Loading...
HomeMy WebLinkAboutCP1607 16-15 Nor Tec Construction, Inc CITY OF -*_- AUBURN Nancy Backus, Mayor �' WASHINGTON 25 West Main Street * Auburn WA 98007-0998 * www.auburnwa.gov * 253-931-3000 June 22, 2016 CERTIFIED MAIL RETURN RECEIPT REQUESTED Paul Crouch Nor Tec Construction, Inc. 6319 112th Street East#101 Puyallup, WA 98373 RE: Contract No 16-15 Project No. CP1607, A St SE Side Sewer Replacement Contract Completion and Acceptance Dear Mr. Crouch: All of your obligations in regard to this project have been met in accordance with the contract specifications. The one-year warranty period began as of June 7, 2016. Your retainage in the amount of $16,016.18 will be released approximately 45 days after this date, provided there are no outstanding claims against the retainage. All approved Labor & Industries Affidavits of Wages Paid from your firm and all subcontractors on the project have been received. If you have any questions, please contact Cindy West, Contract Administration Specialist, at 253-931-3002. Sincerely, In ri" d Ga E. 9 Asst. Direc or of Engineering Services & City Engineer Community Development & Public Works Department cc: Dani Daskam, City Clerk Kim Truong, Project Engineer File 13.11 (CP1607) AUBURN * MORE THAN YOU IMAGINED * . CITY OF ,* + _ _ _ , T T�'� T� �T Nancy Backus, Mayor `.J �! �� �1 - � � WA$HIN�GT�N 25 West Main Street* Auburn WA 98001-4998 * www.auburnwa.gov * 253-9313000 Apri1 21, 2016 CIjY�F�U���� CIIY�! �pKc��.�.�CE CERTIFIED MAIL ���R 2, ,rj Z�j� RETURN RECEIPT REQUESTED Nor Tec Construction, Inc. 6319 112�h Street East #101 Puyallup, WA 98373 NOTICE TO PROCEED RE; CP1607, A St SE Side Sewer Replacement, Contract#16-15 You are hereby notified to proceed as of April 27, 2016, with the work on the abo�e-referenced project, within the time period specified, in accordance with the provisions of the contract documents, copy enclosed. This project has 15 worKing days for complefion. If you have any questions, please contact the inspector for the project, Steve Bowen at 253-288-3145 or the Contract Administration Specialist, Cindy West at 253-931-3002. Sincerely, I grid Ga , P . Asst. Direc or of Engineering/City Engineer Community Development & Public WorKs Department Enclosure cc: Dani Daskam, City Clerk Kim Truong, Project Engineer � Steve Bowen, Project Inspector File 13.11 Project # (CP1607) AUBURN * MORE THAN YOU IMAGINED LIMTTED PUBLIC WORK CONTRACT NO. 16-15 Project No. CP1607,A St. SE Side Sewer Replacement THIS CONTRACT is entered into between the City of Auburn, a Washington Municipal Corporation("City"), and Nor Tec Construction,Inc. ("Contractor"), whose mailing address is 6319 112th St East#101,Puyallup, WA 98373. The parties agree as follows: I. CONTRACTOR SERVICES. The Contractorshall do all work and fiunish all tools, materials and equipment for the construction of Project No. CP1607 in accordance with this Contract form. Scope of work is as follows: The Contractor shall do all work and fumish all tools,materials and equipment for the , construction of Project No. CP1607,A St. SE Side Sewer Replacement, in accordance with this Contract form and attached e�chibits listed below. The complete Contract includes the following parts, which aze by this reference incorporated herein and made a part hereo£ Any inconsistency in the parts of the Contract shall be resolved by the order in wHich they are listed: A. Addenda B. Quote Proposal Form C. Limited Public Work Contract D. E�iibit A—Project Location Map E. E�chibit B—Technical Special Provisions F: Exhibit C—Contract Plan G. Exhibit D—Standard Details H. Work Zone Traffic Control Guideline, WSDOT, latest edition I. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction J. Invitation to Submit Quote K. Washington State Department of Labor&Industries Prevailing Wage Rates and Benefit Key Code effective March 17, 2016 On the Contract plans, working drawings, and standard plans, figured dimensions shTll take precedence over scaled dimensions. In case of any ambiguity or dispute over interpreting the Contract, the City Engineer's decision will be final. II. CITY OT AUBUIZN BUSINESS LICENSE REQUIRED. In order to clo bUsiness in the City of AuUum, you are required to l�ave a cun�ent City of Aubm�n business license. All subcoiitractors and lower tier subcontractors working on the project must also h�ve a City of AuUum business license. LIMITED PUBLIC WORK CONTRACT NO. 16-I S March 7,2016 Page 1 of 13 III. NOTICE TO PROCEED: A Notice to Proceed will be issued once the Contract has been fully executed by the Contractor and City,and all required documents as set forth in this Contract and all requirements as set forth in the awazd letter have been met. IV. TIME OF COMPLETION. The Contractor shall complete the work within 15 working days from the date of issuance of the City's Notice to Proceed. V. LIQUIDATED DAMAGES. If said work is not completed within the[ime specified, the Contractor agrees to pay liquidated damages to the City as follows: A. To pay(according to the following formula)liquidated damages for each working day beyond the number of working days established for physical completion,and B. