrallan Flneiiu¢I SeMcee(AFS)Uunce holCe�(AfS No.411�55)untlar iha Carparetlone AIX 2001 CreElt retlnpa amanetlnp fiom AMBAP aro nollntantleE b�and muat not Ca tllatnbutatl ro any penon In Ausirella Otl1e�Men a w�aleaele Glmt ae tlMneOln C�epler]of the Coryoretlone Act AMBAP tloee not eut�odxe Its CroOlt ReUipt lo be Gleaeminatetl by e tl�IMqerly In a manneitbat coWC nawnaDly pe rcpar0etl a�Oalnp inlentletl tc Inllu�nce a retall�ienl in makinp p tleuelon in relatlon to e peNwla�pmEutl or Geaa of flnendel pfoEuet AMBAP CroCH Ratlnpa en iMantlatl farwliolesale Glenb anly,n CeflmC Cmdit ftatlnps tleb�mineC aM Cisaemina�e0 Dy AMBAP eie I�e apinwn ol AMBAP onty an0 nM arry apeafic aeErt aiiayst AMBAP CroEi�Ra0'qa ere stalemen0 0l oqmon anE nM atstementa al IacL They an mt mcommmOaEons N Euy,hdtl ot eell eny aecuritlea ar eny atlnrMm ot firanual pmtlup,intluClnO imun^ce poliqea eM me not e recommentlaYon b Oe uaeO b make inveshnant/purcJ�ean04waians Impartnrt Natles A M BeaCa CreUll Ra�inpa are InEepantleM anE ob�ective oplNons,nol sfetemeMn ot hd A M Bmt ia not en Inveatmenl ACnsor,tloee nol olbr InwsMant atlNee of any dnC, nor tlaee ihe company o�Ile Rabnpe Analyele aRer eny form at sVuduMp a�flnenGel aONce A.M Beafe cretlll opiniane art noCrec'ammnnOaUons ta Wy,eell or hpltl veatltlde,ai ro meke eny otlte�invartmant tleclalons For aEtlitional Infamellon rapaNmp Me uae enC Ilmltetlons of crodll�atln0 opiniana,es well aa the reLnp proeeaa,Infomietlon nqulnmante enE oMer retlnp roletetl le�ma en0 tleflnlUona,pleese vlew UntlarstenClno BeaYs Cretlit ReWm Cusromer Sernca I Proa+�Suppon I MemOer Center I Contact Inb I Cenen AEoul A M BeY I Sne Ma0 I�vacy Poliq I Securiry�Terma M Uae�lepel8 4cenanq Copynp�102015 A M.Beat CompanY.Inc ALL RIGHTS RESERVED A M Beal Wo�tivntla HeetlQuaMn,AmCeet RoaO,OICw¢k,New Jenay,OB858,U 5 A http://w�vw3.ambest.com/ratings/entities/SeazchResults.aspx?A1tSrc=9 8/17/2015 Page 1 of 2 p Search > NEW HAMPSHIRE INSURANCE COMPANY NEW HAMPSHIRE INSURANCE COMPANY General I Contact � L¢ensigg � Appomtmenfs I Complaints � OMers � NaOonal Info I Rabnys I Tax filings Back to Search General information Contact information NBfile: NEW HAMPSHIRE INSURANCE COMPANY Registered address Mailing address COCE10�atC fBI171I�1 JI'OIJP: AMERICAN INTL 500 W MADISON ST SUITE 2595 INTERSTATE DR, STE GRP wnac�s mis> 3000 103 O�gafllZaL1011 Lype: PROPERTY CHICAGO, IL 60661 HARRISBURG, PA 17110 WAOIC: 9az Telephone Telephone NAIC: 238a1 212J70-7000 212-770-7000 Status: ACTIVE Admitted date: os/o3/i9oo Ownership type: srocK *Ea[k ro[op Types of coverage authorized to sell w�at,=«,=� Insurancetypes Casualty Dlsability Marine Ocean Marine Property Surety Vehicle *back ro top Agehts and agencies that represent this company (Appointments) wna��=���_� View agents view agencies ?ba<k[olap Company complaint history wna�,=�,_� View tomplaints 1 back to top Disciplinary orders 2008-2015 wna��,«,_� No dlsc/plinary orders arc found The orders posted here are unverlfied eledronic duplicates of the official orders actually entered. To be certaln you have the offlclal version of the order as entered, request a hard copy from Renee Molnes at 360-725-7047 or emall Iegal@olc.wa.gov Looking for other orders? Ou}online orders search allows you to search a ten year history of all orders, Including enforcement orders, adminlstra[Ive orders, and general orders. �i �back ta top http://www.insurance.wa.gov/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC= 8/17/2015 � Page 2 of 2 Premiurri tax filings by tax year w,a��=«�,� 2014 2013 2012, 201,1 2010 T back to top National information on insurance companies Want more information about this company?The NAIC's Consumer Information SCIS) page allows you to retrleve natlonal 4inancial and complalnt Informatlon on insurance companles, plus�hes�informatlon and tips to h"elp you undersWnd current In"surance issues. T beck ro!ap Ratings by financial organizations The following organizations rate insurance companies on thelr flnancial strength and stabllity Some of these companies charge for thelr services. A.h1. Best Welss Grou Ratings Standard and Poor's Corp Mood 's Investors Service Fitch IBCA, buff and Phel s Ratings ^back(o tap http://www.insurance.wa.gov/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC= 8/17/2015 New Hampshire Insurance Company - Company Profile - Best's Credit Rating Center Page 1 of 2 Ratings & Criteria Center f��yelcomeBackJOAnneAntlanenMVMemCerCanler��ooWt Regional Csnters:Asia-PoclBc�Canada�Europe,MiOtlle East enE A/nca�Latin America�MENA 6 SCA Home�ACou�Us�ConWct Us�Si[emap Ratlnp�3 Ctlterle � ReHnq Snrch:O Search •Ativancetl Search �f e " Pnnt�lhl9n oa�na .Re4np Pmrew antl Oefnitwm� •MaMOEolopy• �CreErtRahngfteNaeee+ New Hampshire Insurance Company u .Get e Credt Remp •Bev!'s$pecul Reportn AM.B��U:003161 WUC C S,UN FEIN C 0301]t110 �AEtlBesYaCrotlitRetln9sSaerch M�IIIOpAtltlro6a ViewAEEitlanelAtltltesalnl0rtnellon � Asal netl to TOYourStte 17SWeterSUeet181hFlaar Ilneurence �aepi I .Bea1MeM br Securo-RaroO New Vwk,NY 10038 i rqmpeniea � � �i Inwren Uniled States I lhal hava,in •Comea en Analyu our apinim,an eaceAm�aEiliry lo ( .AvreNsantlRampnkana Wab:www.aia.torti � N�ws 8 Ane is r Phons:272-PU7000 meel Melr onpoinp Inwrancd b's I abll9atlons. ProEucb 3 Servicm ---'-"". InOusOry Intotmation � Basetl on A M BesPs anatyars,058702-AmarMan Intemational Gmuo.Inc Is Ihe AMB Uitimab Paranl antl Idenlifias Ihe tapmost Coryoteb � entltyolNecoryoreteeWclure VewaGaldooeralinainwrencaenirt�esmNiaeWclurc RepulrtoryARain . BanYs Cretlit Ratings SUppORBRefouR83 � Fln�neul8tnn R�tln VNwDeliniHon Ba�feCraEkRatln An�l t Conferencn anE Ewnts � �un9� A(Excellenq R+tlnq lasuatl tiy:A.M.Beat Company,Inc. Attlllellon Cotls: r(Relnsure0) Seniar Finanelel Anelyst:Jacqalene Lenlz f'mC o&rsJ's Gcdu Nunrtg Flnanclal SW Catepory: XV(52 Bllllon or 9���) Asshtnnl Vlee PmsiEanh Jennder Marehell,CPCU.ARM EmeraComDa�ryNams � OuUook: Stable •AU�anree Searc� pn��' A��� Obclosme IMomuaon Eflxllw Oate: Febn�my 27,2075 ' Initial Ratlnp Daro: DecemEar 31,1907 � Urew A.M.Beefs Ralina Diaclosure Statement �AM.Best ReUng Services " Can�dQlnfortna4ans Lon -TambeuerCretlttRatln 1 AMBeslArtlrmsRabnasolAmeticenlnlemahonal ��eqa�, a �� GrouoJnc anE Its U 5 WooeM/CasueM Subsltlades Wtlook: Sleble Febivary 27,2015 Actlon: AtAmred EffeCtlVeData: Fabruery272075 Initlal Ratlnp Dab: ApMIOB,2005 u pmqn t/rker FMex BM'a Reilm Raling Mistory A.M.Besl�as proritletl ro0n9�g anaysls an Mis company since 1907 antl it haa recerveE Secure Finenclel Sbenglh Rahnpa evmy yeer dutlnp Me most recenl5 year histotlral petlotl. FlrunelalSlnn Len .T��m1a�u�rC�etl1 ERSNveDeb Ratlnp EMctivaOin Ratlnp 1/272015 A I/I7/2015 e I202014 A Y/20/2014 a 1/252013 A 125/2013 e 1/272012 A 1/27R012 8 17/20/2010 A 12/20/2010 B Relatetl Financial antl Analytical DaW M Mllemn0links peovMe ereess b relale0 Oeta rteoNs Met A M Baet uhLzea lo por�0e flnaneiel arW en�lyll�al UaU on a eonsolWaleE o� l811fJIC8815 A4/Bp Com n Name Com an Deaetl tlon 0 New Hampahiro Ins Co(Bahrain Branch) RepreeenN Ihe Property/Ceauely Bnandels lor Ihe Bahrain Brench of thle lepal rn0 , 0967 New HampsOire Insuranm Co(PKB) Representa tlie Praperty/Casualry finan6ala br the Pabstan Branc�of Mla Jepalentlry Raportsantl News Yeit BesYa Nev.s anE Melyaie site(or Ihe blaat news and nress releases/or thla compeny entl ils A.M Beat Group. `� AMB Credit Reoort Inclutlas BesYs Flnandal Slrenpth Ratinp antl raUonele alonp with compre�ens�ve analytiral Y�l commenWry,tlelaileE Eusiness overviewantl keyfinanclal tlate Report ReNsion Date.7/132075(reprasents I�e Wtest alpni�caM change). (j Hislonral Reports ere available in AMB Cretlit Reoort Arch've Y� � BesCs�ee Wve Summary RaDoRa(Finanelal Overvlew)-availabla In three versions.Nesa presenlatlon sryle repo�s � kature balance ehaet,Incame sfatemenl,key finandel pertomance tests InUu0ing profitaEiliy,IlquiOity anE reserve anatysis Data Statua:2015 BesPs Stalemenl Flle-P/C,US Contelns dala cwnpileE es ot e/14/ZOtS Owury Crou eneckea. Sinole Comoanv Ove years o(M1nanUal tlata speGfiwlly an Ihis mmpany Comoarlson eltle-�y-sitle flnenclel anelysis of Ihls compeny with e Dea�B�oup af up to five othar companies you select Camoostte http://www3.ambest.com/ratings/entities/S earchResults.aspx?URatingId=13 89830&b1=0&. 8/17/2015 New Hampshire Insurance Company - Company Profile - Best's Credit Rating Center Page 2 of 2 evaluete Mis compenya ManGala a0alnet e peer Broup eamposlle.Raport dlepleY%bolh Ihe evere0o antl total eompoelta af your selectetl pea�Oroup �8e Y K R tl G itle ReseMallon R oort mclutles BesYs Fnendal StrenO���9�4 finanual Aata es p�oNtletl In e tlrc most current atlitlon M Bnfa Key Ratlnp Gwde pro7ucls.(�uiary cma�cnxxea). Flnenclal anE Analytical Woducts Basl'a Insurance ReoMs-Online-P/C.US 8 Cenatla Besfs Kev Ratina Guide-P/C.US 8 CanaCa Besfs SlalemeM Fle-P/C.US Basl's Ez¢euhve Summarv ReooN-Comoanaon�ProoeM/CeaualN acutive u e ro / BesCs Slatemaril File-GloDal BasCs State 4ne-PIC US Beel's Rmvlalorv Centar MaAel Share Reootls B Y CONoroI Ch tl R ti t -P/C 115/CN 9esYe I E nea E�Ihibl(IEEI-P/G US Beefs Reauletorv Cenler Besi'B ScheAule D(Cwoorate Bantls)-US Beafs Sd�etlule D ICommon Slwksl-11S BesYs Schetlule D(Munlaoal Bontls)-US BEsI'3$GIltlL�2 D(PlEfeflBtl Q�p'I.�.g).U$ Besl's Schedule F fRalneurence)-P/C.US Besl'a Schetlula DA(S�orl Term Investmental-P/C 8 UH.US Besfs Sdietlule BA(Ol�er Lona Tertn Investmanlsl-P/C 8 LM.US Europxn Unlon Dbdo�um A M Beal Europa Ratlnp Servl�e�mlteE(AMBERS),a aubnClary IN A M.Beet Compeny,ie en ExGmel Qe01t Asaeesment InahdNan(ECAI)in Me Europeon Unlan(EU).T�ereforo,crotlll relinpa bauaE by AMBERS mey Ce uwtl ror repulotory puryowe In Ne EU b p�r�irechm 2008148lEC. NUYnIW Obebaum A M Beal ASIaPauRc LimHatl(AMBAP).Austrellen ReOieleieG BoOy NumEer(ARBN No.150]]5387),Is a IimiteE hablllry company InmrparabE an0 tlomlGle0ln MonO��q AMBAG Ia a w�olesak AuaUahen Fina�al SeMces(Ai5)Licenee M1WGa�(FFS No 411055)untlertlro Gatpo2tlom M 2001 Crotll�retlnps emanetlnq ham AM64P are not in�anCeC br antl muM not Ca tlieNbuleC to eiry psno^in Au�trabe otlfe�Man a w�oleeele d�ent as tlefins0ln Clwpter l ot iM CoryoroUona Act AMBAP tloes rwt autliotlxe ils GraElt Ratlnps to Oe EbxminateC Ey a tlflrcFparry in S manne�tliat cou10 maaonpbly Oe tepaMeO aa balrp IntentlaE ro Inlluenca a mtell Glenl In makinp a Ceualon in ipledon lo e peNwle�proEuci or dase of finenGel protlucL AMBAP CreEfl RetlnOe aro IntenEetl fat wlioleaele cllanro only,ae Ceflnetl Cm01t Rahnpe 0elermmeE enO tlleaeminatetl Ey AMBAP ara I�e apinwn af AMBAP only en0 nW any s0eafic veClt enalyet AMBAP Getlll R�Urqa em stetemenb af opnion enE not etelemenb ot �ap They aro nat ierammenEetlons b Euy,hWC or eell eny aeanilies or any oMe�tortn otllnanwl pmtluG,mdWmp In�u�ance pahuvi anE nte not a recanma�batlan M Ee uaeC lo make inwabnant/pwrJ�asmg Ceauone. Importnrt Notica'AM BeeYe Crodli Rehngs ero mtlepenEent enE oC�etlne apinbna,not atatemanta ot tact A.M Beat Is not en Inwshnent AChaar.Eoaa nol olfer Inwabnanl edNce of any kmq na�Eoea Ne wmPany or IU Ratlnp�Analyatn olle�any brtn of shucWtlnp o�Mendal aONu A M BeeCe vetll�opinlone em not acammeMeOona lo Cuy,eell o��olO eewtltlas,or to make eny at�e�InvealmeM Ceu�lane Fo�aEtllllonal InMimallon rapeNinp I�e uee antl IImlWtlons af creClt rnlinp opimona,es wall ae�he reWp procens,InfomiaUon requlromenb mG otlie�ratlnp reletatl tamia dnG EeflnNona,pleave hew UMerstanElna 6eeY�CroClt ftatlnm. Custamer Semce�ProEuct Suppori I Member Center I�orrtact Ink�Careen AOwtAM Best�Site Map I P��aty Poliq I Secvnry I Tmma uf Use I Lepe18 Limnwnp CopytlO��03015 A M Benl Comp�ny,Inc ALL RIGMTS RESERVED A.M.Bea!Wotltlwltle HeaEquanen,AmEeal RoeQ Oltlwrck,New Jereey,0805B,LLS.A http://www3.ambest.com/ratings/entities/SeazchResults.aspx?URatingId=1389830&b1=0&. 8/17/2015 Aubmeb0 Mai&InRestruclure Syabm EqJpment a�q Servkes Cantrai Balwaan:Clty ol Aubum antl FHpYSOn ATTACHMENT "G" Project CP1317, Water Meter&Billfng System Improvements,Contract No. 15•11 CONTRACT BOND FORM Bondinq Documents To Be Provided At Time of Contract Acceptance � �I i ; , ; � i � i i * CITYOF 'k / _ * EscrowAgreement -- For , Retainage Declined WASHINGTON Ferguson Waterworks, 24025 Snohomish-Woodinville Road, Woodinville, WA 98072 (CONTRACTOR) acknowledges that they have been offered the option of setting up an escrow agreement for their retainage on Contract No. 15-11, Project No. CP1317, Water Utiiity Meter& Billing System Improvements. The CONTRACTOR declines to set up an escrow agreement and understands that the City will hold the 5% retainage with no interest for sixty (60) days following the completion of the work, provided, however, that if the work is to be completed in phases, the retainage for each phase shall be paid upon the completion of such phase. �ASL " /�JM.(.<< TD"` cQ� /T�'--, Authorized Signature �rKct, �o rv� Print or Type Name (�9P.t�¢,t-�a � I'YlGt.y�c. e_ Title �S � 3 I 5 Date File: 13.11 (CP1317) �J$jJ�=k MORE THAN YOU IMAGINED � f • , , � CONTRACTBOND CONTRACT NO 15-11 B�ND N� K09192074 BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY TI�SE PRESENTS. `�lat we,tlle 1uldersigIIe[I,Ferguson Enterprises, Inc. dba Ferguson Waterworx� 24025 Woodinville Snohomish Road, VJoodinville, WA 98072, as Principal, ana Westchester Fire Insurance Companp, 436 Walaut Street. Phila_. PA 19106 2 COIPOIdhOII, organized and existing under the laws of the State of Peanspivania as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of conitactors with municipal corporations, as surety, aze jointly and severally held and fumly bound to the City of Auburn, Washington, in the penal sum of five million four hundred seventeen thousand one hundred seventy-nine dollazs and seventy-eight cents ($5,417,179 78) and Washington State Sales Tax of five hundred foutteen thousand six hundred thirty-two dollazs and eight cents ($514,632.08) for a total contract value of five million nine hundred thirty-one thousand eight hundred eleven dollazs and eighty-five cents ($5,931,811.85), for the payment of which sum we joindy and severally bind ourselves and our successors,heirs, adminis�ators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Aubum, Washington. Dated at Aubum, Washington, this (q day of Ati,y-c�.�" , 20� Nevertheless,the conditions of the above obligation aze such that: WHEREAS, the City o£ Aubum on the 3rd day of August, 2015, let to the above bounden principal a certain Contract. The said Con�act being numbered 15-11, and providing for the construction of Project CP1317, Meter and Billing System Improvements (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the mannei and within the time set forth: NOW, Tf�REFORE, if the above bounden principal shall faithfully and truly observed and comply with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the terms proposed therein, and any and all duly anth6rized modificarions of said Contract that may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the cazrying on of saiil work and shall hold said City of Aubum, Washington, harmless from any loss or damage occasioned to auy person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said Contract according to law, and shall indemnify and hold the City of Aubum, Waslungton, harmless from any damage or expense by reason of failure of perfonnance,as specified in said Contract,and .- . �he undersigned principal and the undersigned surety present this conh�act bond related to the Con�act, PROVIDED thai this document shall not be enforceable unless and until the City of Aubnrn awards and executes the Conh-act to the undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable until the City of Aubum has executed the contract to the undersigned principal. The Siuety, hereby agrees that modifications and changes may be made ia the temvs and provisions of the aforesaid Contract without notice to Surety, and any such modifications or changes increasing the total amount to be pazd the Principal shall automatically increase the obligation of the Surety on this Contract Bond in a like amount, such increase; however, not to exceed twenty — five percent (25%) of the original amount of tlus bond without the consent of the Surety PROVIDED, however, that after the acceptapce of this Contract and the expiration of the lien period, and if there aze no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (10%) of the yalue of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship piovided or performed under this Con�act within a period of one (1) year after acceptance. Not withstanding the reduction of this bond, the principal and suiely shall hold the City of Aubum hazmless from all defects appearing or developing in the material or worlananship provided or performed under trus Contract within a period of one (1) yeaz after acceptance, THEN and in that event this obligation shall be void; but otherwise it shall be and reuiain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS Wf�REOF,the above-bounden parties have executed this instrument this �Q day of �}-ta.S w�— , 2015 FIItGUSON ENTERPRISES� INC. DBA FIItGUSON WATERWORKS BY: �,Q ��- �a►�P t�� WESTCHESTER FIRE INSIIRANCE CO[�ANY Surety $Y 1 Ol�AG� o X A.�.�/�1[/�. Attomey in Fact Wendp Lee Wadkins/Attornep-In-Fact 610-254-5647 Mark A. Lpnch, Wi�llis of Pennsplvania, Inc. 100 Matson Ford Road, Bldq 5, Suite 200 � Radnor, Peansplvania 19087 610-254-5689 xoa- Resident Agent's Adckess&Phone Number f` Y Power=nf WESTCHESTER FIRE INSURANCE COMPANY Atlorney Know all meo by theee preacob:That WE&TCf[ESTER FIRE INSURANCE COMPANV,e corporetion of the CommonwEeld�of Pennsylvania p�nsumrt to the foliowing RCsoluRion,adopted by the Board of Direc,tors of tha said Compeny on December I I,2006,m wic "XE�4�'�.Auf bPolbvn�4��daifoni nlau ro the eaeNiaa Ru midm bdWf ofMe Cu^WpnY.oPbunN.u�MMrMinP.��mnme:co�acd mdMdee xnneneoromifiwnq oPNe ComP�nY enkretl imo i6eaNioey mwesofbueinme(aech e"Writ�en Cnneniawnt"y (I) E�rAofMeCluimuiLtliePnadm�mdtlwVicaPrwidmuofMeCompmyuhraEywtlwnmtlronaulemryWnvmComnua�nMforendmbehdfoftlieCompeny,inderN¢vealofdeCampenym al6enwu ' (A PatlidWYWWmmdapolmY-a�Bwlaf�heCompnyuAe�ebYuuMnadbe�mm�'Wri�mCammimm�9ormMmbahdPMAeCumO�Y.u�dermeaalofdeComPmYmoAerwvaroMemtiviitlw ' � amh aCtimhaNhorimd M tlw Wu ofPa`wn Ww'��twm wrli V'o�wthl�¢poinmintYarB itlamsyd'nhct. . (»' Pai�A�oftlwQu�me4mePrctidmtadl6aVimRwdeNoftlieCamVOYnM1mobYMMnadfarmdm6tlWfoftlwCovmmY.bWWMtinxritinemYO��tlwYbmeY-lo-faGaftlieCompmYwi�h fWI Vo�/mW mMnqm aaot4 far�mdm bdWfofthe C�pmY.wder Errd oP�heCavpanY oral6snNe.arA Wriltra Ca�d�mmu ol'da Cavqmy n iM'Mryeti6rd m aud�wnnm RWiemmt whirb ryaa6anao nW'bs MW��YMar dm of Wrium Commimimuor M W^a�ntian of�sm mwa P�a Wnl�ComvtimwLL (�) Hachufiliel'.Mi��.tlwPmidmtacdVkePraidm4oYAeC4PVW'ialaeig',ANMnmdlmmlmhhdPofMeCampmp.mdel�teinv.+!8n{M'aNmaHimrof9roCompa^YdwwWonbm ���4faruW m beEdPaF1MGmDNY.lmdvtlu C>mM^Y�twetaqhervrir.weh Writoe�ComudmmtioP�ComP�Y aaYaNn'+8ad in aich wrl�ptl Aelaytim,whid qmefin6m mq be by µneN rype NClsqotulillmComiairnenti arby qrocOrmonafovtrmmro pmYculv Wriam Comauwmm. (5) Thed�aM1ueofmryoflfarmdhmperonaxmutinBnYWritlmCommimienlorqryointmantwdelagetlonpmumtro9v�lteeoluoan.mdlhaeedoPMaCampmry.mayMal7L<adbyhmmdeonach Wriun Commilmmtm wria��@poinlmml mddepeuan. PUA711ER RPSOLVED,tlui�he fo[epoine Raw�mm dul4wt be dmnid lo bem asbmiw ouromml ot16e pwco�od�ulhorirynPalRo¢n,mnployq Imd oWvpertm+m qq(or anE rn behdf oftlw. Cem�anY.aeEauA Rmd�elonehell rothmi�aoOmvAw d6d Ne aart3eeo4mY arb W�wrm�utlwrlba0awuaddlY&+m�mvenatl. Dces hereby nominate,convtiArte aiid appoint Cherles N Persons.GMvisropher F�MulJaney;Jane L Ftdorcxyk,Mark Niemeya,Merk A Lynch,V�xM J Marrcini, R'endy Lee V✓edkinv,all ofthe City of RADNOR pennsy�vania.each'vidividually if therc be more then o�re named,ib true and lawful eCnmry-iM�c4 W meke, exaute.seel end deliver on i�bel�alf,and as ib act end deed airy mM all bonda.fmdermkings,recognizarica.contracts and mher writin�in the nenue d¢reof in penalties frot cxaeding 7wemy Five mi]lion dollars_&zero ams(525,000,000.00)and N�e aeaurion ofsmh wrifings in pursuana of Umx prasentv shall be as,0inding upon seid Campany,�fully end miryly as if itwy�hod ban duly execWed mid ecl�%owiedgeii by the regidadY dected officars of Ne Compaay at its Pri�ipa!office, _ .. . � _ . . . . IN WCENESS W}IEREOF ILe seid Stephen M.Haney;Vice-President,hes hereunw subscnbed his name end�xed the Corporam aeal of Ne said WESTCHE57'ER FIRE INSURANCE COMPANY this 9 dey of Decmnber 2014. WESI'CFIESTER FIItE INSURANCE COMPANY f,,,.. .. 4. ;�'� . �^�-'�^_�� - � ' $eeppepM.lhrcy VmeNo�mt ��p COMMONWEAL7'fi OF PENNSYLVANIA , �COUNTY OF PHILADELPHIA se. On this 9 day of Deamber,AD.2014 before me,a Notary Public of the CommonweelN ofPennsylveoia in end fm the Coumy of Philadelphia came S�ephen M.Henry Vico-Aesidrnt of the WES'fC1�STER FDtE IN5URANCE COMPANY to me persarially Imown W be the individuel m�d offcer who execuud the preceding insvument,end he aclmowledged that he esecimed the sauie,and Uwt ihe aed nfl&�W tla prsceding inatrument is the coqwmu sea!afseid Compa�ry; that the said caporate xel azid his signantte were duly affixed by qie auMority aad diiection oftlu said curpo�etioq and ihat Reeolution,adoptta by tlu Buerd of Dimtors ofsaid CUmPanY,refcrted W in tlie preceding insvumen[,is trow�f0i60. . , IN 1'EST[MONY V✓1�REOF,I tiave hereunto aet my hand end atFxed my officid xal et the City of Philadelphie the day ond year first ebove written. �,�N ��' �� , _. . . .... _. .., �,��3 a �t � ���� .e.' �Jy'� �1 W�tIDL� Rflb-. �-b ~, � � .,'�,,. :awa',.LO� nma, ':4�.+. r I,the wdeisigned dssismnt Secratary of 4a W6STCHFbTER FIRE DVSLIBANCE COMPANY,do heteby certify tlmt the originnl POWER OF ATTORNEY oF iJhich�the�foregoing is a substmdially ave end correct copy,is in tull fo�ce and effect In ivimess wheroof,I hsve hereunW aubscribed my neme as Assislant Secretary,end affixed the corporete seai of the Coryoration,Nis day of �pY��• �V f •'� �� i� �. . �� • � w m,i iwy.�aama .oam, � ',, . THI$POWER OF A'ITORNEY MAY NOT BE USED 70 EXECUi'6 ANY BOND WITH AN INCEPIION DATE AFTER December 09,2016. -sew�nrosa,. ,a:���, � � ��, , DocuGarRd04346 contalns a securitypantograph,Wue DackpraUnd,heet-sensltive ink,coin-reactive wafermark;and microtextptlnting on border �M�+`^"%" AUWnBIeA Meler InRasbucWre Syelom EqulpmenleiM SeMceaCanYw1 Bohvaorr Cltyd Aubum end Fargueon ATTACHMENT "H" ProJect CP1377,Water Meter&Billing System Improvements,Contract No. 15-11 PREVAILING WAGE RATES � I All Prevailing Wage Documents To Be Filed and Provided To The ' Citv of Auburn with Washington State Labor And Industries Prior to Execution_of Services I I 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 musL add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key Journey Level Prevailing Wage Rates for the Effective Date: 8/6/2015 Count Trade Job Classification Wa e Holida Overtime Note Pierce. Asbestos Abatement Workers Journey Level 542•67 SD 1 H Pierce Boilermakers Journey Level 564•29 SN � Pierce Brick Mason Brick And Block Finisher 544.46 SA �1 Pierce Brick Mason Journey Level $51.32 SA 1M Pierce Brick.Mason Pointer-Caulker-Cleaner $51.32 � �M _ � �Pierce Bui�dinq Service Emp�vees Janitor $9 47 1 � Pierce Buildine Service Emplovees Shampooer $10.08 1 Pierce Buildinst Seaice Emplovees VJaxer $10.08 1 � Pierce BuildinQ Service Emplovees Window Cleaner $13.22 1 � Pierce Cabinet Makers (In Shop) Journey Level $28.36 1 � Pierce Caroenters Acoustical Worker $52.32 5D 46 � Pierce Carpenters Bridge, Dock And Wharf $52.32 SD 4C Carpenters Pierce Caroenters Carperiter $52.32 SD 4C jPierce Carpenters Carpenters on Stationary Tools 552.45 ,� 9� � 3Pierce Caroenters Creosoted Material 552.42 �D g� � �Pierce Carpenters Floor Finisher $52.32 SD 4C � jPierce Car enters Floor Layer $52.32 SD 4C � �Pierce Carpenters Scaffold Erecto� $52.32 SD 4C �Pierce Cement Masons Joumey Level 552.38 7A 1M � �Pierce Divers &Tenders Diver $105.37 SD 4C 8A � �Pierce Divers & Tenders Diver On Standby $59 50 SD 4C � ;Pierce bivers & Tenders Uiver Tender $54.82 5D 4C , �Pierce Divers &Tenders Surface _Rcv @ Rov Operator 554.82 SD 4C � Pierce Divers &Tenders Surface Rcv & Rov Operator 551.07 SA 4C � Tender Pierce Dred e Workers Assistant Engineer $54J5 SD 3F � 3Pierce Dredee Workers Assistant Mate (Deckhand) $54.33 SD 3F � �Pierce Dredee N/orkers Boatmen 554•75 SD 3F ' �Pierce Dred�e Workers Engineer Welder $55.79 SD 3F j i _ _ _ _ _ _ _ - - , https://fomess.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 2 of 17 Pierce Dredse.Workers Leverman, Hydraulic $56.92 � � Pierce Dredae Workers Mates $54.75 SD ,� Pierce Dredae Workers Oiler 554.33 5D �F Pierce Drvwall Ao U'�cator Journey Level 55232 5D �i___ Pierce Drvwall Taoers Journey Level 552'.37 � 1 E Pierce ElectricalFixture Maintenance Journey Level 517•76 1 Workers �Pierce Electricians Inside Cable Splicer $61.96 _ 5C__ 1G ?Pierce Electricians inside Journey Level $58.35 5G 1G Pierce Electricians--Inside Lead Covered Cable Splicer 565.55 � �G � Pierce Electricians Inside Welder $619.6 SC L ;Pierce �lectricians MotorShop Craftsman _$15.37 1 Pierce Electricians Motor Shoo Joumey Level 514.69 1 ___ Pierce Electricians--Powerline Cable Splicer $b9 95 ;�i 4� I Construction Pierce Eledricians Powerline Certified Line Welder 563.97 SA 4D Consfruction Pierce Electricians - Powerline Groundperson $43.62 SA 4D Construction Pierce Electricians_ Powerline Heavy Line Equipment 563.97 5A 4D Construction Operator Pierce Electricians Powertine Joumey Level Lineperson Sb3.97 SA 4D Const�uction �Pierce Electricians Powerline Line Equipment Operator $53.81 SA 4D Construetion �Pierce Electricians_ _P.owertine Pole Sprayer $63.97 5A 4D Construction �Pierce Electricians Powerline Powderperson $47.55 SA �D I Construction �Pierce Electronic Technicians Journey Level $32.39 _ 1 �Pierce Elevator Constructors Mechanic 582•67 _ _ 7D_ 4A ___ ;Pierce ElevatorConstructors Mechanic In Charge 589.40 70 4A �Pierce Fabricated.Precast.Concrete Journey Level In-Factory 59 47 1 , Broduc s Work Onty IPierce Fence Erecto�s Fence Erector Szz•56 1 � 1,Pierce Flae¢ers __ _ Journey Level 536.17 7A 31 ! ,Pierce Glaziers Journey Level $54.91 7L 1Y � iPierce Heat &-Frostlnsulators And Journeyman $61 18 SJ 15 1 g Asbestos Workers i jPierce Heating Eaui�ment Mechanics Journey Level $7037 L � � f Bierce Hod Carriers-8 Mason Tenders Journey Level $44•00 7A 31 Pierce Industrial Power Vacuum Journey Level $9 47 1 Cleaner �Pierce Inland Boatmen Boat Operator $54.57 56 11( (Pierce Inland Boatmen Cook $50.95 56_ _ 1K Pierce Inland.Boatmen Deckhand 55119 56 1K ( Pier2e Inland Boatmen Deckhand Engineer 552.18 56 1K � Pierce Inland Boatmen launch Operator $53.40 5B 1K � https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 Page 3 of 17 Pierce. Intand Boatmen Mate $53.40 56 1K � Pierce Inspection/Cleaning/Sealine Cleaner Operator, Foamer $9 73 1 ( Of_Sewer B.Water Svstems Bv Operator I Remote Control Pierce Inspection/Cleanine/Sealing Grout Truck Operator 511 48 1 � Of Sewer &Water Svstems Bv Remote Controt Pierce Insoection/Cleanine/Seatine Head Operetor $12.78 1 Of Sewer 8 Water Svstems Bv Remote Control Pierce InsoectionlCleanina/Sealina Teclinician $9 47 1 ( Of Sewer & Water.Svstems-By Remote Control Pierce Inspection/Cleanine/Sealine Tv Truck Operetor $10.53 1 Of Sewer & Water Svstems Bv R�mote Confrol Pierce Insulation Apolicators Journey Level $52.32 5� 4C Pierce Ironworkers Journeyrtian $61.62 _ jZl 1� Pierce Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 � Screed Pierce Laborers Airtrac Drill Operetor $44.00 7A 31 Pier¢e Laborers Ballast_R_egular Machine $42,67 7A 31 � �Pierce Laborers Batch Weighman $36.17 7A 31 Pierce la rers Brick Pavers $42.67 7A 3� Pierce Laborers Brush Cutter 542.67 Z �I Pierce Laborers Brush Hog Feeder $42.67 7A �I _ Pierce Laborers Burner $42.67 7A �I �Pierce Laborers Caisson Worker 544.00 7A 31 � (Pierce Laborers Carpenter Tender 542.67 7A 31 Pierce Laborers Caulker $42.67 7A 31 I Pierce Laborers Cement Dumper-paving $43.46 7A 31 ( Pierce Laborers Cement Finisher Tender 542.67 7A 31 �Pierce Laborers Change House Or Dry Shack $42.67 7A 31 � �Pierce Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 J IPierce, Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 j Over) - � Pierce Laborers ChokerSetter _ $42.67 7� _ � � �Pierce_ Laborers ChuckTender $42.67 7A 31 J �Pierce Laborers Clary Power Spreader $43.46 7A 31 j �Pierce Laborers Clean•up Laborer $42,67 7A 31 ; �Pierce Laborers Concrete Dumper/chute 543.46 7A 31 _ Operator � Pierce L ers Concrete Form SYripper $42.67 7A � � Pierce Leborers Concrete Placement Crew 543.46 7A 31 � Pierce Laborers Concrete Saw Operator/core $43.46 7A � � Driller Pierce Laborers Crusher Feeder $36.17 7A 31 � Pierce Laborers Guring Laborer $42.67 7A 31 � — — – ! https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 4 of 17 Pierce L orers Demolition: Wrecking & $42.67 7A �I Moving (incL Charred Material) Pierce La er Ditch Digger $.42.67 j8 � Pierce Laborers Diver $44.00 7� � Pierce Laborers Drill Operator $43.46 jA � _ __ (hydraulic,diamond) Pierce Laborers Dry Stack Walls $42.67 7A 31 Pierce Laborers Dump Person $42.67 7A 31 Pierce Laborers Epoxy Technician $42.fi7 7A 31 ( Pierce Laborers Erosion Control Worker $42.67 7A 31 � Pierce Laborers Paller &_Bucker Chain Saw 543.46 7A 31 � Pierce Laborers Fine Graders 542.67 j� �_ _ j Pierce Laborers Firewatch $36.17 jA 31 � Pierce laborers Form Settier $42.67 jA � j �Pierce Laborers Gabian Baske_t Builders $42.67 7A �I � Pierce Laborers General Laborer $42.67 � _ �_ _ � Pierce Laborers Grade Checker &Transit $44•00 7A 31 � Person Pierce Laborers Grinders $42.67 7A 31 Pierce Laborers Grout Machine Tender _$42.67 7A 31 � (Pierce La o e Groutmen (pressurejinclud'rng $43.46 7A � ( Post Tension Beams IPierce Laborers Guardrail Erector 542.67 7A 31 � �Pierce Laliorers Hazardous Waste Worker $44•00 7A 31 � (level A) Pierce Laborers Hazardous Waste Worker $43.46 � 31 � (level B) Pierce Laborers Hazardous Waste Worker 542.67 7A 31 � (level C) { Pierce r rs High Scaler $44.00 Z �I. i Pierce laborers Jackhammer $43.46 7A 31 4 Pierce Laborers Laserbeam Operator 543.46 7A 31 � �Pierce Laborers Maintenance Person_. _ 542.67 7A 31 � �Pierce Laborers Manhole Builder-mudman $43.46 7A 31 � �Pierce Laborers Material Yard Person 542.67 7A 31 ; jPierce Laborers Motorman-dinky Locomotive 543.46 7A 31 � �Pierce Laborers Noaleman (concrete Pump, $43.46 7A 31 ; � Green Cutter When Using � � Combination Of High Pressure � Air 8 Water On Concrete & ; Rock, Sandblast, Gunite, � � Shotcrete, Water Bla �Pierce Laborers Pavement Breaker $43.46 7� � ] �Rierce Laborers Pilot Car $36.17 L__ _ � � Pier.ce Laborers Pipe Layer Lead $44•00 7A 31 � �Pierce Laborers__ . . Pipe Layer/tailor $43.46 7A 31^ � �Pierce Laborers Pipe Pot Tender $43.46 7A_ 31 � _ I https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 Page 5 of 17 Pierce Laborers Pipe Reliner $43.46 7A 31 Pierce borers Pipe Wrapper $43.46 7A �{ �Pierce borers Pot Tender $42.67 7A 31 Pierce Laborers Powderman _ __ _ $44.00 7A � � Pierce r rs Powderman s Helper $42.67 7A 31 � Pierce Laborers Power Jacks $43.46 7A 31 f �Pierce Laborers Railroad Spike Puller - Power $43.46 7A 31 � Pierce Laborers Raker -Asphalt_ $44.00 7A 31 ! Pierce Laborers Re-timberman $44.00 7A 31 �Pierce Laborers Remote Equipment Operator $43.46 7A 31 ( �Pierce Laborers Rigger/signal Person 543.46 7A 31 ! Pierce Laborers Rip_Rap Pgrson $42.67 7A 31 � Pierce Laborers Rivet Buster $43.46 7,A 31 � Pierce Laborers Rodder $43.46 7A 31 � Pierce Laborers Scaffold Eredor $42.67 7A 31 Pierce Laborers Scale Person $42.67 7A 31 Pierce Laborers Sloper (over 20") 543.46 L 31 Pierce Leborers Sloper Sprayer $42.67 7A 31 Pierce Laborers Spreader (concrete) $43.46 7A 31_ Pierce Laborers S.take Hopper $42.67 7A 31 Pierce borers Stock Pilec $42.67 7A � Pierce Laborers Tamper &Similar Electric, Air 543.46 7A 31 &Gas Opereted Tools Pierce Laborers Tamper (multiple 8 Self- $43.46 7A 31 I propelled) IPierce Laborers Timbe� Person Sewer $43.46 7A 31 (lagger, Shorer 8 Cribber) I �Pierce Laborers Toolroom Person (at Jobsite) 542.67 7A 31 Pierce rers Topper $42.67 7A 31 � Pierce L orers Track Laborer $42.67 L _ �__ _ � Pierce Laborers Track Liner (powery $43.46 7A 31 � �Pierce L rers Traffic Control Laborer $38.68 7A �l SR � Pierce rs Traffic Control Supervisor $38.68 L �I 8R � (Pierce Laborers Truck Spotter $42.67 7A 31 ( �Pierce Laborers Tugger Operator $43.46 7A 31 � �Pierce Labore�s Tunnel Work-Compressed Air $64.99 7A 31 8� J Worker 0-30 psi __ � �Pierce Laborers Tunnel Work-Compressed Air $70.02 7A 3J S � Worker 30.01-44.00 psi �Pierce Laborers Tunnel VJork-Compressed Air 573.70 7A 31 S � Worker 44.01 54.00 psi �Pierce Laborers Tunnel Work-Compressed Air 579 40 7A 31 8�( � Worker 54.01-60.00 psi IPierce Laborers Tunnel Work•Compressed Air $8t.52 7A 31 S Worker 60.01-64.00 psi a Pierce Laborers Tunnel Work-Compressed Air 586.62 7� 31 8�( � WorKer 64.01•68.0.0 psi. - - ' https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 6 of 17 Pierce Laborers Tunnel Work-Compressed Air 588•52 7� � 8�( Worker 68.01-70.00 psi Pierce laborers Tunnel Work-Compressed Air 590.52 7A 31 8� � Worker 70.01-72.00 psi Pierce Laborers Tunnel Work-Compressed Air 592.52 7A 3J 8�( Worker 72.01-74.00 Psi_ ___ Pierce Laborers Tunnel Work-Guage and Lock $44•10 7A 31 g � Tender Pierce Laborers Tunnel Work-Miner 544.10 7A 31 �, � Pierce Labore�s Vibretor $43.46 7A 31 � Pierce Laborers Vinyl Seamer_ $42.67 7A 31 � jPierce Laborers Watchman 532.87 _ 7A, _ . _ 31_ { Pierce Laborers Welder $43.46 7A 31 � Pierce Laborers Well Point Laborer $43.46 7A 31 � Pierce Laborers Window Washer/deaner $32.87 7A 31 (Pierce Laborers - Undereround Sewer General Laborer &Topman $42.67 7A 31 8 Water Pierce Laborers -Underaround Sewer Pipe Layer 543.46 L 31 &Water Pierce Landscape Construction trtigation Or Lawn Sprinkler 519•07 1 I Installers Pierce l,andscape Construction Landscape Equipment $14.55 1 I Operators Or Truck Drivers � (Pierce Landscape,Construction Landscaping Or Planting $17.07 1 I Laborers �Pierce . Lathers Journey Level 55'2.32 SD 1H (Pierce Marble Setters ____ _ Journey Level $.57.32 SA 1M +Pierce Metal Fabrication (In Shop) Fitter 515.25 1 _ (Pierce Metal Fabrication (In Shop) Laborer $10.32 1 +Pierce Mefal Fabrication (In Shop) Machine Operator 513.98 1 � Pierce Metal Fabrication (In Shool Welder 513,98 1 Pierce Millwrieht Journey Level_ $53.42 5D. 4C �Pierce Modular Buildines Journey Level 59.47 1 � �Pierce Painters Journey Level $37.80 6Z 26 � Pierce Pile-Driver Journey Level 552.37 SD 4C � �Pierce Plasterers Journey Level 550.42 S 1R' � Pierce Plavaround & Park Eauioment Journey Level $9 73 1 � Installers �Pierce Plumbers � Pipefitters Joumey Level $63.57 SA 1G _ � �Pierce Power Equipment Ooerators Asphalt Plant Operator 559.24 7A 3C 8P � �Pierce Power Equipment Operators Assistant_E_ngineers 551 97 7A 3C 8P 9 �Pierce Power Equipment.0oerators Barrier Machine (zipper) $_54J5 7A 3C 8P. � Pierce Power Equipment.Operators Bateh Plant Operator $54.75 7A 3C 8P � Concrete Pierce Power Equipment Operators Bobcat $51 97 7A 3C SP � I Pierce Power Equipment Operators Brokk - Remote Demolition $51 97 7A 3C SP � ! Equipment Pierce Power Equipment Operators Brooms $51 97 7A 3C 8P � - - — — — , https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page '7 of 17 �Pierce Power Eaui�ment Ooerators Bump Cutter $54.75 jA � $P lPierce Power Equipment Ooerators Cableways $55.24 7A � 8P Pierce Power Eauioment Ooerators Chipper $54.75 7A 3C 8R Pierce Power Equipment Operators Compressor $51 97 j� 3C �P � Pierce Pbwer Eouipment Ooerators Concrete Pump: Truck Mount $55.24 7A � �P � With Boom Attachriment Over 42m Pierce Power Eouioment Ooerators Concrete Finish Machine -laser 551 97 jA � � Screed Pierce Power Equipment Operators Concrete Pump Mounted Or 554:33 7A 3C 8P � Trailer High Pressure Line Pump, Pump High Pressure Pierce Power Equipment Operators Concrete Pump: Trucli Mount 554.75 7A 3C 8P � With Boom Attachment Up To 42m Pierce Power Eauipment Operators Conveyors $5433 7A 3C 8P � Pierce Power Eauipment Operators Cranes, 100 Tons 199 Tons, $SSJ9 7A 3C 8P ! Or 150 Ft Of Boom (induding I Jib With Attachments) �Pierce Power Equipment Operators Cranes, 200 Tons To 300 Tons, $56.36 7A 3C 8P I Or'250 Ft Of Boom (induding Jib With Attachments) Pierce Power Equipment Operators Cranes: 20 Tons Through 44 554J5 7A 3C 8P i Tons With Attachments (Pierce Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P � Tdns, Under 150' Of Boom (including Jib With Attachmencs) �Pierce Power Eauioment O�erators Cranes: A-frame 10 Tons And 551 97 7A 3C 8P Under � �Pieree Power Equipment Operators Crenes: Friction 100 Tons 556.36 7A 3C 8P � i Through 199 Tons �Pierce Power Equipment Ooerators Cranes: Friction Ov.er 200 Tons 5.56.92 7A 3C 8P 1 �Pierce Fower Eauipment Ooerators Cranes: Over 300 Tons, Or 300' S56.92 7A � � Of Boom (Including Jib With � � Attachments) �Pierce Rower Equipment Ooerators Cranes: Through 19 Tons With $54.33 7A � �P � ! Attachments A-frame Over 10 � Tons_ jPierce Power Eaui�ment O�erators Crusher 554J5 7A 3C §� � �Pierce Power Eauioment Ooerators Deck Engineer/deck Winches 554J5 7A 3C 8P (power) � Pierce Power Equipment Operators Derricks, On Building Work $55._24 7A 3C 8P 8 !Pierce Power Equipment Operators Dozers D-9 & Under $54.33 7A 3C SP � �Pierce Power Equipment Operators Drill Oilers: Auger Type, Truck 554•33 7A 3C 8P � Or Crane Mount jPierce Power Equipment Operators Drilling Machine $54.75 7A 3C 8P � ;Pierce Power Equipment Operators Elevator And Mamlift: 551 97 7A 3C 8P � � Permanent And Shaft Type �Pierce Power E ui ment Ooerators $54.75 7A 3C SP a � https://forness.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 Page 8 of 17 Finishing Machine, Bidwell And Gamaco & Similar Equipment Pierce Rower-Eauipment 0 er� ators Forklift: 3000 Lbs And Over $54.33 7�, � $P With Attachments Pierce Power Equipment Operators Forklifts: Uniler 3000 Lbs. $51 97 7A 3C SP With Attachmenfs Pierce Power Eauioment Ooerators Grade Engineer Using $54.75 7A 3C 8P Blueprints, Cut Sheets,etc. Pierce Power Equipment.Operators GradechxkeNstakeman 551 97 7A 3C 8P � �Pierce Power Equioment Operators Guardrail Punch 554.75 7A 3C 8P Pierce Power Equipment Operators Hard Tail End Dump 555.24 7A 3C SP Articulating Off- Road Equipment 45 Yards. & Over Pierce Power Equipmenf OpereEors Hard Tail End Dump $54.75 7A 3C 8P � Articulating Off-road Equipment Under 45 Yards �Pierce Power Eauipment.Operators HorizontaVdirectional Drill $54•33 7A 3C 8P Locator IPierce Power EquiDment Operators HorizontaVdirectional Drill 554•75 7A 3C SP Operator __ Pierce Power Equipment Operators Hydralifts/Boom Trucks Over $54•33 7A 3C 8P � 10 Tons _ _ __ �Pierce Power EquiDment.Operators Hydral'ifts/boom Trucks, 10 551 97 7A 3C 8P i Tons Anci Under , _ _. � Pierce Power Equioment Ocerators Loader, Overhead 8 Yards. & $55.79 7A 3C 8� Over �Pierce Power Equipment Operators Loader, Overhead, 6 Yards. _$55.24 7A 3C SP But Not Induding 8_Yards_ _ Pierce Power Eauioment Operators Loaders; Overhead Under b $54.75 L 3C 8P Yards �Pierce Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C SP � �Pierce Power Equipment Operators Loaders: Elevating Type Belt 554.33 7A 3C 8P Pierce Power Equipment Operators Locorimotives, All 554.75 7A 3C 8P I Pierce Power Equipment Ooerators Material Transfer Device _$.54.75 7A 3C 8P � Pierce Power Equipment Operators Mechanics, All (Leadmen - $SSJ9 7A 3C 8P � 50.50 Per Hour Over � Mechanic) �Pierce P.ower Equipment Operators Motor Patrol Grader = Non• $54.33 7A 3C 8P � finishing � �Pierce Power Equipment Ooerators Motor Patrol Greders, $.55.24 7A 3C 8P � i Finishirig 3Pierce Power Eauioment Operators Mucking Machine, Mole, $55.24 7A �C ,$P � � Tunnel Drill, Boring, Road Header AndlorShield �Pierce Power Eouioment Operators Oil Distributors, Btower 551 97 7A 3C 8P � i Distribution & Mulch Seeding j Operato� �Pierce Power Eauioment O�erators Outside Hoists (elevators And $54.33 jA 3C $P Manlifts), Air Tuggers,streto �Pierce Power EQuipment Operators $54.75 7A 3C 8P z ---- https://forcress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 9 of 17 � Overhead, Bridge Type Crene: I 20 Tons Through 44 Tons Pierce Power Equipment Operators Overhead, Bridge Type: 100 555.79 7A 3C SP Tons And Over 'Pierce Power Equipment Ooerators Overhead, Bridge Type: 45 555.24 � � 8P Tons Through 99 Tons Pierce Power Equipment Operators Pavement Breaker $51 97 7A 3C 8P Pierce Power Equipment Operators Pile Driver (o[her Than Crane $54.75 7A 3C 8P Mount) Pierce Power Eauioment Ooerators Ptant Oiler Asphalt, Crusher $54.33 7A 3C 8P Pierce Power Equipmen't Operators Posthole Digger, Mechanical $51 97 7A 3G 8P Pierce Power Equipment Operators Power Plant $51 97 7A 3C 8P � Pierce Power Equipment Operators Pumps - Water $51 97 7A 3C 8P Pierce Power Equipment Operators Quad 9, HD 41, D10 And Over $55.24 7A 3C 8P Pierce Power Equipment Operators Quick Tower - No Cab, Under $51 97 7A 3C 8P 100 Feet In Height Based To Boom Pierce Power Equipment Operators Remote Control Operator On $55.24 7A 3C SP Rubber Tired Earth Moving Equipment Pierce Power Equipment Operators Rigger And Bellman $51 97 7A 3C 8P Pierce Power Equipment Operators Rollagon $55.24 7A 3C 8P � Pierce Power_Equipment Ope�ators Roller, Other Than Plant Mix $51 97 7A 3C 8P Pierce Power Equipment Operators Roller, Plant Mix Or Multi-lift $5433 7A 3C SP Materials Pierce Power Equipment Operators Roto-mill, Roto-grinder 554J5 7A 3G 8F Pierce P.owefEquipment.Operators Saws Concrete $54.33 7A 3C 8P Pierce Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P - - 45 Yards �Pierce Power Eoui m�t 0 erators Scrapers - Concrete 8 Carry $54.33 7A 3C 8P All Pierce Power Equipment Operators Screpers, Self-propelled: 45 $55.24 7A 3C 8P I Yards And Over �Pierce Power Eauioment Ooerators Service Engineers - E uipment $54.33 � �C $P jPierce Power Eauioment Ooerators Shotcrete/gLriite Equipment S51 97 ,7� �C SP jPierce Power Eauioment Ooerators Shovel , Excavator, Backhoe, $54.33 Z � $P ( Tractors Under 15 Metric j _ Tons. �Pierce Power Eauioment Ooerators Shovel, Excavator, Backhoe: $55.24 7A 3C �8P � Over 30 Metric Tons To 50 � Metric Tons �Pierce Power Eauioment Ooerators Shovel, Excavator, Backhoes, $54•75 L 3C 8P I Tractors: 15 To 30 Metric Tons �Pierce Power Equipment Operators Shovel, ExcavatoY, BackHoes: $55.79 7A 3C 8P � Over 50 Metric Tons To 90 Metric Tons Pierce Power Equipment Operators Shovel, Excavator, Backhoes: 556.36 7A 3C 8P Over 90 Metric Tons 3Pierce Power Equipment Operators Slipform_Pavers $55.24 7A 3C SP , �PierCe Power Equipment Operators $55.24 7A 3C 8P � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 10 of 17 Spreader, Topsider & Screedman Pierce Power Equipment Operators Subgrader Trimmer $54•75 7A 3C 8P - -- - — — - Pierce Power Equipment Operators Tower Bucket Elevators 554•33 7A 3C 8P �Pierce Powe� Equipment.Operators Tower Crane Over 175'in 55636 7A 3C 8P Height, Base To Boom �Pierce Power Eouipment Operators Tower Crane Up: To 175' In $55.79 7A 3C 8P Height, Base To Boom. Pierce Power Equipment Operators Transporters, All Track 0� $55.24 7A 3C 8P Truck Type Pierce Power Equipment.Operators Trenching Machines $5433 7A 3C 8P � �Pierce Power Equiprtient Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P. Tons And Over I �Pierce Power Equipment Operators Truck Crane Oiler/driver 554.33 7A 3C 8P Under 100 Tons �Pierce Power_EquipmentOperetors Truck Mount Portable 554•75 7A 3C 8P Conveyor ( Pierce. Power Eauioment O�erator's Welder $55.24 7A �, 8P �Pierce Power Eauioment Ooerators Wheel Tractors, Farmall Type_ .