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. C. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contrac4. Formula: Contract Price(without tax)x 0.15, divided by the original number of working days for completion. VI. HOURS OF WORK. Normal working hours for the Contract shall be between 8:00 a.m. and 4:00 p.m.; Monday through Friday. If the Contractor desires to perform work on holidays, Saturdays, Sundays, or between the hours of 4:00 p.m. and 10:00 p.m. on ariy day, the Contractor shall apply in writing to the Engineer for pernussion to work such times. Such requests shall be submitted to the Engineer two(2)working days prior to the day for which the Contractor is renuesting pernussion to work. The City reserves the right to grant or deny any such reqaest at its sole discretion. Pernussion to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements, as indicated in Apbum City Code Chapter 8.28.010 entitled "Noise Control." If the Contractor desires to work during restricted times, the Contractor shall subnut a written request to the Engineer fourteen (14) calendar days prior to the day for wluch the Contrlctor is requesting permission to work. The written request will include specific days and times ai}d clescription of work(o be perfonned and the reasons the work cannot be perfomied during the normal hours ofwark. Tl�e City reserves the right to grant or deny any such request at its sole discretion. If approval is granted, it maybe revoked at any time tlie City receives complaints from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or cielays sliould sucl�permission be revoked for any reason. LIMITED PUBLIC WORK CONTRACT NO. I6-I S March 7,2016 Paoe 2 of 13 VII. COMPENSATION. The Contractor shall do all.work and fumish all tools,materials, and equipment for the work and services contemplated in this Contract for the unit bid price of thirty-eight thousand two hundred thirty-seven dollars and no cents($38,237.00),and Washington State Sales Tax of three thousand six hundred thirty-two dollars and fifty-two cents($3,632.52) for a total of forty-one thousand eight hundred sixty-nine dollars and fifty- two cents ($41,869.52). Our sales tax area is 1702 for King County. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every Subcontractor,has been approved by the State Department of Labor& Industries, and is received by the City. A. Performance Bond. The Contractor shall fumish the City with an executed performance bond for the full Contract amount of forty-one thousand eight hundred sixty-nine dollars and fifty-two cents($41,869.52). Tfiis requireinent may be waived if the Contiactor chooses Option 2 of Section VI.B,"Retainage,"below. B. Retainaee. The Contractor may elect to(1)furnish a perFormance bond in accordance with Section VI. A,in which case the City shall hold back retainage in the.amoupt of fiJe percent(5%)of any and all payments made to the Contractor, or(2)have the City retain, in lieu of the performance bond, Fifty percent(50%) of the total Contract amount, pursuant to RCW 39.08.010. The Contractor shall execute a"Declaration of Option for Performance Bond or Additional Retainage"to indicate his/her option. In either case, the Contractor can choose to have the retainage held by the City in a non-interest bearing account,have it placed in an Escrow(interest bearing)Account, or submit a bond in lieu of retainage. Said retainage shall be held by the City for a period of forty-five(45)days after the date of final acceptance, or until receipt of all necessary releases from the 8tate Department of Revenue and State Employment Security Department, including Affidavits oF Wages paid for the Contractor and each and every subcontractor, and iintil setflement of any liens filed uncler Chapter 60.28 RCW, whichever is later. C. Defective or Unauthorized Work. The City reserves i[s right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorizedwork includes, without limitation: work and materials that do not conform to the requirements oFthis Contracf; and extra work and ma[erials fiimished without the City's written approval. If the Contractor is wiaUle, for any reason, to satisfactorily complete any portion of the work, die City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximnm Contract price