$51.97 ___7�, _ _ �C _ _ $F Pierce Power Eauioment 0�eretors Yo Yo Pay Dozer $54•75 7A � 8P Pierce Powec Eauioment Ooerators- Asphalt Plant Operator $55.24 j� � 8P , UnderQrounii.Sewer.8 Water �Pierce Power Equipment Operators- Assistant Engineers $51 97 7A 3C 8P Under¢round Sewer& VJaEer_ _ �Pierce Power Equipment Ooerators• Barrier Machine (zipper) $54.75 7� � 8P � Under�round Sewer & Water �Pierce Power Equipment Operetors', Batch Plant Operetor $54.75 7A 3C 8P Underaround.Sewer &Water Concrete �Pierce Power Equipment Operatiors- Bobcat 551 97 7A 3G 8P I , Under�rountlSewer&Water �Pierce Power Equipment Operators- Brokk Remote Dembliti6n 551 97 7A 3C SP � � _ Undereround Sewer & Water Equipment Pierce Power Epuipment Operators- Brooms S51 97 7A 3C 8P I � Underaround Sewer & Water + �Pierce Power Equioment Operators- Bump CufEer $54.75 7A 3C 8P Underaround Sewer & Water — � �Pierce Fower-Equipment.Operators- Cableways 555.24 7A 3C SP � � Underaround Sewer &Water �Pierce Power Eauioment Operators- Chipper $54•75 J,� � 8P I ; Unde�eround Sewer & Water � �Pierce Power Equipment Operetors- Compressor 551 97 7A 3C 8P � j Undereround Sewer 8 Water s Pierce Power Eauioment Operatois- Concrete Pump: Truck Mount $55:24 jA � 8P i � Underaround Sewer &.Water With Boom Attachment Over I i - - 42m �Pierce Power E ui ment Ooerators- Concrete Finish Machine -laser $51 97 7A � 8P I # Undereround Sewer 8 Water Screed �Pierce Power-Equipment Operators- Concrete Pump - Mounted Or 554.33 7A 3C 8P � Underground Sewer & Water Trailer High Pressure Line ` Pump, Pump High Pressure 1 - — � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 11 of 17 �Pierce Power Eouioment Operators- Concrete Pump: Truck Mount $54J5 7A � 8P UnderQround Sewer 8 Water With Boom Attachment Up To 42m Pierce Power Eauioment Ooeretors- Conveyors $54•33 7A 3C 8P Under¢round Sewer 8 Water Pierce Bowe� Equipment-Operators- Cranes, 100 Tons - 1.99 Tons, $55.79 7A 3C SP Under�round Sewer ft Water Or 150 Ft Of Boom (induding Jib With Attachments) Pierce Power Equipment Operators- Cranes, 200 Tons To 300 Tons, 556.36 7A 3C 8P Underaround Sewer & Water Or 250 Ft Of Boom (induding Jib With Attachments) Pierce Power Equipment Operators- 6ranes: 20 Tons Through 44 554.75 7A 3C 8P Underaround Sewer & Water Tons With Attachments Pierce Rower Equipment Operators• Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer & Water Tons, Under 150'Of Boom (induding Jib With Attachriments) Pierce Power Equipment Operators- Cranes: A-frame - 10 Tons And 551 97 7A 3C 8P Underaround Sewer &Water Under Pierce Power Eoui�ment Operators- Cranes: Friction 100 Tons $5636 7A 3C 8P Underground Sewer &Water Through 199�Tons Pierce Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P UriderQround Sewer & Water Pierce Power Equipment Operators- Cranes: Over 300 Tons, Or 300' $56.92 7A 3C 8P Under�round Sewer & Water Of Boom (Including Jib With Attachments) Pierce Power Equipment Operetors- Crenes: Through 19 Ton§With $54.33 7A 3C 8P Undereround Sewer & Water Attachments A-frame Over 10 Tons jPierce Power Equipment Operators- Crusher $54.75 7A 3C 8P � Under2�ounH Sewer&Water Pierce Power Equipment 0'perators• Deck Engineer/deck Winches $54.75 7A 3C 8P Under round Sewer Ft Water (power) �Pierce Power Equipment Operetors- Derricks, On Building N/ork 555.24 7A 3C 8P Under�round Sewer & Water Pierce Fower Equipment Operators- Dozers D-9 @ Under $54.33 7A 3C 8P � Underaround-Sewer & Watec — , �Pierce Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P � i Unde'reround 5ewer B.Water Or Crane.Mount , �Pierce Power Eauipment Ooerators- Drilling Machine 554•75 7A 3C 8P, � Underaround Sewe� ft Water �Pierce Power Eauipment Operafors- Elevator And Mamlift: $51 97 7A 3C 8P � ; �Jnderground Sewer 8 Water Permanent And Shaft Type �Pierce Power Eauioment O�erators- Finishing Machine, Bidwell 554.75 L 3C 8P � Undereround Sewer Fx Water And Gamaco 8 Sim'ilar ( Equipment �Pierce Power Eauioment O�erators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P, � ; Undersi'ound Sewe�£t Water With Attachments Pierce Power Equipment Operators- Forklifts: Under 3000 Lbs. $51 97 7A 3C 8P � Under�round Sewer& Water With Attachments � �Pierce Power Equipment Ooerators- Grade Engineer• Using $54.75 7A � 8P � Underground Sewer & Water Blueprint`s, Cut Sheets,etc. , � - - - https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 12 of 17 �Pierce Power Eauipment Operators- Gradechecker/stakeman 551 97 7� � 8P Underarourid Sewe�_8 Water �Pierce Power Equipment Operators- Guardrail Punch 554.75 7A 3C 8P Underaround Sewer 8 Water _ _ �Pierce Power Equipment Ooerators- Hard Tail End Dump 555.24 7A 3C �P � Under�round Sewer 8 Water Articulating Off Road Equipment 45 Yards. & Over Pierce Fower Eauioment Ooerators- Hard Tail End Dump 554.75 J� 3� 8P � UnderQround.Sewer&_Water Articulating Off-road Equipment Under 45 Yards �Pieree Power Eauioment Operators- Horizontal/directional Dritl 554.33 7A � �P. � Und'e�eround Sewer fc Wate� Locator �Pierce Power Equipment Operators- HorizontaUdirxtional Drill $54.75 7A 3C 8P � � Undereround Sewer 8 Water Operator �Pierce Power Equipment Ooerators- Hydralifts/Boom TruckrOver $54.33 je 3� 8P Undereround.5ewer_8 Watec 10 Tons �Pierce Power Equipment Operators- Hydralifts/boom Trucks, 10 $51 97 7A 3C 8P , Underground Sewer 8 Wa'ter Tons And Under �Pierce Power Equipment Operetors• Loader, Overhead 8 Yards. 8 $55.79 7A 3C 8P Undereround Sewer & Water Wer Pierce Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P UnderQround_Sewec&Water But Not Including 8 Yards �Pierce Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C. 8P Under�round Sewer 8-Wate� Yards � �Pierce Power Equipment Operators• Loaders, Plant Feed 554•75 7A 3C 8P Under round Sewer 8 Water � Pierce Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Undereround Sewer & Water Pierce Rower_Equipment O�erators- Locomotives, All 554•75 j� }� � � UnderQround Sewer.&_Water Pierce Power Equipment Operators• Material Transfer Device 554J5 7A 3C 8B � Underground Sewer & Water Pierce PowerE ui ment Ooerators- Mechanics, All (Leadmen $55.79 j� }� SP � Undereround Sewer 8 Water $0.50 Per Hour Over i Mechanic) } �Pierce Power Eq��ment Ooerators- Motor Patrol Grader Non- 554.33 ZA 3C $P � Underpcound Sewer &Water finishing �Pierce Power Equipment Operators•. Motor Patrol Graders, $55.24 7A 3C 8P � Undereround Sewer 8 Water Finishing � �Pierce Powec_Eauipment Ooerators- Mucking Machine, Mole, $55.24 jA 3C 8P � � Undereround Sewer & Water Tunnel Drill, Boring, Road � -- Header And/or Shield � �Pierce Power E ui ment Ooerators- Oil Distributors, Blower 551 97 L � 8P � j Underaround Sewer &Water Distribution &Mulch Seeding � � Operator ,Pierce Power Eauioment Operators• Outside Hoists (elevators And $54.33 jA � $p UnderQround Sewer & Water Manlif[s), Air Tuggers;strato �Pierce Power Equipment Operatars- Overhead, Bridge Type Crene: $54.75 7A 3C 8P � Underaround Sewer &Water 20 Tons Through 44'Tons �Pierce Power.Equipment.Operators- Overhead, BridgeType: 100 $55.79 7A 3C 8P i Underground Sewer 8 Water Tons And Over � �Pierce $55.24 7A 3C 8P j https://fome"ss.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 13 of 17 # Power Eoui�ment Ooeretors- Overhead, Bridge Type: 45 � Underqround Sewer & Water Tons Through 99 Tons Pierce Power Eauioment Operators- Pavement Breaker 551 97 7A 3C 8P I Undera�ound Sewer.& Water Pierce Bower Equi m�perators- Pile Driver (other Than Crane $54.75 7A � $p Underqround Sewer& Water Mount) Pierce Power Equipment Operators- Plant Oiler Asphalt, Crusher 554.33 7A 3C 8P I Underaround Sewer & Water Pierce Power Eauioment O�erators- Posthole Digger, Mechanical $51 97 7A 3C SR f UnderQround-Sewer 8 Water � �Pierce Fower Equipment Operat6rs- Power Ptant 551 97 7A 3C 8P Undercround Sewer & Water I �Pierce Power Eauioment Ooerators- Pumps - Water $51 97 7A 3� �P � j Uniie�arouncl Sewer 8 Water �Pierce Power Equipment Operators- Quad 9, HD 41, D10 And Over 555.24 7A 3C 8P Underaround.Sewer &Water Pierce Power Equipment-Operators- Quick Tower No Cab, Under 551 97 7A 3C 8P UnderQround Sewer&.Wate� 100 Feet In Height Based To Boom Pierce Power Eauipment Operators- Remote Control Operator On $55.24 7A 3C SP UnderQround Sewer 8 Water Rubber Tired Earth Moving Equipment Pierce Power Equipment Operators- Rigger And Bellman 551 97 7A 3C 8P Underqround Sewer & Water Pierce P.ower Equipment Operators- Rollagon $55.24 7A 3C 8P UnderqroLnd Sewer & Water IPierce Power Equipment Operators- Roller, Other Than Plant Mix $51 97 7A 3C 8P Undererouhd Sewer 8 Water Pierce Power Eouioment O�erators- Roller, Plant Mix Or Multi-lift $54:33 7A 3C SP Underaround Sewer & Water Materials Pierce Power EquipmentOperators- Roto-mill, Roto-grinder $54J5 7A 3C SP Undereround Sewer & Water �Pierce Power Eauipment Ooerators- Saws Concrete $5433 7A 3C $P Underaround Sewer & Water Pierce Power Equipment Operators• Scraper, Self Propelled Under $54.75 7A 3C 8P Undersround Sewer & Water 45 Yards �Pierce Power Eouipment Operators- Scrapers - Concrete 8 Carry $54.33 7A �C 8P � UnderQround Sewer & Water All � iPierce Power Equipment Operators- Scrapers, Self•propelled: 45 $55.24 7A 3C 8P � 9 Underground Sewer 8 Water Yards And Over �Pierce Power Eouipment Ooerators- Service Engineers - Equipment $5433 L 3C � I Under�round Sewer @ Wafer � �Pierce Power Equipment Operators- Shotcrete/gunite Equipment 551 97 7A 3C SP � Unde�a�ound Sewer & Water �Pierce Power Equipment Operetors- Shovel , Eucavator, Backhoe, $5433 7A 3C 8P � Undereround Sewer & Water Trectors Under 15 Metric Tons. jPierce Power EQuipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P f I Unde'reround 5ewer 8 Water Over 30 Metric Tons To 50 I � Metric Tons �Pierce Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P I Undereround Sewer & Water Tractors: 15 To 30 Metric Tons + https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 I Page 14 of 17 Pierce Powec Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Undercround Sewe� & Watet Over 50 Metric Tons To 90 Metric Tons Pierce Power Equipment Operators- Shovel, Excavator, Backhoes: 556.36 7A 3C 8P Undereround Sewe� & Wate� Over 90 Metric Tons Pierce Power Equioment Ooerators- Slipform Pavers 555.24 7A 3C �P Undereround Sewer & Water �Pierce Power Equipment Operators- Spreader, Topsider & 555.24 7A 3C 8P � Underaround Sewer & Water Screedman � PiePce Power E�uipment Operators- Subgrader Trimmer $54.75 L 3� $_P Underqround.5ewer.&.Water �Pierce Power Equipment Operators- Tower Bucket Elevators 554•33 7A 3C 8P Underground Sewer $Water. �Pierce Power Equipment Operators- Tower Crane Over 175'in $56:36 7A 3C 8P f Underground Sewer 8 Water Height, Base To Boom � �Pierce Power Equipment Operators- Tower Crene: Up To 175' In 555.79 7A 3C 8P Undereround Sewer & Water Height, Base To Boom Pierce Power Equipment Operators- Transporters, All Track Or $55,24 7A 3C 8P � Underqrounil Sewe� &Water Truck Type Pierce Power Equioment Operators- Trenching Machines 554•33 7A 3C 8P UnderQround Sewer 8 Water �Pierce Fower_Equipment Operators- Truck Crane Oiler/driver 100 554:75 7A 3C 8P � Undereround Sewer 8 Water Tons And Over �Pierce Power Eaui�ment Ooerators- Truck Crane Oiler/driver $5433 � 3C $E Undereround Sewer 8 Water Under 100 T6ns Pierce Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P 3 Undersround Sewer 8 Water Conveyor_ Pierce Power Equioment Ooerators- Welder $55.24 L 3C 8P Undereround Sewer & Water �Pierce Power Equipment Operators-. Wheel Trectors, Farmall Type 551 97 7A 3C SP ! + _ Unde�around Sewer-& Water � Pierce Power Equipment Ooerators- Yo Yo Pay Dozer $54.75 j� 3C 8p � Under¢round Sewer.&Water �Pierce Power Line Clearance Tree Journey Level In Charge $45J5 SA 4A � Trimmers �Pierce Power Line Clearance Tree Spray Person $43.38 SA 4A � Trimmers _ � ;Pierce Power Line Clearance Tree Tree Equipment Operator 545.75 5A 4A � j 7rimmers _—_ —___ _ �Pierce Power Line Clearance Sree Tree Trimmer $40.84 SA 4A � j Trirrirrie�s ! �Pierce Power Line Clearance Tree Tree Trirtimer Groundperson 530.74 SA 4A � Trimmers �Pierce Refriaeration_&Air Mechanic 564•86 SA 1G � Coriditioriin�Mechanics �Pierce ResidentialBrick Mason_ _ _ Journey Level $23.77 1 � Pierce Residential Caroenters Journey Level _$40.14 � � � �Pierce Residential Cement Masons Journey Level 552.38 7A 1M � Pierce Residential Drvwall Journey Level 540.14 �D � � Applicators Pierce Residential Drvwell Tapers Joumey Level $52.37 5P 1E � https://fortres"s.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 Page 15 of 17 Pierce Residential Electricians JOURNEY LEVEL $29.29 1 Pierce ResidentialGlaziers Journey Level $37.30 7L 1H Pierce Residentiallnsulation Journey Level $18.70 1 I A�olicators Pierce Residential Laborers Journey Level $20.99 1 Pierce Residential Marble Setters Joumey Level_ $22•67 1 Pierce ResidentialPainters Journey Level 526.13 1 IPierce Residential Ptumbers & Joumey Level $4417 SA 1G I Pipefitters IPierce Residential.Refrieeration & Air Journey leveL 537 72 5A � I Conditiohina Mechanics Pierce Residential Sheet Metal Journey Level (Field or Shop) 542•58 7F 1R Workers Pierce Residential5oft Ftoor Lavers Journey Level $42.41 �g 3D Pierce Residential Sorinkler Fitters Journey Level $42.48 � 2fj (Fire Protection) Pierce ResidentialStone Madons Journey Level $22.67 1 Pierce Residential Terraao Workers Journey Level 59 47 1 � Pierce Residential Terraao/Tile .lourney Level $19.32 1 ( Finishers Pierce Residential Tite Setters Journey Level $9 47 1 � Pierce, Roofers _ Journey.Level $45.12 SA 20 � Pierce Roofers Using Irritable Bituminous 548.12 SA 20 i Materials � Pierce Sheet Metal Workers Joumey Level (Field or Shop) $70.37 j� l,F. � Pierce Sfipbuildina & Shio Repair _ Boilermaker $39.82 7�Q 1H � Pierce_ _ Shi buildinq & Shio Reoair Carpenter 533.71 ¢g � �Pierce Shipbuildin¢ 8 Shi� Reoair Electrician $33.71 6E 1@ �Pierce Shipbuitding & Shio Re�air Heat & Frost Insulatbr $61 18 � ],� (Pierce Shipbuildina & Ship Repair Laborer $19 10 1 Pierce_ Shipbuildin¢ & Ship Repair Machinist $33.71 6E 16 � �Pierce Shipbuildina & Ship Repair Operat_or $33.71 6E 16 Pierce Shipbuildina & Ship Repair Painter $38.74 6A 1R � Pierce Shipbuildine & Ship.Repaic Pipefitter $_33J1 6E 16 � iPierce Shipbuildin¢ & Ship Repair Rigger $15.77 'I ! Pierce ShipbuildinQ Fx Ship Repair Sandblaster $38.74 6A 1R �Pierce 5_h_ipbuildinQ 8 Ship Repair SHEET METAL 535.83 1 �Pierce Shipbuildin� & Ship Repair Shipfitter $33.71 6E 16 � Pierce Shipbuildine fx Ship Repair Trucker $15.75 1 � Pierce ShipbuildinQ & Ship Repair Warehouse $13.75 1 ( (Pierce Shiobuitding & Shio Reoair Wetder/bumer $33.71 6E 1B � �Pierce Sien Makers & Installers Sign Installer $26.17 1 I Electrical �Pierce Si¢n Makers 8 Installers Sign Maker $20.33 1 I (ElectricaU Pierce Sisn Makers 8 Installers (Non- Sign Installer $33.43 1 I Electrical � I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 16 of 17 Pierce Sign Makers & Installers (Non- Sign Maker $22J9 1_ ElectricaU Pierce Soft Floor Layers Journey Level 542.41 SA 3D Pierce Solar Controls.For Windows Journey Level 510.31 1 Pierce Sprinkler Fitters (Fire Joumey Level $69 74 SC 1X Protectionl Pierce Sta¢e Riggina Mechanics (Non Journey Level $13.23 1 Structural) Pierce Stone.Masons Journey Level $51.32 SA 1M Pierce Street And Parking Lot Journey Level $12.06 1 � Sweeper Wo�kers__ _ Pierce Survevors All Classifications_ _ $35.68 Null 1 � Pierce Telecommunication Journey Level $28.29. 1 I Technicians IPierce Telephone Line Construction . Cable Splicer $36.96 SA 26 � Oiitside Pierce Telephone Line Construdion Hole Digger/Ground Person $20.49 SA 28 I ide Pierce Teleohone Line Construction - Installer (Repairer) $35.40 � 2�, Ouuide �Pierce Telephone.line Construction : Special Aparatus Installer I 536.% SA 2B 0 "s' �Pierce Tele�hone Line Construction - Special Apparatuslnstallerll $36.19 ,5� Z� Outside Pierce Telephone Line Construction Telephone Equipment $36.96 5A 2B Ou side Operator (Heavy) IPierce Tele�hone Line Construction Telephone Equlpment 534.34 � � I Outside Operator (Light) Pierce Telephone Lirie Cbnstruction - Telephone Lineperson 534.34 SA 2B I Outside �Pierce Telephone Line Constcuction Television Groundperson $19 45 5A 2B Outside Pierce Teleohone Line Construction Television SZ5.89 5A 2B Outside Lineperson/Installer �Pierce Telephone Line,Construction - Television System Technician 530.97 SA 2B Outside � 1 Pierce Telephone Line.Gonstruction Television Technician 527 77 SA 26 � Outside �Pierce Teleohone Line Construction Tree Trimmer 534.34 SA 2B � Outside {Pierce Terrazzo Workers Journey Level $46•96 __ ,� 1M � jPierce Tile Setters Journey Level $46.96 SA 1M - --- � �Pierce Tile. Marble 8 Terrazzo Journey Level $20.74 1 Finishers �Pierce Traffic Control Stripers Joumey Level $43..11 7A 1 K _ _ �Pierce Truck Drivers Asphalt Mix $22.49 1 � �Pierce Truck Drivers Dump Truck 522.56 1 � �Pierce Truck Drivers Dump Truck And Trailer $22.56 1 ( �Pierce Truck Drivers Other Trucks $30.20 1 � �Pierce Truck Drivers Transit Mixer $33.17 ¢� � � https://forness.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 17 of 17 �Pierce Wetl Drillers & Irri¢ation Pump Irrigation Pump Installer $16.09 1 Installers Pierce Well Drillers 8 Irrisation Pumo Oiler $15.39 1 Installers IPierce Well Drillers 8 Irrigation Pump Well Driller $18.30 1 Insta lers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 i Washington State Department of Labor and Industries Policy_Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the departmenYs (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard" For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of VVashington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4 Does the item require any assembly, cutting, modification or other fabrication tiy the supplier? If not, the work is not covered by RCW 39.12. If y8s, go to qLestion 5. 5. Is the prefabricated item intended for the public works prbject typically an inventory item which could reasonably b"e sold 6n the general market? if not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristios such as shape, type of material, strength requirements, finish, etc? If yes, tfie work is covered under RCW 39.12. Any firm with questions regarding the policy, W$DOT'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 Editian, Published August 3rd, 2015 WSDOT's Predetermined Listfor 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 arid therefote 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 � Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin x Types 1, 1L, 1P, and 2 and Condrete Inlets. See Std. Plans 2. Metal circular ames rings)and covers, circu ar grates, arid Prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Pians 3, Prefabricated steel grate supports and welded grates, metal frames and dual vaned,grates, and Type 1, 2, and � 3 structu�al tubing g�ates for Drop Inlets. See Std. Plans. 4. Concrete Pipe -Plain Conc�ete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller th"an 60 inch diameter )( 5. Concrete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter X 6. Corrugated Sfeel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch x to 120 inches in diameter May also be 4reated, 1 thru 5. 7 Corrugated Alumirium Pipe -Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter May also be treated, #5. Supplemental to Wage Rates 2 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. x See Contract Pians 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 �( in accordance with Section 9-28.14(3). 10. Major Structurel Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. x 11 Mirior 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 sfiall 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. )( 14 Precast Manhole Types 1 2, and 3 with cones, adjus4menf 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. I 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X , Supplemental to Wage Rates 3 09/02/2015 Edition, Published August 3r°, 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 � I 20. Metai frames, vaned grafes, and hoods for Combination Inlets. See Std. Plans � i 21 Precast Conc�ete Utility Vaults - Precast Concrete utility vaults of various size"s. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction x requirements. Stiop drawings are to be provided for approval prior to casting 22. Vault Rise�s- For use with Valve Vaults and Utilities Vaults. x 23. Vaive 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 permaneht tiarrier 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. PrecasfConcrete Walls- Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. X Fabrication plaht has annual approval for methods and materiais 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 Preoast Prestressed Girder— Standard Precast Prestressed Girderfor usein:structures. Fabricator plant has annual approval of inethods and materials to be used. Shop Drawing to be provided for approval prior to � casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete'Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of inethods 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 Prestress.ed Precast Hollow-Co�e Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of inethods and materials to be used. Shop Drawing to x be provided for approval prior to castirig girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed-Bulb Tee GiPde�- 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 giriiers. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover x See Std. Plan. Supplemental to Wage Rates 5 09/02/2015 Edition, Published August 3ro, 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, ancl Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111 37 Sfeel 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 higtiway iilumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia � Provisions for pre-approved drawings. 40. Traffic Signal Standards-Traffic Signal Standards for use on ( highway and/or street signal systems. Standards to be fabricated � to conform with methods and material as specified on Std. Plans. I See S ecial Provisions for re-a roved drawin s 41 Precast Concrete Sloped Mountable Curb (Single and DualFaced) � See Std. Plans. __. _ __ Supplemental to Wage Rates 6 09l02/2015 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. )( )( NOTE; "' Fabrication inspection required. Only signs tagged "Fabrication Approved" by W3D0T Sign Fabrication Inspector to be installed Custom Std Messaga Signing Messa e 43. Cutting & bending reinforcing steel X 44 Guardrail components x � Custom Standard End Sec Sea 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt covereu by WAC 296-127-018 47 Fiberfabrics � 48. Electrical wiring/components X 49. treated or untreated timber pile � 50. Girder pads (elastomeric bearing) x, 51 Standard Dimension lumber X 52. Irrigation components � Supp�emental to Wage Rates 7 09/02/2015 Edition, Published August 3rtl, 2015 ITEM.DESCRIPTION YES NO 53. Fencing materials X 54 Guide Posts X 55. Traffic Buttons � 56. Epoxy x 57 Cribbing � 58. Water distribution materials x 59. Steel "H" piles x 60. Steel pipe for conorete 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 prefab�icated 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 ttie actual prefabrication takes place. i It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work fhey perform. I 'See RCW 3912. 1 '� (The deflnilion of "lowlity" in RCW 39.12.010(2) contains the phrase "whereln the physical work Is being performed. The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates $ 09/02(2015 Edition, Published August 3`tl, 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 finge 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 inciuded "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 Instaliers • Power Equipment Operators - Underground Sewer 8 Water • Residential "'ALL ASSOCIATED RATES "` • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) Tlie following occupations may be used only as outlined in the preceding text conceming "WSDOTs list for Suppliers - Manufacturers- Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Defiriitions 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 g 09/02/2015 Edition, Published August 3rd, 2015 Washington State Department of Labor and Industries Polic� $tatements (Rega"rding 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 p�oduction and delive_ry of gravel, conc�ete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphaft, or other similar materials. I (2) All workers, regardless of by whom empioyed, 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 c6ordinated 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 ariy 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 materiais 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. (fl 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`�, 2015 (3)AII 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 retuming to a supply source to obtain another load of material for use on a public works site or retuming 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 tb the prevaiiing wage. - (4)Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpiie. (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 (� of this section; nor does a stockpile include materials delivered or distributed tb multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coorcJinated 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 cbuhty iri 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/OS, effective 1/2/09. Statutory Authority Chapters 39.04 ancJ 39..12 RCW and RCW 43.22.270. 92-01-104 and 92-OS-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates �� 09/02/2015 Edition, Published August 3rd, 2015 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016� +r+rtrtrt+e+x�ere�+r++f*++wrtrt+wert+�e+��ee��+++rtrt++xrww��Wtrr�wtr4�naksrrs�r+riw�r+w++e��rt�erta++a�rtkk�rt+rrtwr��+�e+x* OverNme Codes Overtime ealculations are based on the howly 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 wst of fringe benefits actually provided for the worker. I. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double[he hourly rate of wage. C. 'Ihe first two(2)hours after eight(8)tegular fiours Monday ttvough Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times[he hourly rate of wage. All o[her overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. T6e first two(2)hours before or after a five<ight(8)fiour warkweek day or a four-ten(10)hour workweek day and the firs[eight(8)hours worked the next day aRer either workweek shall be paid at one and one-half times the hourly rnte of wage.All additional hours worked and aIl worked on Sundays and holidays shall be paid at double the hourly mte of wage. E. The first two(2)hours after eight(8)regular hours Monday tivough Friday and the fvst eight(S)hoivs on Saturday shall be paid at one and one-half times the houdy rate of wage. All other hours worked Monday throdgh Saturday, and al]hours worked on Sundays and holidays shatl be paid at double the howly rate of wage. F The fvst two(2)hours after eight(8)regular hours Monday through Friday and the first ten QO)hours on Saturday shall be paid at one and one-half[imes[he hourly rate of wage.All other overtime hows worked,except Labor Day, shall be paid at double [he hourly ra[e of wage. All hours worked on Labor Day shall be paid a[ tivee times [he 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 foiu-ten hour schedule, shall be paid a[one and one-half[imes the hourly rate of wage. All hows worked in excess of ten(10)hours per day Monday[hrough Saturday and all hours worked on Sundays and holidays shall be paid at double the houdy rate of wage. H. All hours worked on Saturdays (except rtfakeup days if work is lost due to inclement weather conditions or equipment breakdown)shall be paid a[one and one-half[imes the hourly rate of wage. All hours worked Monday ttvough Saturday over[weive (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly ra[e 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 6e paid at one and one-half[imes 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 shal! be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. AII hours worked on Satwdays(except makeup days if ivork is los[ due to inclement weather conditions) shall be paid at one and one-half times the hourly ra[e 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 I. O. The first ten (l0) hours worked on Saturday shall be paid at one and one-half times thg hourly rate of wage. ALl hours worked on Sundays,holidays and after twelve(12)hours, Monday tlirough Friday and after ten(10)hows on Saturday shall be paid at double[he hourly rate of wage. P All hours worked on Saturdays(except makeup days if circumstances wazrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on ho(idays shall be paid�at double tfie hourly rate of aage. Q. The fast two (2) hours atter eigh[ (8) regular hours Monday Uuo¢gh Friday and up to ten (l0) hours worked on Sa[urdays 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 b'e paid at two and one-lialf times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid a[two times the hourly rate of wage. S. The first two(2)hours after eigh[(8)regulaz hours Monday through Friday and the first eight(8)hours on SatuFday shall be paid at one and one-half times the hourly rate of wage. All hours worked on fiolidays an8 all other oveRime hours worked, except Labor Day, shall be paid at dopble the honrly 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 op Sundays and holidays(except Labor Day) shall be paid at two times the hourly rafe of ivage.All hours ivorked on Labor Day shall be paid at three times the hourly rate of wage. V All hours worked on Stindays and Nolidays(except Thanksgiving Day and Christmas day)shall be paid at one and one-half times the hourly mte of wage. AII hours worked on Thanksgiving Day and Clvistmas day shall be paid.at double the hourly rate of wage. W All hours worked on Sa[urdays and Sundays (except make-up days due ro wnditions beyond the control of the employer)) shall be paid at one and one-half times[he 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 hows Monday tluough Friday and the first twelve (l2) hours on Saturday shall be paid at one and one-fialf times the hourly rate,of wage. All hours worked over twelve (12) hours Monday through Sat¢rday, Sundays and holidays shall be paid at double the howly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday, Friday,and the day a4ter Sunday, Monday,sfiall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All houis worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agrced upon by aay 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 artd holidays(except labor day)shall be paid at one and one-half times the hourly ra[e oF wage. (except for employees who are absent from work wi[hout 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 (IO in a 4 x 10 workweek)or 40 hours during[hat workweek.) All liours worked Monday through Sa[urday 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 op Saturdays and Sundays shall be paid a[one and one-half times[he houdy rate of wage.All hours worked on tiolidays 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 TNE HOURLY RATE OF WAGE. B. All hours worked on holidays sliall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid a[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 wbrked 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[wo and one-half times the hourly rate of wage including holiday pay H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shal] 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 ra[e of wage. R. Al]hours worked on Sundays and holidays and all hows worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wag"e. W The first two(2)hours after eight(8)regulaz hours Monday tivough Friday and the first eight(8)hours on Saturday st�all be paid at one and one-half[imes the hourly nte of wage. All other hours worked Monday tivough Saturday, and all hours worked on Sundays and holidays shall be paid at double the howly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday sqhedule,all hours worked after ten shall be paid at double the hotirly ra[e of wage.Tfie first eight(8)hours ivorked 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 thc hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE P.AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hows of shaight time ptr day,or ten(10)hours of straight time per day whrn fow ten (10) hour shifts are established, or forry (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be ptid at time and one-half the straight time rate. Hours worked over twelve hows(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 My shift s[arting between the hours of 6:00 pm and midnight shall roceive an additional one dollaz($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 assigneil to the work to be performed on overtime situations.After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shatl be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work pedormed in excess of eight(8)hours of straight time per day,or ten(10)fiours of straight time per day when four ten QO) hour shifts are established, or forty (40) hours of straight time per week, Mo�day through Friday, or ou[side the normal shift,and all work on Saturdays shall bo paid at one and one-halF[imes the hourly ra[e of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shalf b.e 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[he employee has had a break of eigh[(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 wago. All other hours worked after 6:00 am on Sahirdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays sliall be paid at double the hourly rate of wage.Each week,once 40 hours of straigfit time work is achieved,then any hours worked over ]0 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-fialf times[fie hourly rate of wage.All hours worked on Sunday shall be paid a[[wo times the hourly ra[e of wage. All hours worked on paid holidays shall be paid at two and one-half[imes the hourly rate of wage including holiday pay H. ALl work performed on Sundays between March l6th and October 14th and all Holidays sfiall be compensated for at two (2) [imes the regular ra[e of pay. Work perform8d on Sdndays between OctobeY 15th and March ISth shall be compensa[ed a[one and one fialf(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at ope and onedialf times the ho�ly rate of wage.In the event the job is down due to iveather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week('fuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilizod 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 SKALL 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 ho�irly rate of wage.,All hours worked on Saturdays,Sundays and holidays shail be paid a[double the�hourly rate of wage. 8. All hours ivorked over twelve(L2)hours per day and all hours worked on holidays shall be paid at double the hourly rate ofwage. C. On Monday Nvough Friday, the First four(4)hours of overtime aftdr eight (8)hours of straiglit time work shall be paid a[one and one half(1-1/2)[imes[he straight time rate of pay,unless a four(4)day ten(10)hour workweek has been es[ablished. On a four (4) day ten (10) hour workweek scheduled Monday Uuough Thursday, or'fuesday [hrough Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half Q-1/2)times the straight time rate of pay.On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,excep[that if the job is down on Monday through Friday due to wea[her wnditions or o[her 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 wak shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hoprty rate of pay Rates include all members of the assigned crew. EXCEPTION: On all multipole shuctures and steel hansmission lines, switching stations,regulating capacitor stgtions, generating plants, industrial pfants, associated installa[ions and substations,except those substations whose primary function is to feed a distribution sys[em,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten(]0) hours witl be at two (2) times the howly rate of wage.The first eight(8)hours worked oa Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in dxcess of eight (8) hours on Saturday, and all hours worked on Smidays and holidays will be at the double[he hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shalf be paid at the double the hourly rate of wage. 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes ConHnued 4. E. The first two(2)hours after eight(8)regulaz hours Monday through Friday and the fvst 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 Suhdays 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 schedute, all hoius worked after ten shall be paid at double the howly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week,and Sahlyday shall bo paid at one and one half(1%z)[imes the regqlar shift rate for the firs[ 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 Syndays shall be paid at one and one-half times the hourly rate of wage.All houYs worked on holidays shall tie 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 wotked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shatl be paid at double the hourly rate of wage. Holidav Codes 5. A. Holidays: New Year's Dag Memorial Day, [ndependence Day, Labor Day, Thanksgiving Day, Friday aRer Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independeace Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,tfie day before Christmas,and Chris[mas Day(8). C. Holidays: New Year's Day, Presidents' Day Memorial Day, Independence Day, Labor Day, Thanksgiving Day, thb Friday after Thankse ving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday aftor Thanksgiving Day,Md Chris[mas Day(8). H. Holidays:New Yeaz's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, Md Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgivin� Day, and ClSristmas Day (6). J. Holidays: New Year's Day Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgidtng Day, Christmas Eve Day,And Chris[mas 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 Chris[mas, Md Clvistmas 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: Ne�v Year's Day, Presiden[s Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,Md Christmas Day(9). P Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Tfianksgiving Day, The Day Before Christmas, And Chrishnas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 5. Q. Paid Holidays: New Year's-Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's D'ay, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,Md Christmas Day (7 1/2). S. Paid Holidays: New Year's Day, Presidents Day Memorial Day, Independence Day Labor Day Thanksgivin� Day,And Christmas Day(7). T Paid Holidays: New Year's Day. Washingtods 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 Tlianksgiving Day,And Chrishnas Day(8). Holidav-Codes-Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, lndependence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Md Christmas Day(8). E. Paid Holidays: New Yeaz's Day, Day Before Or After New Year's Day, Prosiden[s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Chris[mas Day, and a Half-Day On Cluistmas Eve Day (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Pmsidents' Day, Memorial Day, Independence Day Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thaolcsgiving Day, Christmas Day, and Cluis[mas Eve Day(l l). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, [ndependence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day Atjer Christmas, And A Floating Holiday(10). I. Paid Holidays:New Yeaz's Day,Memorial Day, lndependence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,P.uH 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 [ast Working Day Before Christmas Day, And Clvistmas Day(9). Z. Holidays:Neiv Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, Md Christmas Day (7). If a holiday falls on Saturday, the proceding Friday shall be considered as the hotiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday Holidav Codes Continued 7 A. Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). My 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 Sa[urday,the preceding Friday shall be a regular work day 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 7 B. Holidays: New Year's Day, Memorial Day, (ndependence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after T6anksgiving Day,Md Christmas Day(8).My holiday which fal(s on a Sunday shall be observed as a holiday on the following Moriday. My holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Lu[her King ]r. Day, Memorial Day Independrnce Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Md Chrishnas Day (8). My holiday which falls on a Sunday shall be observed as a holiday on the following Monday My holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Veteran s Day Thanksgiving Day, the Friday after Thanksgiving Day, And Chris[mas Day (8). Unpaid Holidays: PresidenYs Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday My paid holiday which falls on a Satwday shall be obseived as a holiday on the preceding Friday E. Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, T6anksgiving Day, the Friday afteY Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be obsccved as a holiday on the following Monday. My holiday which falls on a Sa[urday shall be observed as a holiday on the preceding Friday F Holidays: New Year's Day, Memorial Day, [ndependence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Dag 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[he preceding Friday. G. Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Tfianksgiving Day, apd Christmas Day (6).Any holiday which fa(Is on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Yeaz's Day, Martin Lu[her 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).My holiday which falls on a Sunday shall be observed as a holiday on the following Moaday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday I. Holidays:New Year's Day,PresidenPs Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). My holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 1. Holidays: New Year's Day, 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 My holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday K. Holidays: New Year's Day, Memorial Day Independence Day, Thanksgiving Day, [he Friday and Saturday after Thanksgiving Day Md Clvistmas Day(8). My 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, Indgpendence Day Thanksgiving Day, [he Last Work 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 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 aftcr Thanksgiving Day, Chris[mas Day, And the Day after or before Cfiristfnas Day (10). My holiday which falls on a Sunday shall be observed as a holiday on the following Monday My holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key—Effective 9/2/2015 thru 3/1J2016 Holidav Codes Continued � N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). My holiday which falls on a Sunday sliall be observed as a holiday on the fotlowing Monday When Christmas falls on a Saturday,the prebeding Friday shall be observed as a ho(iday. p Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fciday after Thanksgiving Day, And Clvistmas Day('I). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q. Holidays: New Year's Day, Meinorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before CLuistmas Day and Christmas Day(8).Any holiday which Palls on a Sunday shall be observed as a holiday on the following Monday. [f any of Nie lis[eil 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 Yeaz s Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgivi¢g Day, Christmas Day,and the day after or before Chris[mas Day (10). 1f any of[he listed holidays fall on Saturday, the precoding Friday shall be observed as the holiday If any of the listed holidays falls on a Siuiday, the day observed by the Nation shall be considered a holiday and compensated accordingly S. Paid Holidays: New Year's Day, Memorial Day, [ndependence Day, Labor Day, Thanksgiving Day, Friday after Thazilcsgidipg Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,[he day observed by the Na[ion shall be wnsidered a holiday and compensa[etl 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,Thanksgiviqg Day,the Friday atter Thanksgiving Day,Chtistmas Day, and The Day after or 6efore Christmas Day (10)..If any oFthe lis[ed holidays falls on a Sunday,[he day observed by the Nazion shall be considered a holiday and compensated accordingly. Any holiday which falls on a Sa[urday shall be observed as a holiday on[he preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefi[s, [he following depth premiums apply to depths of fifty feg[ or more: Over 50'To 100'-$2.00 per Foo[for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Fdot Over I50 Fcet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly ivage and fringe benefits, the following depth premiums apply ro dep[hs of fitty fee[ or more: Over 50' To I00'-$1.00 per Foot for Eacli Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over I00 Feet Over 150'To 200'-$2.00'per Foo[for Each Foo[Over I50 Feet Over 200'-Divers Iviay Name Their Own Price D. Workers working with supplied air on hazmat p'rojects 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, Md Level C:$0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levds C & D: $0.50. Note Codes Continued _ $ Benefit Code Key—Effective 9/2/2015 thru 3/1/2D16 S. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A.$1.00,Level B:$0.75,Level C.$0.50,Md Level D: $0.25. P Workers on hazmat projects receive additional hourty premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit:$1.00,Md Clazs D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(IS) minutes dudng the shift shall be used in determining the scale paid. R. Effec[ive August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being u6lized. A 7'raffic Control Laborer perfortns the setup, maintenanee and removal of all temporazy traffic control devices and wnstruction signs necessary to wntrol vehiculaz, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by[he Engineer. All flaggers and spotters shall possess a cmren[ flagging card issued by the State of Wasfiington,Oregon, Montana,or ldaho.These classifications are only effectivo on or after August 31,2012. S. Effective August 31, 2012 — A Traffic Convol Supervisor shall be present on the project whenever flagging or spotting or othe� traffic control labor is being utilized. Flaggers and Spotters.shall bo posted where showu on approved Traffic Control Plans or where direc[ed by[He Engineec All flaggers and spotters shall possess a cutrent tlagging card issued by the State of Washingtoq Or6gon,Montana, or ldaho.This classification is only effective on or after August 31,2012. T Effective August 31, 2012 — A Traffic Conhol Laborer performs the se[up, maintenance and removal of all tamporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during consVuction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Conhol Plans or where directed by the Engineec All flaggers and spotters shall possess a current flagging card issued by [he State of Washing[on, Oregon, Montana, or [daho. This classification is only effective on or after August31,2012. U. Workers on hazmat projec[s receive additional hourly premiums as follows — Class A Suit $2.00, Class B Sui[: $1 S0,And Class C Suiti$1.00. Workers performing underground work receive an additional$0.40 per hotir for any and all work pedormed underground, includipg operating, servicing and repa'ving of equipment. The premium for underground work shall be paid fo�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 wotked. Workers H�ho do "pioneer" work (break open a cut, build road, etc.) more [han one hundred fifty (150) fee[ above grade eleva[ion receive an additional $0.50 per hour. 9 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The RREVAILING WAGES listed here include both the hourty wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key Journey Level Prevailing Wage Rates for the Effective Date. 8/6/2015 Count Trade . Job Classification Wa e Holida Overtime Note King Asbestos Abatement Workers Journey Level � $42.67 SD 1 H King Boilermakers Journey Level $64•29 � � � King Brick Mason Brick And Block Finisher 544•46 � _ 1M (King Brick Mason _ Journey Level $51.32 � � � King Brick Mason Pointer-Caulker-Cleaner $51.32 5�1 � � King Buildin¢ Service Em lop vees Janitor $21.29 � � King BuildinQ Service Emplovees Traveling WaxeNShampooer $21 70 SS 2F . _ iKing Buildine Service Emplovees Window Cleaner (Non- 524•94 SS 2F � � Scaffold) King Buildina Service Emplovees Window Clea�er (Scaffold) $25.80 55 2F � King Cabinet'Makers (In Shop) Journey Level $22.74 1 King Caroenters AcousticalWorker $52.32 ._�Q 4�_ � IKing Caroenters Bridge, Dock And Wharf $52.32 SD 4� � ! Carpe'nters King Carpenters Carpenter 552.32 SD 4C � �King Caroenters Carpenters on Stationary Tools 552.45 SD 4C I ICing Carpenters Creosoted Material $52.42 SD 4C _ - - — - — - I �King Carpenters Floor Finisher $52.32 SD 4C i (King Caroenters Floor Layer $5232 5D 9C � King_ . Carpenters Scaffold Erector $52.32 SD 4C (King Cement Masons Journey Level $52.38 ,j� ]A, � �King Divers &Tenders Diver $105.37 � gC __ ,_�_ � King Divers & Tenders Diver On Standby _ _$59.50 . ,�Q 4C � King Divers & Tenders Diver Tender $54.82 ,5� � i King Divers & Tenders Surface Rcv & Rov Operator $54.82 SD 4C � King Divers.&Tenders Surface Rcv & Rov Operator 551.07 SA 4C Tender King Dredae Workers Assistant Engineer $54.75 SD 3F fKing Dredae Workers Assistant Mate (Deckhand) 554.33 SD 3F 3King Dredge Workers Boafinen__. _ $54.75 5D � � �King Dredae Workers Engineer Welder $55.79 � 3,f https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 Page 2 of 17 — - - - - - King Dred¢e Workers __ Leverman, Hydraulic 556.92 SD 3F King DredQe V✓orkers Mates $54•75 SD 3F King DredQe Workers Oiler 554.33 __SD 3F — - -- King DrvwallApplicator Journey Level $52.32 SD 1H King_ Drvwall Tapers Joumey Level 552.37 SP t E King ElectricalFixture Maintenance JouYney Level SZ6.59 SL 1E Workers king Electricians Inside Cable Splicer 566.76 7C 4E King Electricians...inside Cable Splicer (tunnelj $71•67 7C 4E � King Electricians Inside Certified Welder $64.54 7C 4E � King Electricians - IrSside Certified Welder (tunnel) 569.22 7C 4E � King Electricians Inside Construction Stock Person $37.19 7C 4E i King Electricians Inside Journey Level $62.30 7C 4E ( King_ _ Electricians .Inside Joumey Level (tunnel) $66.76 7C 4E � King Electricians - Motor Shop _ Craftsman $15.37 1 � King Electricians Motor,5hop Joumey Level 514.69 1. King Electricians Powerline Gable Splicer 569 95 �Q 4Q Construction King Electricians Powerline Certified Line Welder 563.97 SA 4D ConsfrucEion �Kmg Electricians - Powerline Groundperson $43.62 5A 4D Consfruction _ ___ _ King Electricians Powerline Heavy Line Equipment $63.97 5A 4D I Construdion Operator King Electricians Powerline Journey Level Lineperson $63.97 � 4D I Construdion King Etectricians Powerline Line Equipment Operator 553.81 SA 4D I Construetion (King Electricians Powerline Pole Sprayer $63.97 Se 9p Construction �King Electricians Powerline Powderperson _ $47.55 SA 4D Construdion IKing ElectronicSechnicians Joumey Level 531.00 _ _ t � jKing Elevator Constructors Mechanic $82•67 7D _ 4A__ � �King Elevator Constructors Mechanicln Charge 589 40 7D 4A � �King Fabricated Precast Concrete All Classificatio�s - In-Factory $15.90 56 1 R ! Products W.ork Only � {King Fence Erectors Fence Eredor $15.18 __ . 1 � �King _ F a ers Joumey Level 536.17 7A � � 'King ziers Journey Level $54.91 j� ]y � +King lieat & Frostlnsulators And Journeyman $61 18 SJ 15 � Asbestos Workers _ _ _ ___ _ lKing Heatina Equipment Mechanics Joumey Level $7037 7F 1E, � �King Hod Carriers 8 Mason Tenders Journey Level $44.00 7A 31 � King Indus'triel Power Vacuum Journey Level $9 47 1 Cleaner King Inland Boatmen Boat Operator $54.57 5B tK � �King Inland Boatmen Cook _ _ 550.95 SB 1K � https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 8/6/2015 Page 3 of 17 King Inland Boatmen Deckhand $51 19 �B 1K King Inland Boatmen Deckhand Engineer $52.18 SB 1K King Inland Boatmen Launch Operator $53.40 �B �_ _ King Inland-Boatmen Mate $53.40 56 1K � King Ins�ectionlCteaning/Sealine Cleaner Operator, Foamer $31 49 1 Of Sewer 8 Water Svstems Bv Operetor Remote Control King I�ection/Cleaning/Sealing Grout Truck Operator 511 48 1 Of Sewer & Water Svstems Bv Remote Control King InspectionKleaning/SealinQ Head Operator $24.91 1 Of Sewer 8 Water.Svstems By Remote Control King Inspection/Cleaninq/Sealine Technician $19.33 1 � Of Sewer & Water Svstems Bv Reinote Control ._ King Inspection/CleaninQ/Sealina Tv Truck Operator $20.45 t Of Sewer & Water Svstems Bv Remote Control King Insulation Applicators Journey Level $52.32 SD 4C King Ironworkers _ Journeyman $61.62 7N 10 � King Laborers Air, Gas Or Eledric Vibrating 542.67 7A 31 I Screed King Laborers Airtrac Drill Operator 544.00 L 31 King orers Ballast Regular Machine_.. 542.67 7A 31 �King L � r' Batch Weighman $36.17 7A }� King r rs Brick Pavers $42.67 jg � King Laborers Brush Cutter 542.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burne_r $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 �King Latiorers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 � �King Laborers Cement Dumper-paving_ . $43.46 7A 31 � King_ __ Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 � �King Laborers Chipping Gun (under30 Lbs.) 542.67 7A 31 � �King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 ( I'I Over) King Laborers _ Choker Setter $42.67 7A 31 � jKing Laborers ChuckTender $42.67 7A 31 �King Laborers Clary PowerSpreader $43.46 7A 31 � iKing Laborers Clean-up Labore� $42.67 7A 31 � �King Laborers Concrete Dumper/chute $43.46 7A 31 Operator �King Laborers Concrete Form Stripper $42.67 7A �I _ � King Laborers Concrete Placement Crew_ . $43.46 7A 31 ' King Laborers $43.46 7,4 31 I https://fortress.wa.gov/lni/wagelookuplprvWagelookup.aspx 8/6/2015 Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Wborer $42.67 7A 31 King Laborers Demolition: Wrecking& $42.67 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $42•67 7A 31 King Laborers Diver $44.00 7A 31 IKing Laborers Drill Operator 543.46 7A 31 (hyd�aulic,diamond) �King Laborers Dry Stack Walls $42.67 7A 31 � �King Laborers Dump Person $42.67 7A _ 31 _ _ � King Laborers Epbxy Technician $42.67 7A 31 � King Laborers Erosion Control Worker $42.67 7A 31 ( �King Laborers Faller& Bucker Chain Saw 543.46 7A _ __31 _ __ __ �King Laborers Fine Graders 542.67 7A 31 �King Laborer3 ___ Firewatch 536.17 7A 31 � King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders 542.67 _7A_ _ _ _ 31 �King ___ Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker 8 Transit $44.00 ]� 31 — Person King Laborers Grinders $42,67 7A 31 � King Laborers G[ouf Machine Tender 54Z67 __ 7A 31 King Laborers Groutmen (pressurejincluding 543.46 7A 31 Post Tension Beams King Laborers Guardrail Erector 542.67 L 31 � !(ing Laborers Hazardous Waste Worker 544•00 7,4 31 I (level A) King Laborers Fiazardous WasEe Wo�ker $43.46 7A 31 (level B) Kirig Laborers Hazardous Waste Worker $42.67 7A 31 � (level C) �King. Laborers High Scaler $44.00 7A 31 � �King Laborers Jackhammer $43.46 7A 31 � iKing Laborers Laserbeam Operator $43,46 Z _31 � __ ,King Laborers Maintenance Person _ $42.67 7A 31 � �King Laborers Manhole Builder-mudman $43.46 7A _ �_ _ _ � King L orer _ . _._ _ Material Yard Person $42.b7 L J. � 'King L o r Motorman-dinky_Locomotive $43.46 7A 31 � King Laborers Noaleman (concrete Pump, 543.46 7A 31 Green Cutter When Using Combination Of High Pressure Air £t Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla --- - ._ �King Laborers Pavement Breaker $43.46 7A__ _ _ 31 I � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 5 of 17 King Laborers Pilot Car $36.17 j� �j King Laborers Pipe Wyer Lead $44.00 j� 31 King Laborers Pipe Layer/tailor $43.46 Jg � � King L rs Pipe Pot Tender $43.46 ,7,� � King Laborers Pipe,Reliner__ _ $43.46 7A � �Kirig Laborers Pipe Wrapper $43.46 7A 31 � �King Laborers Pot Tender $42.67 7A 31 �King Laborers Powd_erman _ $44.00 7A_ 31 � lKing Laborers Powderman's Helper $42.67 7A 31 � lKing Laborers PowerJacks $43.46 7A 31 �King Laborers Railroad 5pike Puller Power $43.46 7A 31 � �King Laborers Raker - Asphalt _ $44.00 7A 31 � King Laborers Re-timberman $44.00 7A 31 � King Laborers Remote Equipmenf Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 �I(ing Laborers Rip Rap Person $42.67 7A 31 King L or r Rivet Buster $43.46 7A � King L r rs Rodder $43.46 jg }� King Laborers Scaffold Erector $42.67 7A �J, � King Laborers Scale Person $42.67 j� � . King Laborers Sloper (over 20") $43.46 jB 31 King Laborers Sloper Sprayer $42.67 7A 31 � King Laborers Spreader (concrete) $43.46 7A 31 I(ing Laborers Stake Hopper. _ _ $42.67 7A 31 � King Laborers Stock Piler $42.67 7A 31 � King Laborers Tamper 8 Similar�Electric, Air $43.46 7A 31 &Gas Opereted Tools �King• Laborers Tamper (multiple & Self- $43.46 7A �J propelled) IKing Laborers Timber Person - Sewer 543.46 7A 31 I (lagger, Shorer 8_Cribbery __ �King Laborers Toolroom Person (at Jobsite) $42.67 j� �j � �Kinq Laborers Topper $42.67 j8 � �King Laborers Traek Laborer $42.67 7A 31 I �King Laborers Track Liner (power) $43.46 7A 31 � �King LaboreYs Traffic Control_Labore� $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R � �King Laborers Truck Spoffer $42.67 7A 31 � jKing Laborers Tugger Operator $43.46 7A 31 j �King Laborers Tunnel Work-Compressed Air $64.99 7A 31 8Q { Wo�ke�0-30 psi_ _ � �King Laborers Tunnel Work-Compressed Air $70.02 jp � 8�( i 3 Worker 30.01-44.00 psi I King Laborers Tunnel N/ork•Compressetl Air $73J0 7A 31 8(� Worker 44.01-54.00 psi I �King Laborers Tunnel Work-Compressed Air $79 40 7A 31 � I Worker 54.01-60.00 psi + Https://fortress.wa.gov/lni/wagelookup/prvWagelookup:aspx 8/6/2015 Page 6 of 17 �King Laborers Tunnel Work-Compressed Air $81•52 j� 31 8�( Worker G0.01-64.00 psi King LaboreYs Tunnel Work-Compressed Air $86.62 7A 31 � — Worker 64.01-68.00 psi King La orers Tunnel Work-Compressed Air $88.52 j� � 8� Worker68.01-70_00_psi_ __ King Laborers Tunnel Work-Compressed Air 590.52 7A 31 8S Worker 70.01-72.00 psi King Laborers Tunnel VJork-Compressed Air $92•52 7A 31 $Q Worker 72.01-74.00 psi King Laborers TOn�el Work-Guage and Lock $44•10 7A 31 8S Tender King Laborers Tunnel Work-Miner _ . 544•10 7A 3� 8� King Laborers Vibrator $43.96 _ 7A _ 31 _ King Laborers Vinyl Seamer 542.67 7A 31 � - — -- -- - King Laborers Watchman _ .____ _ _ __ _ $32.87 7A 31 King Laborers Welder 543.46 7A 31 _ __ King Laborers Well Point Laborer '$43.46 7A 31 King Laborers VJindow VJasheNcleaner $32.87 7A 31 � King Laborers UnderQround Sewer General Laborer 8 Topman $42.67 7A 31 Water �King Laborers - Undereround Sewer Pipe Layer $43.46 7A — � & Water King Landscape Construction Irrigation Or Lawn Sprinkler 513.56 1 Installers King landscape Construction Landsca{ie Equipment $28.17 1 I Operetors Or Truck Urivers �King Landscape Construction Landscaping or Planting $17•87 1 Laborers_ �King Lathers Joumey Level _. _$52.32 _ SD 1 H � �King. _ Marble Setters Journey Level $51.32 SA 1M King Metal FaLirication_(In_Shop) Fitter $15.86 1 (King Metal Fabrication (In Shop)__ _ Laborer $9 78 1 � - - - -- -- _ �King Metal Fabrication (In Shop) Machine Operator _ 5�3.04 1 King Metal Fabrication (In Shop) Painter 511.10 _ _ 1 ,King Metal Fabrication (In Shop) N/elder $15.48 1__ _ ! - - -- - �King _ MillwriQht Journey Level 553.42 5D 4C � �King Modular Buildings Cabinet Assembly 511.56 1 � fKing Modular Buildines Electrician _ $1.1.56 1 � �King ModularBuildines EquipmentMaintenance $11•Sb 1 � �King Modular Buildines Plumber $11 56 1 � �King Modular Buitdin�s Production.W,orker_ $9 47 1 �King Modular Buildines Tool Maintenance $71.56 _ 1 . � �King Modular Buildin s Utility Person $11•56 1 ! �King Modular Buildin s Welder 511 56 1 King Painters Journey Level $37.80 _ 6Z, 2B � �King Pile Driver Journey Level $52.57 SD 4C I - — — �King Plasterers Jour_ney Level _ $50.42 g 1R https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page '7 of 17 IKing Plaveround & Park Eauioment Journey Level $9 47 1 Inst'all'ers King Plumbers 8 Pioefitters Journey Level $74.69 6Z iG King Power Equipment Operators Asphalt Planf Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51 97 7A 3C SP King Power.Equipment.Operators Barrier Machine (zipper)_ __ . $54.75 7A 3C 8P � Ki�g Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P ( Concrete King Power Equipment Operators Bobcat $51 97 7A 3C SP King Power Equipment Operators Brokk Remote Demolition $51 97 7A 3C 8P Equipment King Power.Equipment Operators Brooms $51 97 7A 3C 8P King _ Power Equioment Ouerators BumpWCutter $54.75 j� 3C 8F King Power Eaui�ment Operators Cableways $55.24 � 3C 8P King Power Equiement Ooerators Chipper $54.75 ,j9 3C__ � King �wer Equipment Ooerators Corrmpressor _ $51 97 Z 3C 8P � King Power Eauipment O�erators Concrete Pump: Truck Mount $55.24 � 3C � With Boom Attachment Over 42 M King Power Eouioment Ooerators Concrete Finish Machine -laser $51 97 7A 3C SP Screed King Power Equipment Operators Concrete Pump - Mounted Or 554.33 7A 3C 8P Trailer High Pressure Line Pump,_P_ump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power Eouipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P � Tons VJith Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 555.79 7A 3G 8P Tons, 0� 150' Of Boom (Induding Jib With Attachments) �King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C SP � Or 250'Of Boom (induding Jib With Attachments) King Power Eauioment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8R Tons, Under 150'Of Boom (induding Jib With Attachments) �King Power Eouipment_Operators Cranes: A-frame - 10 Tons Md $51 97 7A 3C 8P � Under iKing Power Eoui�ment Operators Cranes: Friction 100 Tons $56.36 7A � 8P ( � Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons _$56.92 7A 3C 8P �King Power Equipment Operators Cranes: Over 300 Tons Or 300' S56.92 7A 3C 8P Of Boom (inctuding Jib With � Attachments) �King Power Equipment Operators $54.33 7A 3C 8P ( https:/ffortress.wa.gov/Ini/wagelookup/prvWagelookdp.aspx 8/6/2015 Page 8 of 17 � Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Eauioment Operators Crusher $54:75 7A 3C_ $P �King P-ower Eauioment Operators Deck Engineer/deck Winches 554.75 7A 3C 8P I (power) �King Power Equipment Operators. _ Derricks, On_Building Work $55:24 7A 3C 8P � �King Power Equipment Operators Dozers D-9 & Under $54•33 _ 7A 3C 8P � �King Power Equipment Operetors Drill Oilers: Auger Type, Truck 554•33 7A 3C 8P Or Crane Mount �King __ Power Equipment Operators Drilling Machine $54J5 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: 551 97 7A 3C 8P Permanent And_Shaft Type King Power Equipment Operators Finishing Machine, Bidwell 554.75 7A 3C SP And Gamaco & Similar Equipment King Power.Equipment.0oerators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachmenu King Power Equipment Operators Fo�kliffs: Under 3000 Lbs. $51 97 7A 3C 8P I With Attachments King Power Eouioment Operetors Grade Engineer• Using Blue $54.75 7A � 8R Prints, Cut Sheets, Etc King. _ Powe� Equipment.Operators GradecheckeNstakeman $51 97 7A 3C 8P , — — King Power Equipment Operators Guardreil Punch $54J5 7A 3C 8P � King Power Equipment.Operators Hartl Tail End Dump $55.24 7A 3C 8P � Articulating Off- Road Equipment 45 Yards. 