specified above. The City LIMITED PUBLIC WORK CONTRACT NO. 16-I S March 7,20I6 Page 3 of 13 fiuther reserves its right to deduct the cost to complete the Contract work, including any additional costs, from any and all amounts due or to become due the Contractor. D. Final Pavment: Waiver of Claims. The maldng of fmal payment(excluding withheld retainage) shall constitute a waiver of claims, except those previously and propeily made and identified by the Contraotor as unsettled at the time request for fmal payment is made. _ VIII:INDEPENDENT CONTRACTOR, The parties intend that an Independent Contractor- Employer Relationship will be created by this Contract,the City being interested only in the results obtained under this Contract. IX. SUBCONTRACTING. Work done by the Contractor's own organization shall acpount for at least 30 (thirty)percent of the awarded Contract price. Before computing this percentage however, the Contractor may subtract (&om the awarded Contract price)the costs of any subcontracted work on items the Contract designates as specialty items. The Contractor shall not snbcontract work unless the City approves in writing. Each request to subcontract shall be on the form the City provides. If the City requests, the Contractor shall provide proof that the subcontractor has the experience, abiliry,and equipment the work requires. The Contractor shall require each subcontractor to comply with RCW 39.12 (Prevailing Wages on Public Works) and to fumish all certificates and statements required by the Contract. As stated in Section VI, "Compensation,"no payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractoi and each and every subcontiactor,has been approved by the State Department of Labor& Industries, and is received by the City. Along with the request to sublet,the Contractor shall submit the names of any contracting firms the subcontractor proposes to use as lower tier subcontractors. Collectively,these lower tier subcontractors shall not do work that exceeds 25 percent of the total amount subcontracted to a subcontractar. When a subcontractor is responsible for construction of a specific struchire or structures, the following work may be performgcl by lower tier subcontractors �viHiout being snUject to the 25 percent liinitation: A. Fumishing and driving of piling, or B. Fumishing and installing concrete reinforcing and post-tensioning steel. Except for tlie 25 percent linvt, lower tier suUcontractors shall meet the same requirements as subcontractors. The City will approve the request only if s�tisfied with the proposed subcontractor's record, equipment, experience and aUility. Approval to subcontract shall not: 1. Relieve the Contractor of any responsibility to carry out flie Contract. LIMITED PUBLIC WORK CONTRACT NO. ]b-15 Mamh�7,2016 Page 4 of 13 2. Relieve the Contractor of any obligations or liability under the Contract and the Contractor's bond. 3. Create any contract between the City and the subcontractor,or 4. Convey to the subcontractor any rights against the City. The City will not consider as subcontracting: (1)purchase of sand, gravel, crushed stone, crushed slag,batched conciete aggregates,ready mix concrete, off-site fabricated structural steel, other off-site fabricated items, and any other materials supplied by established and recognized commercial plants; or(2)delivery of these materials to the work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies. However,the Washington State Department of Labor and Industries may deterniine that RCW 39.12 applies to the employees of such fums identified in A and B abovein accordance with WAC 296-127. If dissatisfied with any part of the subcontracted work,the City may request in rvriting that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work under the Contract. This section does not create a contractual relatioqship between the City and any subcontractor. Also, it is not intended to bestow upon any subcontractor,the status of a third-party beneficiary to the Contract between the City and the Contractor. X. TERMINATION. The City may terminate this Contract for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly-skilled worke;s or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in thisContract. C. The Contractor's failure to make full and prompt payment to suUcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws,rules or regulations, E. The Contractor's filing for b�nkruptcy or becoming adjudged b�nkrupt. Afrer all tl�e work contemplated by the Contract has been completed either by the Surety or the City,the City will calculate the total expenses and damages for the completed work. If the total expenses and daniages are less than any unpaid balance due the