8 Over �King Power Equipment OperaEors Hard Tail End Dump 554J5 7A 3C 8P � Articulating Off-road Equipment Under 45 Yards �King Power Equipment Operators HorizontaUdirectional Drill 554•33 7A 3C 8P Locator 1King Power Equipment Ooerators Norizontal/directional Drill $54.75 7A 3C $P Opera[or 1King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C SP I 10 Tons � {King Power Equipment Operators Hydralifts/boom Trucks, 10 $51 97 7A 3C 8P. I Tons And Under _ a King Power Equipment Operators Loader, Overhead 8 Yards. 8 $55.79 7A 3C 8P. � Over �King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P I But Not Including 8 Yards � �King Power Equipment Ooerators Loaders, Overhead Under 6 $54.75 7A 3C 8P I Yards �King Power Equipment Operators Loaders, Plant Feed 554•75 7A 3C 8P � �King Power Equipment Operators Loaders:_Elevating Type Belt_ $54.33 7A 3C 8P �King Power Equipment Operators Locomotives, All _554•75 7A 3C. 8P � King Power.Equipment Operators Material Transfer Device $54•75 7A 3C 8P King Power Equipment Operators 555.79 7A 3C SP I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 9 of 17 Mechanics, All (leadmen 50.50 Per Hour Over Mechanic) King Power Eauioment Ooerators Motor Patrol Grader - Non• $54.33 � 3C SP finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power EoLioment Operators Mucking Machine, Mote, 555.24 7A 3C 8P Tunnel Drill, Boring, Road Header Md/or Shield King Power Equipment Ooerators Oil Distributors, Blower $51 97 j� � � Distribution 8 Mulch Seedinq Operator King Power Eauioment Operators Outside Hoists (elevators And $54.33 7A �C � I Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54•75 7A 3C SP I 20 Tons Through,44 Tons King Power Ec ii ment Operators Overhead, Bridge Type: 100 $55.79 Jg 3C $E Tons And Over �King Power Eauipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons IKing Power Epuipment Operators Pavement Breaker $51 97 7A 3C 8P �King Power Equipment Operators Pile Driver (other Than Crane 554•75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler Asphalt, Crusher 554.33 7A 3C 8P � King Power Eouioment Operators Posfhole Digger, Mechanical $51 97 �. _�_ 8P � �King Power E6uioment Ooerators Power Plant_ _ 551 97 7A 3C 8P � �King _ Power Eauioment O�erators Pumps Water $51 97 � 3C ,8� I King Power Equipment O�eretors Quad 9, Hd 41, D70 And Over 555.24 7A 3C 8B � King Power Eauioment Ooerators Quick Tower No Cab, Under 551 97 7A �C $P I 100 Feet In Height Basecl To Boom �King Power Equipment Ooerators Remote Control Operator On $55.24 7A 3C 8P � Rubber Tired Earth Moving Equipment �King Power E ui ment 0 erators Rigger And Bellman $51 97 7A 3C 8P �King Power Equipment Operators Rollagon $55.24 7A 3C SP � f King Power EQuipment Operators Roller, Other Than Plant Mix 551 97 7A 3C 8P � �King Power Eauipment.Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P � Materials �King Power_Eauioment Operators Roto-mill, Roto-grinder_ $54J5 � � � �King Power Eoui�ment Ooerators Saws Concrete $54.33 j� 3C 8p I �King Power Eouipment Ooerators Scraper, Self Propelled Under $54.75 9A � $p i 45 Yards � �King Power Equipment Operators Sc�apers Concrete 8 Carry $54.33 7A 3C 8P � I ; All �King Power Equioment Ooerators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P I YardsAnd Over �King Power Equipment Operators Service Engin:eers . Equipment $54.33 7A 3C 8p � �King Power Equipment Operetors Shotcrete/gunite Equipment 551 97 7A 3C 8P � � -- - — — — � http"s://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 10 of 17 King Power Equjpment O�erators Shovel , Excavator, Backhoe, $54.33 7� 3C �P Tractors Under 15 Metric Tons. _ __ __ King Rower E ui ment Operators Shovel, Excavator, Backhoe: $55.24 7A � $p, Over 30 Metric Tons To 50 Metric Tons �King Power Equipment Ooerators Shovel, Excavator, Backhoes, $54.75 L 34 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $SSJ9 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power_EquiDment Operators Shovel, Excavator, Backhoes: 556.36 7A 3C 8P Over 90 Metric Tons King Power Eaui�ment Operators Slipform Pavers 555.24 j� �. �P � King Power Equipment Ooerators Spreader, Topsider 8 $55.24 � �4 $e Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A __3C_ _ 8P � King____ Power Eauipment Operators Tower Bucket Elevators $54.33 7A 3C 8P � King Power Equipment Operators Tower Crane Over175`in $56.36 7A 3C SP ( Height, Ba'se To Boom King Power Equipment Operators Tower Crene Up To 175' In 555.79 7A 3C 8P � Height Base To_Boom IKing Power Equipment Operators Transporters, All Track O� $55.24 7A 3C SP Truck Type �King Power Equipment Operators Trenching Machines $54.33 7A 3C SP King P'ower Equipment Operators Truck Crane Oiler/driver 100 $54•75 7A 3C 8P Tons_And Over_ King Power Eauioment Ooerators Truck Crane Oiler/driver $54.33 7A �, 8P I Under 100 Tons King Power Equipment.Operators Truck Mount Portable �554•75 7A 3C 8P I Conveyor _ _ King Power Eoui�ment O�e�ators Welder $55.24 j� 3,_,� SP King Power Equipment Ooerators__ Wheel Tractors, Farmall.Type $51_ 97 j8 }� $P_ � King Power E ui ment 0 erators Yo Yo_Pay.Dozer S�'1•75 7A 3C 8P 1 King Power Equipment Operators- Asphalt Plant Operators 555.24 7A 3C 8P I Undereround Sewer Fx Water �King Power-Equipment Operators- Assistant Engineer 551 97 7A 3C 8P � Underaround.Sewer B.Water �King Power Equipment Operators- Barrier Machine (zipper) $54:75 '7A_ 3C SP � Underarouhd 5ewer &Watec �King Power Equioment Ooerators- Batch Plant Operator, 554•75 J9 3C � � Underaround Sewer £t Water Concrete King Power Equipment.Operators-_ Bobcat $51 97 7A 3C 8P � Underardund Sewer & Water �King Power Eouioment Ooerators- Brokk - Remote Demolition $51 97 7� }� $P I Undereround Sewer Q Water Equipment IKing Power.Equipment Operators- Brooms 551 97 7A 3C 8P ( Undereround Sewer 8 Water f King Power Eauioment Ooerators- Bump Cutter $54.75 7A 3� 8P � Undera�ound Sewe� & Water � � https://fomess.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 11 of 17 King Power Eauioment Operators- Cableways 555.24 7� � $P Underaround Sewer & Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P. Underground Sewer & Water King Power Eauioment Operators• Compressor $51 97 j� 3C ¢� I Underqround Sewer 8 Water � King Power_Equipment-Operators- Concrete Pump: Truck Mount $55.24 7A 3C SP Underground Sewer 8 Water N/ith Boorii Attachment Over 42 M �King Power Equipment Operators- Concrete finish Machine -laser $51 97 7A 3C 8P Undereround Sewer & Water Screed - -- - - - - King Ppwer Eauioment Operators- Concrete Pump - Mounted Or $54:33 j� 3C §� Underaround Sewer 8 Water Treiler Higfi Pressure Line Pump, Pump High Pressure. King Power Eoui�ment Operators- Concrete Pump: Truck Mount $54J5 7A 3C $P Under2round Sewer&Water 1Nith Bobm Attachment Up To 42m �King power Eq4ipment Ooerators- Conveyors $54.33 7A �C $P Under¢round Sewer & Wate� King Power Equipmenf Operators- Crenesc 20 Tons Through 44 $54.75 7A 3C 8P Underaround Sewer 8 Water Tons With Attachments 8 . . Kin Power Eauipment-Operators- Crenes: 100 Tons Through 199 $55.79 7A 3C SP Underqround Sewer &Water Tons, Or 150`Of Boom (Including Jib With Attachments) King Power-Equipment Operators• Cranes: 200 Tons To 3.00 Tons, $56.36 7A 3C 8P Urideraround Sewer 8 Water Or 250' Of Boom (inUuding Jib With Attachments) King Power Eauipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Under¢round Sewer & Water Tons, Under 150' Of Boom (induding Jib With Attachments) King Power Equipment Operators- Cranes: A-frame 10 Tons And $51 97 7A 3C SP � Under¢round Sewer £x Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $5636 7A 3C 8P � Under round Sewer & Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P � Unde�a�ound Sewe� & Wate� �King Ppwer Equipment Ooeretors- Cranes: Over 300 Tons Or 300' S56.92 7A � � � � Underaround Sewer @ Water Of Boom (including.Jib With Attachments) ! �King Power Eauioment Operators- Cranes: Through 19 Tons With $54:33 jP �C �p � Under¢round Sewer 8 Water Attachments A-frame Over 10 i Tons 3King Power Eauioment Operators- Crusher $54.75 7A � � � � Undereround.5ewer 8 Water � , RKing Power EquiDment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P � � Undereround Sewer & Water (power) �King Power Eauioment O�eretors- Derricks, On Building Work $55.24 7A 3C 8P � Underaround.5ewec&.Water �King Power Equipment Operato�s- Dozers D-9 8 Under $54.33 7A 3C 8P Undere'round Sewer 8 Water_ I - ! https://foriress.wa.gov/lpi/wagelookup/prvWagelookup.aspx 8/6/2015 Page 12 of 17 �King Power Equipment.0oerators• Drill Oilers: Auger Type, Truck S.�•33 L 3C $e Underaround:Sewer 8_Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54•75 7A 3C 8P Undereround Sewer 8 Wate� King Power Eauioment Ooerators- Elevator And Man-lift: $51 97 � 3f $p Undereround Sewer 8 Water Pe[manent And ShafG Type Kmg Power Equipment Operators- Finishing Machine, Bidwell $54.7.5 � 7A 3C 8P � Undereround Sewer 8 Water And Gamaco & Similar Equipment King Power.Equipment Operators- Forklift: 3000 Lbs And Over 554•33 7A 3C 8P ! Undereround Sewer 8 Water With Attachments � �King Power Eauioment Ooerators- Forklifts: Under 3000 Lbs. $51 97 J� 3C $p Undera�ound'Sewer 8 Water _ With Attachments. King Power Equipment Operators- Grade Engineer Using Blue $54.75 7A 3C 8P � Undersround Sewer 8 Water Prints, Cut Sheets, Etc �King Power_Equipment Operators•. Gradechecker%stakeman $51 97 7A 3C 8P UnderQround Sewer & Water �King Power Equipment Operators- Guardrail Punch $54.75 7A 3C SP Underaround Sewer Ft Water �King Power EquiDment Operators- Hard Tail End Dump $55.24 7A 3C 8P Unde�¢round Sewe� &Water Articulating Off- Road Equipment 45 Yards. &_Over King Power Equipment Operators- Hard Tail End Dump $54J5 7A 3C 8P UnderQround Sewer 8 Water Articulating Off-road Equipment Under 45'Yards King Power Equipment.Operators- Horizontal%directional Drill $54.33 7A 3C 8P � Unde�arourid Sewer &Water Locator King Power Equipment Ope�ators- Horizon[aVdirectional Drill $54J5 7A 3C 8P � Under¢round Sewer &Water Operator. King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P � Undereround Sewer 8 Water 10.Tons. King Power Equipment Ooerators• Hydralifts/boom Trucks, 10 $51 97 7� � 8� � � Underaround Sewer & Water Tons And Under __ _ �King Power Equioment Operators• loader, Overhead 8 Yards. & 555.79 7A 3C SP � Under¢round Sewer &Water Over , King PowecE Li ment Operators- Loader, Overhead, 6 Yards. 555.24 jA 3f 8P � Undereround Sewer_&.Water But Not Induding 8 Yards �King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P � Underaroun`d Sewer.Q_Water Yards �King Power Eauioment Ooerators• Loaders, Plant Feed $54.75 7A 3C 8P � i Undersround Sewer ft Water __ _ _ ___ ___ iKing Power Equipment Operators- Loaders: Eleva[ing Type Belt $54-33 7A 3C 8P � ; Undereround Sewer 8 Water �King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P � Uridersround Sewer & Water �King Power Equipment Ooerators• Material Trensfer Device 554•75 7A 3C 8P � Undereround Sewer &Water �King Power Equipment Operators: Mechanics, All (leadmen - $55J9 7A 3C 8P � Unde�eround Sewe�&_Water $0.50 Per Hour Over , Mechanic) �King Power Equipment Operators- Motor Patrol Grader Non- $54.33 7A 3C 8P UnderQround Sewer & Water finishing https://fortress.wa.gov/lni/wagelookdp/prvWagelookup.aspx 8/6/2015 Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3G SP { Underground Sewer & Water Finishing ! King Power Eouioment Ooerators- Mucking Machine, Mole, $55.24 7A �C 8P Underaround Sewer & Water Tunnel Drill, Boring, Road Header And/or Shield IKing Power Eouioment O�erators- Oil Distributors, Blower 551 97 J� � � Underaround Sewer & Water Distribution &Mulch Seeding Operator lKing Power Equipment Ooerators- Outside Hoists (elevators And $54•33 j� 3C 8F � � Underaround Sewer & Water Manlifu), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: 554•75 7A 3C 8P Underaround Sewer 8 Water 20 Tons Through 44 Tons King Power Eouioment O�erators- Overhead,�Bridge Type: 100 $SSJ9 jA � 8P Underqround Sewer & Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 555.24 7A 3C 8P Underaround Sewer.& Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51 97 7A 3C 8P Under��ounii Sewer 8 Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Under round Sewer 8 Water Mount) - — - - - - -- - - - King Power Equipment Operators- Plant Oiler Asphalt, Crusher $54.33 7A 3C 8P. Under&round Sewer & Water King Power Equipment Operators- Posthole Digger, Mechanical 551 97 7A 3C 8P Undereround Sewer 8 Water King Power EqLipment Operators- Power Plant $51 97 7A 3C 8P Underaround Sewer 8 Water King Power Eouioment Ooerators- Pumps - Water $51 97 7A � §Q Undereround Sewer & Water King Power Equipment Operators- Quad 9, Fid 41, D10 And Over $55.24 7A 3C 8P I Under¢round Sewer & Water King Power Eguipment Ooerators- Quick Tower - No Cab, Under 551 97 7A }� 8P I Under�round Sewer & Water 100 Feet In Height Based To Boom King Power Eoui�ment Ooerators- Remote Control Operetor On 555.24 7A 3C SP UnderQround Sewer & Water Rubber Tired Earth Moving Equipment. _ _ �King Power Equipment Ooerators- Rigger And Bellman $51 97 � 3C 8P � Underaround Sewer & Water �King Power Equipment Operators- Rollagon $55.24 7A 3C 8P � i Underground Sewer Q Water i King Power Equipment Operators- Roller, Other Than Plant Mix 551 97 7A 3C 8P � Undereround Sewer 8 Water �King Power Epuipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P � Unde�qround Sewer 8 Water Materials___ _ � �King Power Eouipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8B � Undereround Sewer & Water King Power Equipment Operators- Saws Concrete $54.33 7A 3C 8P Underqround Sewer & Water � �King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P � UnderQround Sewer 8 Water 45 Yards �King $54.33 7A 3C SP � https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 14 of 17 Power Eouioment Ooerators- Scrapers - Concrete & Carry Under'Q�ound Sewer & Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Undereround Sewer & Water Yards Md Over (King Power Eauipment O�erators- Service Engineers - Equipment $54.33 jA 3,� �P Undereround Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $51 97 7A 3C 8P I Undereround Sewer 8 Water �King Power Eauioment.0oerators- Shovel , Eucavator, Backhoe, 554•33 L 3C 8P Under�round Sewer &Water Tractors Under 15 Metric Tons. �King Power Eouioment Operators- Shovel, Excavator, Backhoe: $55.24 J� � 8P � Under¢round Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment O�erators• Shovel, Excavator, Backhoes, $54.75 7A 3C 8P ! Under�round.Sewer 8 Water Tractors: 15 To 30 Metric Tons ! King Power Equipment Operato�s- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Unde�¢roun8 Sewer B.Wate� Over 50 Met�ic Tons To 90 Metric Tons �King Power Equipment Operators- Sfiovel, Excavator, Backhoes: $56.36 7A 3C 8P Undereround Sewer & Water Wer 90 Metric Tons____ _._ _ _ _ ._. King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer & Water �King Fower Equipment Operators- Spreader, Topsider& 555.24 7A 3C 8P Under round.Sewec&.Water Screedman {King Power Equipment Operators- Subgrader Trirtimer $54J5 7A 3C 8P � Undereround Sewer 8 Water �King Power Equipment Operators- Tower Bucket Elevators $54•33 7A 3C 8P � Undereround Sewer 8 Water �King Power Equipment Operators- Tower Crane Over 175'in 556.36 7A 3C 8P Under¢round Sewer & Water Height, Base To Boom � �King Power Egyipment Ooerators- Tower Crene Up To 175' In $55.79 j� � $P_ � Understround Sewer & Water Height Base To Boom �King Power Equioment Operators- Transporters, All Track Or $55.24 7A 3C 8P � � Untlerarbund Sewer & Water Truck Type �King Power Eauioment Ooerators- Trenching Machines $54.33 L �C 8P � � Underaround Sewer 8 Water � �King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54J5 7A 3C 8P_ � j Undereround Sewer & Water_ Tons And Over �King Power Eoui�ment Operators- Truck Crane OileNdriver $54.33 7A 3C 8P � Underqround Sewer & Wafer Under 100 Tons �King Power Equipment Operators• Truck Mount Portable $54J5 7A 3C SP j ; Uniieraround Sewer 8 Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P � Undereround Sewer & Water �King Power_Equipment.Operators- Wheel Tractors, Farmall Type 551 97 7A 3C 8P Undereround Sewer & Water �King Power Equipment Operators- Yo Yo Pay Dozer 554.75 7A 3C SP � UnderQround Sewer &Water �King Power Line Clearance Tree Journey Level In Charge $45.75 SA 4A � Trimmers � __ _ i https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 15 of 17 King Power Line C(earance Tree Spray Person $43.38 ,�A 9� + Trimmers � King Power Line Clearance Tree Tree Equipment Operator 545.75 SA 4A Trimmers �King Power Line Clearance Tree Tree Trimmer $40.84 SA �A j Trimmers �King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 SA 4A Trimmers �King Refrieeration 8 Air Joumey Level $73.51 �Z 1G 3 ConditioninQ Mechanics �King Residential Brick Mason Journey Level 551.32 SA iM {King ResidentialCarpenters Journey Level 528.20 1 � �King ResidentialCementMasons Journey_level 522.64 1 ' {King Residential Drvwall Joumey Level $40.14 SD 4C � Applicators �King Residential Drvwall Tapers Journey Level $52.37 5P 1E iKing Residential Electricians Journey Level $30.44 1 King Residential Glaziers Jou�ney Level $37.30 7L 1H King Resiiiential Insulation Journey Level $26.28 1 Aoolicators King ResidentialLaborers Journey Level $23.03 1 King f3esidential Marble Setters Joumey Level 524.09 1 King Residential Painters Joumey Level $24.46 1 _ King Residential Plumbers 8 Journey Level $34.69 1 Pipefitters King Residential Refriaeration @ Air Journey Level $73.51 6Z 1G Conditionin&Mechanics King Residential Sheet Metal Joumey Level (Field or Shop) 542.58 7f 1 R Workers �King Residential Soft Floor Lavers_ _ Journey_Level $42.41 �Q 3D �King Residential S�rinkler Fitters Journey Level $42.48 � ]$ � (Fire P�otection) �King Residential Stone Masons Joumey Level $51.32 SA 1M + �King Residential Terrazzo Workers Joumey Level $46.96 SA 1M � iKing Residential Terrazzo/Tile Journey Level $21 46 1 � Finishers jKing Residential Tile Setters Journey Level_ $25.17 1 f jKing Roofers _ Journey Level 545.71 SA 3H � �King Roofers Using Irritable Bituminous S�•71 SA 3H � Materials j King Sheet Metal Workers Joumey Level (Field or Shop) $70.37 7F 1 E � jKing Shiobuildine & Ship Repair Boilermaker $39.82 7M 1�1- ( �King Shipbuilding & Shio Reoair Carpenter $39.24 Zj 2B ( �King Shipbuildin¢ & Ship Repair Electrician $40.16 LT 46 _ _ � jKing Shipbuilding & Ship-Repair Heat& Frost.lns_ulator $61 18 � 15 � �King Shiobuildine & Ship Repair Laborer $40.19 7T 46 �King Shipbuildine ft Ship Repair Machinist $40.18 7T 4B � �King Shipbuildinq & Ship Repair Operator $40.11 7T 4B � , - - - � https://forness.