Contractor, the excess will be paid by the City to the Coiitractor. If the total expenses and damages exceed the unpaid balance, the Contractor and the Surety shall be jointly and severally liable to, and shall pay the difference to, the City on demand. XI. PREVAILING WAGES. Contractor sl�all file a "Statement of Intent to Pay Prevailing Wages" �vith the State of Washington Department of LaUor& Industries prior to LIMITBD PUBLIC WORK CONTRACT NO. 16-I S March 7,2016 Page 5 of 13 commencing the Contract work. The Contractor shall pay prevailing wages and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The prevailing wage rate revision in effect on the quote submittal due date is attached and by this reference incorporated herein and made a part hereof. No payment shall be issued until a Statement of Intent to Pay Prevailing Wages form, for the Contractor and each and every subcontractor,has been approved by the State Department of Labor& Industrie"s,and i5 received by the City. Retairiage shall not be released antil an Affidavit of Wages Paid form for the Contractor and each and every subcontractor,has been approved by the State Department of Labor&Industries;and is received by the City. XII. CIIANGES. The City may issne a written change order far any change in the Contract work during the performance of this Contract. If the Contractor detemunes, for any reason,that a change order is necessary, the Contractor must submit a written change order request to an authorized agent of the City within fifteen(15)calendar days of the date the Contractor lmew or should have lmown of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an e:quitable adjustment. The City will attempt,in good faith,to reach agreement with the Contractor on all eqqitable adjustments, However, ifthe parties aze unable to agree, the City will deternune the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from tHe City before actually receiving the written change order. If the Contractor fails to require a change order within the time allowed, the Contractor waives rts right to make any claim or submit subsequent change order requests for that portion of the Contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order worK; however, the Contractor may elect to protest the adjustment as provided below: A. Procedure and Protest bv the Contractor. If the Contractor disagrees with anything required liy a change order, another written order, or an oral order from the City, including any direction, instruction, iriterpretation, or detennination by the City, tlie Contractor sliall: 1. Immediately give a signed written notice of protest to the City; 2. Supplement the written protest within fifteen(15) caleifdar days with a written statement that provides the following information: a. The date of the Contractor's protest. b. The nature and circumstances that caused the protest. a The provisions 3n this Contract tl�at support the protest. LNAITED PUBLIC WORK CONTRACT NO. 1bd5 March 7,2016 Page 6 oF 13 d. The estimated dollar cost, if any, of the protested work and how that estimate was detemuned. e. An analysis of the progress schedule showing the scHedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contracfor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed for evaluating the protest. 3. The City will evaluate all protests,provided the procedures in this section aze followed. If the City detemunes that a protest is valid,the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. B. Contractor's Dutv to Complete Protested Work. In spite of any protest,the Contractor shall proceed promptly with the work as the City has ordered. C. Contractor's Acceptance of Chanees. The Contrdctoraccepts all requirements of a change order by: (1) endorsing it, (2)writing a separate acceptance,or(3)not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for Contract time and for duect, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides,the Contractor also waives ariy additional entitlement and accepts from the City any written or oral order(including directions, instructions, interpretations, and detemunation). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from[he City any written or oral order(including directions, instructions, interpretations, and de[ernvnation). XIII. CLAIMS. The Contractor waives right to a claim if they have not followed procedures outlined in Section XI.A of this Contract. If resolution cannot be re2ched under Section XI.A,then the Contractor shall give wiitten notice to the City of all claims other th?n change orders within fifteen(15)calendar days of the City's notice of its final decision on tl�e Contractor's protest. Any claim for damages, additional payment for any reason,or extension of tune, whether under this Contract or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely wriften claim is made in strict accordance with the applicable provisions of this Contr2ct; or if(and only i�no such provision is applicable, unless that claim is set forth in detail in writing and received by the UMITED PUBLIC WORK CONTRACT NO. 16-I S M�rch 7,2016 Page 7�of 13 City within seven(7j calendaz days&om the date the Contractor lmew, or should have known, of the facts giving rise to the claim. At a minimum, a Contractor's written claim must include the information set forth regazding protests in Section XI.A. Failure to provide a complete,written notification of claim within the time allowed shall be an absolute waiver oF any claims arising in any way from the facts or events surrounding that claim or caused by that delay. The Contractor must, ut any event, file any claim or bring any suit arising from or connected with this Contract within forty-five(45)calendar days from the date the Contract work is complete. XIV. WARRANTY. All defects in worlananship and materials that occur within one year from the date of the City's acceptance of the Contract work shall be corrected by the Contractor. When defects are corrected,the waaanty for that portion oFthe work shall extend for one year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven(7)calendar days of its receipt of notice from the City of the defect If the Contractor does not accomplish the corrections within a reasonable time,the City may complete the corrections and the Contractor stiall pay all costs incused by the City in order to accomplish the correction. XV. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless &om any and all claims,injuries, damages, losses or suits, including all legal costs and aftomey fees,arising out of or in connection with the performance of this Contract; except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any ofthe Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine ffiat this Contract is subject to RCW 4.24.115, then, in the event of IiaUility for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agentsand volunteers, the Contractor's liability hereunder shall be only to dte extent of the Contractor's negligence. It is further specifically Tnd expressly un¢erstood that this indemnification constitutes the Contractor's waiver of inmiunity tuider Industrial Insurance, Tit1e 51 RCW, solely for the purposes of this indemnification. The parties acknowledge that they have mutually negotiated tlus waiver. The provisions of this section shall survive the expiration or termination of this Contract. LIMITED PUBLIC WORK CONTRACT NO. 16-1 S March 7,2016 Page 8 of l3 XVI. INSURANCE. The Contractor shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the Contract work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Before beginning work on the project described in this Contract,the Contractor shall provide a Certificate of Insuranc.e evidencing the coverages listed below. The policiea of insurance for general, automobile,and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Pro4isions, as additional insured(s). A. Automobile Liabilitv insurance covering all owned,non-owned,hired and leased vehicles with limits no less than$1,000,000 combined single limit per accident for bodily injury and property damage. Coverage shall be written on Insurance Services Office(ISO) form CA 00 O1 or a substitute form providing equivalent liability coverage. If necessary,the policy shall be endorsed to provide contractual liability coverage: B. Commercial Geneial Liabilitv insnrance written with limits no less than$1,000,000 each occurrence, $2,000,000 general aggregate, and a$2,000,000 products-completed operations aggregate limit. Coverage shall be written on ISO occurrence form CG 00 O1 and shall cover liability arising from premises, operations, stop gap liability, independent contractors,products-completed operations,personal injury and advertising injury,and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement form CG 25 03 I1 85. There shall be no endorsement or modification of the Commercial General _ __ Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an addi[ional insured under the Contractor's Commercial General Liability insurance policy,with respect to the work perfomied for the City using ISO Addition2l Insuruice endorsement CG 20 10 ]0 Ol and Additional Insured-Completed Operations endorsement CG 20 37 10 Ol or substitute endorsements providing equivalent coverage. C. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. D. Other Insurance Provisions. The insurancepolicies are to contain, or be endorsed to contain, the following provisions for Autot}iobile Liability and Commercial General Liability: IIMITED PUBLIC WORK CONTRACT NO. 16-I S March 7,2016 Page 9 of 13 1. The Contractor's insurance coverage shall be pritnary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thi�ty(30)days prior written notice by certified mail, retum receipt requested,has been given to the City. E. Contractor's Insurance for Other Losses. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, mackrinery, equipment, or motor velucles owned or rented by the Contractor, or the Contractor's agents, suppliers,or contractors as well as to any temporary structures, scaffolding, and protective fences. F. Waiver of Subroeation. The Contractor and the City waive all rights against each other, any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fue or other perils to the extent covered by Builders Risk utsurance or other property insurance obfained pursuant to Section XV of this C.onfract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. G. Acceptability of Insu�eis. Insurance is fo be placed with authorized insurers in Washington State with a current A.M. Best rating of not less than A-:VII. H. VeriFication of CoveraQe. Contractor shall furnish the City with original eertificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commeroial General Liability insurance of the Contracfor before commencement of the work. I. Subcontractors. Contractar shall ensure that each subcontractor of every tier obtains and maintains at a nunimum, the insurance coverages listed in this seotion. Upon request of the City,the Contractor sli?II provide evidence of such insurance. Any payment of deductible or self insured retention shall be the sole responsibility of the Contractor. The City reseYves the right to receive a certified copy of�ll the required insurance policies. XVII. MISCELLANEOUS. A. Nondiscrimination. In the hiring of employees for the perfonnance of work mider this Contract, the Contractor, its subcontractors, o;any person acting on behalf of Contractor shall not, by reason of race;religion, color, sex, sexual orientation, national origin, or the presepce of any sensory, mental, or physical disability, discriminate against any person who is qualified and availaUle to perform the work to which the employment relates. LIMITED PUBLIC WORK WNTRACT N0. I6-15 Ma�ch 9,2016 Page 10 of 13 B. Compliance with Laws. The Contractor shall comply with all federal, state and local laws,rules and regulations ttiroughout every aspect in theperformance of this Contract. C. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary and shall be responsible for the safety of its employees, agents,and subcontractors in the perforn�ance of this Contract. All work shall be done at the Contractor's own risk,and the Contractor shall be responsible for any loss of oi damage to materials,tools,or other articles used or held for use in connection with the work. D. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained herein, or to exeicise any option herein conferred in one or more instances,shall not be construed to be a waiver or relinquishment ofthose terms and rights and they shall remain in full force and effect. E. Govemin�Law. This Contract shall be governed and construed in accordance with ttie laws of the State of Washington. If any dispute arises between the City and the Contractor under any of the provisions of this Contract,resolution of that dispute shall be available only through the jurisdiction, venue and rules of the King County Superior Court, King County,Washington. F. Aftomey's Fees. To the extent not inconsistent with RCW 39.04.240, in any claim or lawsuit for damages arising from the parties'performance of this Contract, each party shall be responsible for payment of its own legal costs and attorney's feas incuired in defending or bringing such claim or lawsuit; however,nothing in this subsection shall limit the City's right to indemnification under Section 10 of this Contract. G. Written Notice. All communications regarding this Contract shall be sent to tlie parties at the addresses listed on the signature page of this Contract,unless othenvise notified. Any written notice shall become effective upon delivery,Uut in any event three(3) calendar days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Contract. H. Assienment. Any assigmnent of this Contract by the Contractor�vithout the written consent of the City shall be void. I. Modification. No waiver, alteration, or modiFication of any of the provisions of Uiis Contract shall be binciing unless in writing anci signecl by a duly authorized representative of the City and the Contractor. J. SeveraUilitv. If any one or more sections, sub-sections, or sentences of this Contract are held to be unconstitutional or invalid, that decisiou shall not affect the validity of the remaining portion of this Contract and the remainder shall remain in full force and effect. LIMI'CED PUBLIC WORK CONTRACT NO. 16-15 March 7,2016 Page 11 of 13 K. Entire Contract. The written provisiops and fernis of this Contract,together with any referenced documents and attached Exhibits, snpersede all prior verbal stafements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this Contract. This Contract;referenced documents,and any attached Exhibits contain the entire Contract between the parties. Should any language in any referenced documents or Exlubits to this Contract conflict with any language contained in this Contract, the ternis of this Contract shall prevail. LIMITED PUBLIC WORK CONTRACT NO. 16-I S March 7,2016 Page I2 of 13 IN WITNESS WHEREOF,the parties below have executed this Contraot. NOR TEC CONSTRUCTION, INC. THE CITY OF AUBURN ��'�� � I , C�J (Signature) (Signatur ' By ��L C��� }�Nancv Backus (Print name here) (/ Its 'V�.�• Its Mayor (Authorized representative) DATE: �I'I3' I�o DATE: ��-/ ��� Contractor's State License No. NORTETC947NG State Tax Registration(ilBn No. 602-635-862 Federal Tax ID# 20-5291001 Notices to be sent to: Notices to be sent to: NOR TEC CONSTRUCTION, INC. CITY OF AUBURN Attn: Paul Crouch Attn: Kim Truong 6319 112"'St East#101 25 West Main Street Puyallup,WA 98373 Auburn,WA 98001 Phone: 206.8703284 Phone: 253.804.5059 Fax: 253.864.0727 Fax: 253.9313053 E-mail: paulc@nortecconst.com E-mail: kbtruong@auUwnwa.gov ATTEST: ����.� DanieTle E. Daskam, City Clerk APPROVED AS TO FORM: `�� ouCflL�S 'C 1��?�'dC r'�Daniel B. Heid,City Attorney LIMITED PUBLIC WORK CONTRACT NO. l6-IS Mamli 7,2016 � Page 13�of 13 CITY OF AUBURN DEPARTMENT OF COMIv1UNITY DEVELOPMENT AND PUBLIC WORKS ADDENDUM NO. 1 DATE March 22. 2016 Project Number CP1607, Contract No. 16-15 A St. SE Side Sewer Replacement Quotes Due: April l, 2016 at 5pm The following revisions, additions, and/or deletions are hereby made a part of the sp.ecifications and plans of the above-named contract and shall be taken into consideration by the bidder in submitting his bid: � Replace the entire "Washington State Department of Labor&Iudustries Prevailing Wage Rates and Benefit Key Code" document with the attached "Washington State Deparhveirt of Labor&Industries Prevailing Wage Rates and Benefit Key Code" document. By signing the space provided in the "Receipt of Addenda" section of the "Quote Proposal Fonn", bidders certify and acknowledge receipt of Addendum No. 1 and to due consideration , thereof in preparing and submitting the "Quote Proposal Fomi". Failure to acla�owledge receipt of this Addeudum on tlie"Quote Proposal Fomi" may be considered an inegularity in the "Quote Proposal Form". *+�+* I � r � i Ingr1 aub, I-�,�-. � City Engineer � KLF. H:WUDSPCC 2016�ADDGNDUM 2016.DOC i I i I I Page 1 of 17 State of Wasliington 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 indude both the hourly wage rate and the hourly rate. of fringe benefifs. On public works projects, worker's wage and benefit rAtes must add to not less than this totaL A brief de.scription of overtime calc.ulation requirements are provided on the Benefit Code Key, Journey Level Prevailing Wage Rates for the Effective Date: 3/17/2016 �...._._.___..___..__�.� _�..____.__�.. ...... ..�. Count Trade Job6(assification Wa e Holiday0vertimeNote �King Asbestos Abatement Workers Joumey Level 543.95 5D 1H � King Boilermakers Journey LeVet $64.29 � 1C ; jKing Brick Mason Joumey Level $52.82 SA 1M I jKing BrickMason PointervCaulker-Cleaner $52.82 SA 1M � ;King Buildin¢ Service Emolovees Janitor $22.09 55 2F ; !K_ing Buildina Service Emolovees Traveling WaxeNShampooer 522.54 SS 2F ; 'King Buildin2 Service Emplovees Window Cleaner (Non- 523.99 55 2F ' $caffotd) !King Buildina Service Emplovees Window Cleaner_(Scaffotd)_ $26J8 55 2F ' ;King _ Cabinet Makers (In Shop) Journey Level $22,74 1 . ;' ;King Carpenters Acoustical Worker' $54.02 5D 4C ?King ar en ers Bridge, Dock And Wharf $54.02 SD 4C Carpenters i ,',King Carpenters Carpenter $54.02 SD 4C 'King Carpenters Carpenters on StationaryTools $54.15 5D 4C ` 'King Carpenters Creosoted Material 554.12 SD 4C ;King Carpenters Floor Finisher $54.02 SD 4C King Carpenters Roor Layer $54A2 SD 4C King Carpenters Scaffold Erector $54.02 SD 4C 'King Cement Masons Journey Level $53.95 7A 1M King Divers & Tenders Diver $107.22 SD 4C 8A " King Divers tx Tenders Diver On Standby $64.42 SD 4C 'King Divers & Tenders DiverTender $58.33 SD 4C ;King Divers Fr Tenders Surface Rcv 8 Rov Operator $58.33 SD 4C 'King Divers &Tenders Surface Rcv£t RoV Operator $54.27 SA 4C Tender 'King Dredoe Workers Assistant Engineer $56.44 SD 3F i'King DredQe Workers Assisfant Mate (Deckhand) $56.00 5D 3F ;King Dred¢e Workers Boatmen $56.44 5D 3F �King Dred2e Workers Engineer Welder 557.51 5D 3F ': 'King Dred2e N/orkers Leverman� Hydraulic $58.67 SD 3F � httns://fortress.wa.