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/201b I Page 16 of 17 �King $�iipbuildine.& Shio-Repair Painter 540.16 a 9$ iKing__ _ �iipbuildine & Ship-Repair Pipefitter $40•11 Zj q@ �King Shiobuilding & Shi� Repair Rigger_ $40.19 Z;[ 4B � iKing �hipbuildina& Ship Re�air Sheet Metal $40.14 ___ g.__ ___ _9,¢ King Shiobuildin¢ & Ship Repair Shipfitter 540.19 7T 9¢ King SfiipbuildinQ & Ship Repair Trucker $40.03 7T 4B King Shipbuilding &Ship ReDair Warehouse $40.08 7T 4B King Shipbuildina fc Ship Repair Welder/Bumer $40.19 7T 4B King Sisn.Makers B.Installers Sign Installer $22•92 1 fElectricall King Sien Makers & Installe�s Sign Maker $21.36 1 (ElectricaU King Sian Makers & Instatlers (Non- Sign Installer $27.28 1 I E ectrical King �j,gn Makers E Installers (Non- Sign Maker 533.25 1 I Electrical King Soft Flooc Layers Journey Levet 542.41 SA 3D � King Solar Controls For Windows Joumey Level 512.44 1 King Sprinkler Fitters (Fire Joumey Level $69.74 SC 1X � Protectionl King Staee_Risaina Mechanics (Non Journey Level $13.23 1 Structural �King._ Stone.Masons Joumey Level $51.32 5A 1M ' �King Street And Parking Lot Joumey Level $19.09 1 � Sweeper Workers �King Survevors Assistant Construction Site $54.33 7A 3C 8P Surveyor King Sucvevors 6hainman $53.81 � � $_P �King Survevors Construction Site Surveyor 555.24 jL � SP i King Telecommunicatio� Journey Level $22Jb 1 � Tecfiniciaris �King Tele�hone Line Construction Cable Splicer 536.96 SA 26 � Outside 1King Teleohone Line Construction Hole Digger/Ground Person 520.49 � �.B � ! Outside jKing Telephone Line Construction Installer (Repairer) $35.40 5A 26 � � Outside �King Telephone Line Construction - Special Aparatuslnstallerl $36.96 SA 28 � � Outsid"e �King Telephone Line Construction Special Apparatus Installer II $36.19 SA 26 � � Outside _ _ �King Telephone Line Construction Telephone Equipment $36.96 SA 26 I Outside Operator (Heavy) jKing Telephone Line Construction Telephone Equipment $34.34 5A 2B � j Outside Operator (Light) __ __ _ , �King Telephone Line ConstrucEion Telephone Lineperson $34.34 SA 26 � � Outside __— ___ �King Teleohone Line-Construction Television Groundperson 519 45 SA � � ' Outside � - https://forness.wa.gov/lni/wagelookup/prvWagelookup.aspx 8/6/2015 Page 17 of 17 �King Telephone Line Construction Television $25.89 � � � Outside Li neperson/Installer King Telephone Line Construction Television System Technician 530.97 SA 26 ie King Tele�hone Line Construction Television Technician $27 77 SA 2B � Outside. �King Tetephone Line ConstFuction Tree Trimmer $34.34 SA 26 j Outside � jKing Terrazzo Workers Journey Level $46.96 SA 1M � r-- - - - - 'King Tile Setters Journey Level $21.65 1 � ±King Tile. Marble & Terrazzo Finisher $37 79 SA 16 � � Finishers �King T�affic Cont'rolStripers Journey Level 543.11 7A 1K �King Truck Drivers Asphalt Mix Over 16 Yerds (W $49.85 SD 3A 8L i WA-Joint Council 28) ?King TruckDrivers Asphalt Mix To 16 Yards (W $49.01 5D 3A 8L � � WA-Joint Council.28) ICing Truck Drivers Dump_Truck.8 Trailer $49.85 SD �__ _ 8L �King Truck Drivers Dump Truck (W WA-Joint $49.01 SD 3A SL Council 28) King Truck Drivers Other Trucks (W WA•Joint $49.85 5D 3A SL ; Council 28) � King Truck Drivers Transit Mixer $43.23 1 � �King Well Drillers 8 Irriaation Pump Irrigation Pump Installer $17 71 1 � j Iristalle�s � �King Nlell D�illers & Irrieation Pump Oiler $12•97 1 Installers �`King WelLDrillers_8 IrriQation Pump Well Driller $18.00 1 Installers _�_ _����u , v^.4M� �. � https://fortress.wa.gov/ini/wagelookup/prvWagelookup.aspx 8/6/2015 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard" or"Non-standard" Items) Below is the departmenYs (State L&I's) list of criteria to be used in determining whether a prefatiricated item is "staridard" 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-standarii items is cbvered by RCW 39.12, and the prbduction 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 ttie public wbrks jobsife? 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 prirtiarily to, the public works prbject? If it is, the work is covered tiy RCW 39.12. If not, go to question 4 4 Does the item require any assembly, cutting, modification or other fabricaGon 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 L8�1 at (360) 902-5330. Supplemental to Wage Rates 1 09/02/2015 Edition, Published August 3b, 2015 WSDOT's Predetermined Listfor Suppliers - Manufactures - Fabricafor Below is a Iist of potentially prefabricated items, originally fumished tiy 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 tlescribed in State and L&I's policy statement. ITEM DESCRIPTION YES NO � Metal rectanguiar frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Besin X Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans p. Metal circular ames 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 stee�grate supports and welded grates, metal frames and dual vaned grates, arid Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Co�crete Pipe- Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter j( 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter a( 6. Corrugated Sfeef 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 Cornigated Aluminum Pipe -Aluminum lock seam corrugated pipe for culvefts and storm sewers, sizes 30 inch to 120 inches in X diameter May also be treateii, #5. Supplemental to Wage Rates 2 09/02/2015 Edition, Pubiished August 3rd, 2015 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plahs for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handreil 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. )( 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. Weld,ing of aluminum shall be in x accordance with Section 9-28.14(3). 13. Concrete Piling—Precast-Prest�essed concrete piling fo�use as 55 and 70 ton conc�ete pilirig. Concrete to conform to Section 9-19.1 of Std. S{iec. )( �4. 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, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. - - — )( Supplemental to Wage Rates 3 09/02/2015 Edition, Published August 3`d, 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 storege 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 undergrbuhd utilities. X See Gontract 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 permanentbarrier 25. Reinforced Earth Wail Pahels— Reinforced Earth Wall Panels in size and shape as shown.in the Plans. Fabrication plant has arinual approval for methods and materials to be used. See SFioP Drawing. X Fabrioation at other locations may be approved, after facilities inspection, contact FIQ. Lab. 26. Precast Conc�ete 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 ta be used Supplemental to Wage Rates 4 09/02/2015 Edition, Published August 3r°, 2015 ITEM DESCRIP710N YES NO 27 Precast Railroad Crossings -Concrete Crossing SUucture x Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approvel of inefhods 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 inethods 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. Prestres"sed Tri-Beam Girde�- Prestressed Tri-Beam Girders for use in structures. Fabricator plant has anrival 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 Prestres§ed Precasf Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of inethods 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 Preshessed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided x for approvai prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover x See Std. Plan. Supplemental to Wage Rates 5 09/02/2015 Edition, Published August 3rd, 2015 ITEM DESGRIPTION _ . YES__ _NO 34. Cantilever Sign Structyre -Gantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. F'lans, anci Contract Plans for details. The steel structure x shall be gatvanized after fabrication in accordance with AASHTO=M-111 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details sh6wn in the Plans. Shop drawings for X approval are required prior fo fabrication. 36. Steel Sign Bridges -Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, ancl 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 Flans. 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 =l.ighting Standards for use bn fiigliway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Pians. See Specia )( Provisions for pre-approved drawings. 40. Traffc 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 17'EM DESGRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Tra�c Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. j( J( � NOTE: '** Fabrication inspection required. Only signs tagged i "Fabricatiori Approved" by WSDOT Sigh Fabrication Inspector to be installed Custom S� Message Signing Messa e 43. Cutting & bending reinforcing steel X 44 Guardrail components � �( CusWm� Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Coyered by WAC 296-127-018 47 Fiberfabrics � 48. Electrical wiring/components � 49. treated or untreated timber pile ! X I 50. Giriie�pads (elastomeric bearing) x 51 Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 09102l2015 Edition, Published August 3rtl, 2015 ____ _ITEM.DESCRIP_TION_ _____ _ YES NO 53. Fencing materials X 54 Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57 Critibing 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 � Prefabricated items specifically produced for public works projects that are prefatiricated in,a counry 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 tFie manufacturer of tFie prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39 12.010 (The definition of "lorality" in RCW 39.12.010(2) contains the phrese "wherein the physical work is being performed. The department interyrets this phrase to mean the adual work site. SupplementaJ to Wage Rates 8 09/02/2015 Edition, Published August 3rtl, 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 a�e not normally used in the construction of heavy arid higFiway 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 Rafes For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Mot6r Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cle,aning, $ealing 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 F2ATES ""' • Sign Makers and Installers (Non-Electrical) . S'ign Makers and Installers (Electrical) • Stage Rigging Iuleclianics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOTs list for Suppliers - Manufacturers- Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 9 09/02/2015 Edition, Published August 3'�, 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, ooncrete, 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-listeii maferials to a public works project site: (i) At orie or more point(s) directly up'on 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 prbduction facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specifc, 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 wo�ks prqject. Supplemental to Wage Rates 10 09/02/2015 Edition, Publish_ed August 3rd, 2015 (3) All travel time that relates to the wdrk covered under subsection (2) of this section reqLires 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 retuming to a supply source to obtain another load of material for use on a public works site or retuming to the public works site to obtain another load of excavated mate�ial is time spent in travel that is subject tb 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 irmaterials 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 (� of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon fhe project site; nor does a stockpile include materials dumped at the place of iricorporation, or adjacerit 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 prbject 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 3`d, 2015 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 ♦x*�*�*��e+*x*+se***�M*x�e�+**�t+*+�r��x��+e�*+a�+w�+�e�x���xr+�rrwawrerte�sa�+KKx����x*�+ek+��+M*s+ssese�+rtw+rr�art OverHme Coiles Overtime calculadons aze based on the hourly rate actually paid to the worker.On public works projects,the hourly rate mus[be not less[han the prevailing rate of wage minus�the hourly rate of the cost of fringe benefi[s actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (S) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATB OF WAGE. I B. All hours worked on Saturdays shall be paid a[one and one-half times the hourly rate of wage. All hours worked I on Sundays and holidays shall be paid at double the hoprly�rate of wage. I C. The first two(2)hours after eight(8)regulaz hours Monday through Friday and the first ten(10)hows on Saturday shall be paid a[one and one-half times the hourly rate oF wage. All o[her overtime hows and all hours worked on Sundays and holidays shall be paid at double the hourly ra[e of wage. . D. The firsf two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eigfit(8)hours worked the next day aftpr ei[her 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 ofwage. E. The firs[two(2)hours after eight(8)regulaz hours Monday through Friday and the�first eight(8)hours on Satifrday 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 ra[e of wage. F The first two(2)hours after eight(8)regulaz hours Monday through Friday and the first ten(10)hours op Saturday sfiall be paid at one and one-half times the hourly rate of wage.All otltier overtime hours worked,excep[Labor Day, shall be paid at double the hourly ra[e of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The firs[ten (10) hours worked on Saturdays and the first tan(10) hours worked on a fifth calendar tvebkday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(l0)hours per day Monday tluough Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid a[one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over[welve Q2)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday ttvough Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hows worked on Saturdays and Sundays shall be paid at one and one-half[imes the hourly rate of wage. All hours worked on holidays shall be paid a[double the hourly ra[e of wage. M. All hours worked on Saturdays(ezcept makeup days if work is]ost due to inclement weather conditions) shall be paid at one and one-half times the hburly 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 hourty rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly raje of wage. 1 Benefit 6ode Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Gontinued 1. O. The fus[ten (10) hours worked on Saturday shall be paid at one.and one-half times [he hourly rate of ivage. All hours worked on Sundays,holidays and after twelve(12)fiours,Monday tltrodgh Friday and after ten(10)hours on Saturday shall be paid a[double the hourly ra[e of wage. P All hows worked on Saturdays(excep[makeup days if circumstances warrant)and Sundays shall be paid a[one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid a[double t}ie�houtly rate of wage. Q. The fus[two (2) hours after eight (8) regulaz hours Monday tivough Friday and up to ten (10) hours vrorked on Satwdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hows per day Monday through Saturday and all hours worked on Sundays and holidays(except Chrishnas day)shall be paid a[double the howly rate of wage. All hours workbd on Christ�rias day shall tie�paid at two and one-fialf times the hotirly iate 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)houcs after eight(8)regular hours Monday tlirough Friday and the f¢st eight(8)liows on Sattirday shall be paid a[ one and one-half times the hodrly 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 waga All hours worked on Labor Day shall be paid at[hree times the hourly rate of wage. U. All hours worked on Saturdays sfiall 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 a[[hree times the hourly rate of wage. V All hours worked ou Sundays and holidays(except Thanksgiving Day and Chris[mas day) shall be paid at one arid one-Half Nmes tfie 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 dug [o conditions beyopd the control of�the epiployer)) sfiall be paid at oue and one-half times the hburly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The fvst four (4) hours after eight (8) regulaz hours Monday through Friday and the frst twelve (12) hours on Saturday shall be paid at ope and one-half times tHe hoiirly ra[e of wage. All houts worked over twelve(12) fiours Monday through Sa[urday, Sundays and holidays shall be paid at double the hourty 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 tight(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 an_d one-Half times the houFly rate of wage. (ezcept for employees who are absent from ivork without prior approval on a scheduled workday during the workweek sfiall be paid at the shaight-time rate until Yhey have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweekJ All hours worked Monday[hrough Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hoprly rafe 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 wo?ked 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 rnte of wage. C. All hows worked on Sundays shall be paid at one and one-half Gmes 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)hoiss worked on holidays shall be paid at the straight hourly rate of wage in additian to the holiday pay Afl 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 howty rate of wage.All hours worked on paid holidays shall be paid at[wo and one-half times the hourly rate of wage including holiday�pay H. All hours worked on Sunday shall be paid at two times the hourty rate of wage. All hows worked on holidays st�all be paid at one and one-half times the hourty rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and ohe-half times[he honrly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the howly rate of wage.All hours ivorked 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)regulaz hours Monday through Friday and[he fast eight(8)hours on Saturday shall be paid at one and one-half times tlie hourly ra[e of wage. AII other hours worked Monday through Saturday, a�d all hours worked on Sundays and tiolidays shall be p"aid at double the hourly rate of wage. On a foui�-day, ten-hour weekly schedule,either Monday thru Thwsday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.Tho first eight(8)hours worked on the fi8h day shall be paid�at one and one-half times the hourty rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall 6e paid a[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 perfocmed 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 aze established, or forty (40) hows of straight Nme 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 dme ra[e. Hours worked over[welve hours(12)in a single shift and all work perfortned after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay My shift starting betwebn the houi�s of 6:00 pm and midnight shall receive an-additional one dollaz($1.00)per hour for all hours worked that shi8. The employer shall havo�the sole discretion to assign over[ime work to employoes. Primary consideration for overtime work shall be givep to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eigh[ (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such timo as[he omployee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straigh[time per day or ten(10)hours of straight[ime per day when four[en (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:OO�pm Satprday 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 sliall be a[ the applicable over[ime rate until such time as the employea has had a break of eight(8)hours or more. D. All hours worked be[ween the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid a[a premium rate of 15%over the hourly rate of ivage. All other hours worked after 6:00 ain oa Saturdays, shall be paid at one and one-half times[he howly rate of wage. All hours worked on Sundays and holidays shall be paid at dodble 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 hows 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 6e�,pud 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 16[h a,qd Ootober 14[h and all Holidays shall be corapensated for at two (2) times the regular rate�of pay Work performed on Sundays be[we8n October 15th and Mazch 15th shall be compensa[ed at one and one half(1-1/2)times the regutar rate of pay. I. All hotirs worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In[he 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 s[raight[ime rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hoiirs worked Monday through Saturday over twelve (12)hours and all hours wotked on Sundays and holidaysshall�be paid at double the hourly rate of wage. 4. ALL HOURS WORICED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMHS THE HOURLY RATE OF WAGE. A. All hours worked in excess of eigh[(8)hours per day oi forty(40)hours per week shall be paid at double the howly iate of wage.AIl hours wotked on Saturdays,Sundays and holidays shall be paid at double the howly 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 ofwage. C. On Monday through Friday,the fast four(4) hours of overtime after eight(8)hours of straigh[time work shall be paid at one and one half(1-1/2)times tho straight[ime 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 Tliursday, or Tuesday through Friday,the first two(2)hoivs of oveitime aftqr ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straigh[time rate of pay. On Satwday,the firs[twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions ou[side the control of the employer, the first ten (10) hotirs on Saturday may be worked at the straight time rate o'f pay All hours worked ovei[welve (12) hodrs in a day and all hours worked on Sunday and Holidays shall be paid at two(2)[im8s ihe straight time rate of pay D. All hours worked in excess of eigtit(8)hours per day or forty(40)hours par week shall 6e paid at double the hourly rate of wage. All hours worked on Sa[urday, Sundays and$olidays shall be paid at double the hourly rate of pay Rates include all members of Yhe assigned crew. EXCEPTION: On all mWltipole str¢ctures and steel transmission lines, switching stations,regulating,capacitor s[ations,generating plants,industrial plants, associated installations and substa[ions,except[hose substations whose primary function is to feed a distdbution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regulaz 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 firs[tight(8)hours worked on Saturday will be paid at one,and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eigh[(8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hoyrs performed on the above described work that is energized,shall be paid at the double the hourly rate of wage. 4 Benefit Code Key—Effec[ive 9/2/2015 thru 3/1/2016 Overtime-Codes-Continded 4. E. The first two(2)hours aftor 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 hows worked Monday through Saturday, and all hours worked on Stindays and holidays shall tie paid at double the hour(y rate of wage. On a four-day, ten-hour weekly schedWe, either Monday thru Thursday or Tuesday thru Friday,schedule, all hours worked after ten shall be paid at double the hourly ra[e of wage. The Monday or Friday not utilized in the normal four-day,trn hour ivork week,and Saturday shall tie paid at one and one half Q'h)times the regul_az shift rate for Ihe first eight (8) hours. All other hours worked Monday through Saturday, and a(I fiours worked on Sundays and holidays shall be paid at double the howly 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 tate of 20%over[he hourly rate of wage. All hours worked on Sundays shal] be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the houdy ra[e 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[welve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Dag Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(�. 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 Yeaz's Day, Presidents' Day Memorial Day, Independence Day, Labor Day Thanksgiving Day, the Friday after Tk�anksgiving Day,Md Cluistmas Day(8). D. Holidays: New Year's Day Memorial Day, [ndependence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Yeaz's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Tfianksgiving Day, And Christmas(6). L Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Cfiris[mas Day (6). ]. 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 Christcnas,And Chrishnas 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, [ndependence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P Holidays:New Year's Day,Memorial Day,[ndependence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, Md Christmas Day (9). ]f A Holiday Fatls On Sunday, The Following Monday Shall Be Considered As A Holiday 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 5. Q. Paid Holidays: New Yeaz's Day, Memorial Day, [ndependence Day, Labor Day,Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgving Day,One-Half Day Before Christmas Day,And Christmas Day (7 I/2). S. Paid Holidays: New Year's Day, Presidents Day Memorial Day, Independence Day Labor Day Thanksgiving Day,Md Christmes Day(7). T Paid Holidays: New Year's Day, Washington's Birthday Memorial Day, Independence Day Labor Day, Thanksgiving Day, The Friday After Thanksgiving D.ay, Christmas Day, And The Day Before Or Aft.er 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). Holidav Codes Continued 6. A. Paid Holidays: New Year's Day, Presidencs Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Yeaz's Day, Presidents Day, Memorial Day, Independence Day, L,abor Day, Thanksgiving Day, the F'riday after Thanksgiving Day, Clvistmas Day, and a Half-Day On Chrishnas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day. MaRin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day. Labor Day, Veterans' Day, Thanksgiving Dag the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(I t). H. Paid Holidays: New Year's Day, New Yeaz s Eve Day, Memorial Dag Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day Afta Christmas, And A Floating Holiday(]0). I. Paid Holidays:Now Yeaz'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 'fhanksgiving Day, The Last Working Day Before Christmas Day, And Chris[mas 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 Sahuday, the proceding Friday shall be considered as [he holiday If a holiday falls on S�nday, [he following Monday shall be considered as the holiday Holidav Codes Continued 7 A. Holidays: New Year's Day, Memorial Day, Independence Day Labor Day, Thanksgi4ing Day, the Friday and Saturday after Thanksgiving Day, Md Clnistmas 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,[he preceding Friday shall be a regular work day. 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 7 B. Holidays: New Yeaz'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. Ariy holiday which falls on a Saturday shall be observed as a holiday on the precediug Friday C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after 1'hanksgiving Day, And Chrishnas Day (8). Any holiday which falls on a Sunday slial] be observed as a holiday on the followipg Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fridaq D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Ve[eran s Day Tharilcsgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: PresidenYs Day Any paid Koliday which falls on a Sunday shall 6e observed as a holiday on the following Monday Any paid holidpy which falls on a Saturday shall be observed as a holiday on the preceding Friday E. Holidays: New Year's Day, Memorial Day, Iodependence Day, Labor Day, Thanksgiving Day, [he Friday after Thanksgiving Day,And Christmas Day(7).My holiday which falls on a Sunday sfiall be observed as a ho(iday on the following Monday. My holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays: New Year�s Day, Memoriat Day Indepandgnce Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day befo7e 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 Chris[mas Day (6).Any hotiday which falls on a Sunday shall be observed as a holiday on[he following Monday H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independenco Day, Memorial Day, Labor Day, Thanksgiving Day,[he Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).�Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.My holiday which falls on a Satwday shall be observed as a holiday on the preceding Friday I. Holidays:New Year's Day,PresidenJ's Day Independence Day,Memorial Day,Labor Day.Thanksgiving Day,The Friday After 1'Hanksgving Day, Tfie Day Before Christm'as Day And Chris[mas Day (9). Any holiday�which falls on a Sunday shall be observed as a holiday on the following Monday My holiday which falls on a Sazurday 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). My holiday which falls on a Sunday shall be observed as a holiday on the following Monday Apy holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,Md Christmas Day(8). Any holiday which falls on a Sunday sfiall 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 Chris[mas Day(7).Any holiday which falls on a Simday shall be observed as a holiday on the following Monday. My holiday which falls on a Saturday shall be observed as a holiday ou the preceding Friday M. Paid Holidays: New Yeaz's Day, The Day after or before New Year's Day, President`s Day, Memorial Day, Independeuce 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 sliall be observed as a holiday on the preceding Friday. 7 Benefit Code.Key—Effedive 9/2/2015 thru 3/1/2016 Holidav Codes Confinued 7 N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgivi_ng Day, the Friday aftet Thanksgiving Day,And Cfiristmas Day(7).Any holiday which falls on a Sunday sHall be observed as a holiday on the following Monday When Chris[mas falls on a Saturday,the preceding Friday shall be observed as a holiday. P Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, ThAnksgiving Day, Friday after Thanksgivirig Day, .4�nd Christmas Day(7).My&oliday which falls on a Sunday.shall be observed as a holiday on the following Monday Q. Holidays: New Yeaz's Day, Memorial Day, Independence Day, L,abor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christdias Day aiid Christmas Day(8).Any holiday which falls on a Sunday shall be ob�served as a holiday on the following Nlonday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regulaz work day R. Paid Holidays: New Year's Day, the day aRer 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 Yhe day after or befor6 Cliristmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as Che 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. Faid Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Thanksgving Day, Friday after Thanksgiving D"ay,Ckiristmas Day,the Day after'CNristmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considerod a holiday and compensa[ed 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 Dag 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 £alls on a Saturday shall be observad as a holiday qn the p�eceding Friday Note Codes 8. A. In addition to the hourly wage and fringe benefi[s, the following depth premiums apply to depths of fiRy 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 Ov@r 150'To 220'-$4.00 per Foot for Each Foot 04er 150 Feet Over 220'-$5.00 perFoot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums.apply to depths of fifty feet or more: Over 50' To lOb'-$I.00 per Foot for Each Foot Over 50 Fee[ Over 100'To 150'-$1.50 per Foo[for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot fot Each Foo[Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an addi[ional$1.00 per houi. L. Workers on hazmat projec[s receive additional hourly premiums as follows -Level A. $0.75, Level B`. $O.SQ And Level C:$0.25. M. Workers on hazmat projects receive additional hotirly premiums as follows: Levels A & B: $1.OQ Levels C & D: $0.50. Note-Codes Continued _ 8 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. N. Workers on hazmat projects receive additional howly premiums as follows-Level A.$1.00,Level B:$0.75,Level C:$0.50,And Level D:$0.25. P Workers on hazmat projeMs rweive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit:$1.00,And Clacs D Suit$0.50. Q. The highest pressure registeted on the gauge for an accumulated time of moro than fifteen(15) minutes during the shift shall be used in de[amining the scale paid. R. Effective August 31, 2012 — A Traffic ConVol Supervisoi shall be present on the project whenevet flaggipg or spotting or other traffic control labor is being utilized. A Traffic Conhol Laborer performs the setup, maintenance and removal of all temporary[raffic control devices and consWction signs necessary to control vehiculaz, bieycle, and pedeshian traffc during construction operario�s. Flaggers and Spotters shall be posted where shown on approved Tra�c Control Plans or whero directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by[he State of Washington.Oregon, Montana,or ldaho.These classifications are only effective ou 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 tha State of Washington, Oregon, Montana,ot Idaho.This classification is only effective on or after August 31,2012. T Effective August 31, 2012 — A Traffic Control Laborer perfortns [he setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehiculaz, bicyc(e, and pedes[rian traffic during construction operations. Flaggers and Spotters shall be pos4d where shown on approved Traffic Control Plans or where directed 6y [he Engineer. All flaggers and spotters shall possess a current flagging cazd issued by the State of Washington, Oregon, Montana, or ldaho. This classifica[ion is only effective on or after August31,2012. U. Workers on hazma[ projects receive addirional hourly premiums as follows — Class A Suit: $2.OQ Class B Suit: $1.50,Md Class C Suit: $1.00.Workers performing upderground work receive an additional$0.40 per how for any and all work performed underground, including opera[ing, servicing and repairing of equipment. The premium for undergo�md work shall be paid for the en[ire shiR 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 en[ire shift worked. Workers who do "pioneer" work (break open a cut, build road, eteJ more than one hundred fifty (150) fee[ above grade eleva[ion receive an additional $0.50 per hour. 9 CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No., Project No. and Project Title: Contract 15-11, Project CP1317 Water Meter& Billing System Improvements Contractor Name and Address: Ferguson Enterprises, Inc. 24025 Snohomish Woodinville Road Woodinville, WA 98072 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: General comments: The contractor shall install ductile iron flanges, adaptors, and spools at locations where the existing pipe adaptors and flanges are no longer suitable for re- use. This change order modifies Section 4.1.3 of the Scope of Work and identifies the • Contractor as responsible for this piping modification. 1. A new pay item 5.15 (3" Flange Coupler Adaptor) is added to the Contract and will be paid per Each to supply and install the adaptor. 2 A new pay item 5.16 (6" Flange Coupler Adaptor) is added to the Contract and will be paid per Each to supply and install the adaptor. 3 A new pay item 5.17 (8" Flange Coupler Adaptor) is added to the Contract and will be paid per Each to supply and install the adaptor. 4 A new pay item 5.18 (3" Adaptor Flange with Gasket) is added to the Contract and will be paid per Each to supply and install the flange. 5 A new pay item 5.19 (4" Ductile Iron Flange is added to the Contract and will be paid per Each to supply and install the flange. 6 A new pay item 5.20 (4" X 3' FLG x PE Ductile Iron Spool) is added to the Contract and will be paid per Each to supply and install the spool. 7 A new pay item 5.21 (8" Filler Flange) is added to the Contract and will be paid per Each to supply and install the flange. The Contract time is extended by 0 days. Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+1-) ($) (+/-) (YIN) 5.15 N/A N/A 3" Flange Coupler Adaptor 1 EA 137.92 $ 137.92 Y 5.16 N/A N/A 6" Flange Coupler Adaptor 1 EA 246.62 $ 246.62 Y 5.17 N/A N/A 8" Flange Coupler Adaptor 3 EA 338.98 $ 1,016.94 Y 5.18 N/A N/A 3"Adaptor Flange with Gasket 1 EA 32.08 $ 32.08 Y 5.19 N/A N/A 4" Ductile Iron Flange 1 EA 30.20 $ 30.20 Y 5.20 N/A N/A 4"x 3' FLG x PE Ductile Iron Spool 1 EA 75.50 $ 75.50 Y 5.21 N/A N/A 8" Filler Flange 1 EA 197.22 $ 197.22 Y Subtotal $ 1,736.48 Washington State Sales Tax (9.5%) on applicable items $ 164.97 H:\Forms\FCO25.xls TOTAL $ 1,901.45 (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 2 Contract No.,Project No. and Project Title: Contract 15-11, Project CPI317 Water Meter& Billing System Improvements Base Amount Totals incl.Tax I. Total Cost this C/O $ 1,736.48 $ 1,901.45 2. Total Cost Previous C/O $ 14,322.20 $ 15,682.81 3. Original Contract Amount $ 5,417,179.78 $ 5,931,811.86 4. Revised Contract Amount $ 5,433,238.46 $ 5,949,396.11 This change order constitutes full and complete compensation for all labor,equipment, materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. All other terms and conditions of the contract remain unchanged. Contractor: ?/7 4 Project Manager: final _ D' e � City Engineer: e,. Approved by: :al b t - Date Mayor, C , Auburn Date H:\Forms\FCO25.xls (Revised 05/2012) CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No.,Project No. and Project Title: Contract 15-11, Projec. CP13 77 Water Meter& Billing System Improvements Contractor Name and Address: Ferguson Enterprises, Inc. 24025 Snohomish Woodinville Road Woodinville, WA 98072 The Contractor is hereby directed to make the changes to the Contract as described herein. This document and all attachments are a supplement to the contract. All work,materials and measurements for the type of construction involved shall be in accordance with the contract documents of the above named project unless stated otherwise in this change order. Summary of Proposed Changes: General comments 1: The contractor shall replace the 8" valve assembly for the meter located at 1st Ave S near Pacific Ave S. This change order modifies Section 4.1.3 of the Scope of Work and identifies the Contractor as responsible for this piping modification. 1. A new pay item 5.22 (8" Valve Assembly) is added to the Contract and will be paid per Each to supply and install the valve assembly. 2. A new pay item 1.14 (3" Hydrant Meter) is added to the Contract and will be paid per Each to supply the meter. 3. A new pay item 1.15 (510M Nopit Radio) is added to the Contract and will be paid per Each to supply the radio. 4. A new pay item 1.16 (Touchpad) is added to the Contract and will be paid per Each to supply the touchpad. The Contract time is extended by 0 days. Sales Item Sch. Sec. No. Item Description Quantity Units Unit Price Total Price Tax (+/-) (5) (+1-) (YIN) 5.22 N/A N/A 8"Valve Assembly 1 EA 3506.33 $ 3,506.33 Y 1.14 N/A N/A 3"Hydrant Meter 1 EA 1330.4 $ 1,330.40 Y 1.15 N/A N/A 510M Nopit Radio 1 EA 127.38 $ 127.38 Y 1.16 N/A N/A Touchpad 1 EA 18.21 $ 18.21 Y Subtotal $ 4,982.32 Washington State Sales Tax(9.5%)on applicable items $ 473.32 TOTAL $ 5,455.64 Base Amount Total incl. Tax Si 1. Total Cost this CIO $ 4,982.32 $ 5,455.64 2. Total Cost All Previous C/O $ 16,058.68 $ 17,584.25 3. Original Contract Amount $ 5,417,179.78 $ 5,931,811.86 4. Revised Contract Amount $ 5,438,220.78 $ 5,954,851.76 This change order constitutes full and complete compensation for all labor,equipment, materials,overhead,profit,any and all indirect costs,and time adjustment to perform the above described changes. All other costs are non-compensible. All other terms and conditions of the contract remain unchanged. H:\Forms\FCO25.xls (Revised 05/2012) of CITY OF AUBURN CONTRACT CHANGE ORDER AGREEMENT NO. 3 Contract No., Project No. and Project Title: Contract 15-11, Project CP1317 Water Meter& Billing System Improvements Contractor: 37 7 / Project Manager: siermrS City Engineer: _A, � ry��,/ /, l Approved by: + i ci` lC� 43.. rypor ;iryr r uburn Date ta,cues V •� flcs.t. 6.71"1 ptnno-IJEy H:\Forms\FCO25.xls (Revised 05/2012) FEI•TACOMA WW#3156 $$ FERGUSON*Waterworks 2042 SOUTH 112TH ST Deliver To: themes.erickson@ferguson.com TACOMA,WA 98444-0000 From: Thomas Erickson Comments: 18:28:25 APR 04 2016 FEI-SEATTLE WW#1539 Price Quotation Page# 1 _ • Phone:253-538-8275 Fax :253-531-9909 Bid No • B267983 Bid Date 04/04/16 Cust 253-931-3041 Quoted By: TCE Terms • NET 10TH PROX Customer CITY OF AUBURN Ship To: CITY OF AUBURN AMI METERING PROJECT PHASE 1 AMI METERING PROJECT PHASE 1 25 W MAIN ST 25 W MAIN ST METER ACCOUNT METER ACCOUNT AUBURN,WA 98001 AUBURN,WA 98001 Cust PO#...: Job Name: 8 VALVE INSTALL Item Description Quantity Net Price UM Total 8 INCH OS8Y ASSEMBLY ////////////////////////// PT-VLVINSTX 8 INCH VALVE INSTALL 1 3506.328 EA 3506.33 CITY SHOP HYDRANT METER ////////////////////////// SH31XXXXF8ATXXA2 'NP 3 HYD MTR W/NST COUP 1 1330.400 EA 1330.40 SP-S5396353751202M M510M-F1-3W-X-MI 1P NOPIT W-A 1 127.380 EA 127.38 S5390720600811 TOUCHPAD AY BLACK 1 18.210 EA 18.21 SUBTOTAL 1475.99 Net Total: $4982.32 Tax: $473.32 Freight: $0.00 Total: $5455.64 Quoted prices are based upon receipt of the total quantity for immediate shipment(48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. Seller not responsible for delays,lack of product or increase of pricing due to causes beyond our control,and/or based upon Local,State and Federal laws governing type of products that can be sold or put into commerce. This quote is offered contingent upon the buyer's acceptance of Seller's terms and conditions,which are incorporated by reference and found either following this document,or on the web at http://wolseleyna.com/terms_conditionsSale.html. Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING:It is illegal to install products that are not"lead free"in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption.Products with`NP in the description are NOT lead free and can only be installed in non-potable applications.Buyer is solely responsible for product selection.