�ov/lni/waeelookup/nrvWaeelookun.asux 3/17/2016 Page 2 of 17 �King DredQe Workers Mates $56.44 SD 3F ". {King Dred2e Workers Oiler $56.00 SD 3F � ;King Drvwall Applicator Journey Leve! $54.02 SD 1H � IKing DrvwallTapers JourneyCevel $54.07 5P 1E � �,King EtectricalFixture Maintenance. Joumey Level $27.24 5L 1E ' ! Workers i f aKing Electricians - Inside Cable Splicer $69.77 7C 4E ; jKing Electrieians- Inside Cable Splicer.(tunnel)_. _ $74.95 7C 4E i iKing Etectricians -Jnside Certified Welder 567.41 7C 4E ; !King Electricians - Inside Certified Welde"r(tunnel) $72.37 7C 4E ; ?King Electricians - Inside Construction SEock Person $37.94 7C 4E ' ,King Electricians • Inside Journey Level $65.05 7C 4E ' �King Etectricians • Inside Journey Level (tunnel) $69.77 7C 4E ; ?King Electricians-Motor Shop Craftsman $15.37 1 ;King Eledricians -Motor Shop Journey Level $14.69 1 ' jKing Eleetricians - Powerline Cable Splicer $74.92 5A 4D � Construction ::King Electricians - Powerline Certified Line Wetder $65J1 SA 4D � Construdion ' �_ a ;King Electricfans - Powerline Groundperson 544.12 5A 4D Construction �King Electricians - Powerline Heary Line Equipment 565.71 5A 4D Construction Operator +King Electricians - Powerline Journeytevel Lineperson $65.71 SA 4D Construction , 'King Electricians - Powerline Cine Equipment Operator $55:34 5A 4D Cpnstruction 'King Eleckncians - Powerline Pole Sprayer $65J1 5A �D Construction i ',King Electricians - Powerline Powderperson $49.16 SA 4D Conrtructian King Eledronic Technicians Joumey Level $31.00 1 'King _ Elevator Constructors Mechanic $85.45 7D 4A ' King Elevator Constructors Mxhanicln Charge $92.35 7D 4A King Fabncated Precast Concrete All Classifications - In-Factory $16.55 SB 1R Producfs Work Only King Fence Erectors Fence Erector $15.18 1 King Fta ers Journey Level $37.26 7A 31 :King Glaziers Journey Level $56.16 7L 1Y 'King Heat 8 Frostlnsulators And Journeyman $63.18 5J 1S Asbestos Workers King HeatinQ Equipment Mechanics Journey Level $72.83 7F ]E ;King Hod Carriers 8 Mason Tenders Journey Level $45.32 7A 31 �King Industrial Power Vacuum Journey Level $9.47 1 Qeaner King Inland Boatmen Boat Operator $56.78 SB 1K '� 'King Inland Boatmen Cook $53.30 56 1K �King Inland Boatmen Deckhand $53.30 5B 1K https://fortr•ess.wa.Qov/lni/wagelookup/prvWagelookun.asvx 3/17/2016 Page3 of 17 3King Inland Boatmen Deckhand Engineer $54:32 56 1K J King Inland Boatmen Caunch Operator $55.57 � 1K � _ __ _ __ — _ �King Inland 8oatmen Mate $55.57 SB 1K � �King In�oerrinni[leanin2/Sealine CleanerOperator, Foamer $31,49 1 � � Of Sewer &WaEer Svstems Bv Ope�ator � Remote Control � �King Insoection7Cleanine/Sealina Grout Truck Operator $11:48 1 � t Of 5ewer &Water Svstem`s BV � � Remote Control =' jKing InsoectionlCleanina/Sealina Head Operator $29.91 1 � � Of,Sewer &Water Systems_BV � � Remote Control_ _ - - _ � ,_ . _ . -- - �King InsoectioNCleanine/SealinQ Technician $19.33 1 � ? Of,Sewer&Water 54stems.Bv � € Remote ConErol . ; 'King InspectioNCleaninR/SealinQ Tv Truck Operator $20.45 1 � Of Sewer£f Water Svstems Bv � Rerti'ote�.C`ontrol i - -- - �King _ lnsulation Applicators Journey Level _ $54.02 SD 4C � King Ironworkers Journeyman $63.5_3 _ 7N 10 � lKing Laborers Air, Gas Or Electrie Vibrating $43.95 7A 31 � � Screed __ 9 (King Laliorers Airtrac Drill Operator $45.32 __ 7A 31 } !King Laborers Ballast Regular Machine 543,95 _ � 31 � ;King Laborers Batch VJeighman $37.26 . .7� 3l ;King Laborers Brick Pavers $43,95 _. 7� 31 ;King Laborer's Brush Cutter $43.95 , L_ 31. =King Laborers Brush Hog Feeder $43.95 7A_ 31 ''King Laborers _ Burner $43.95 7A__ _ __ 31 ` King Laborers Caisson Worker $45.32 7A 31 ;King Laborers Carp"enterTender $43.95 7A 31 ; ;'King Labore�s Caulker $43.95 7A 31_, . King Laborers Cement Dumper-paving $44.76 7A 31 _ King Laborers._ CementFinisherTender $43.95 7A _. _31 ' 'King Laborers Change House Or Dry Shack 543.95 7A 31 _ ; King Laborers Chipping Gun (under 30 Lbs.) $43.95 _7A _ 31 King La6orers Chipping Gun(30 Lbs.And 544.76 7A 31 Over) jKing _ Laborers Choker5etter $43.95 7A 31 !King Laborers Chuck Tender $43.95 7A 31 'King laborers Clary Power Spreader $44.76 '7A 31 _ - - King Laborers Clean-up Latiorer $43.95 7A 31 - ;King Laborers Concrete Dumper/chute $44•7fi 7A 31 Operator ----- King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $4496 L 31 ; 'King Laborers Conccete Saw Operator/core $44•76 7A 31 i Driller ' https://fortress.wa.gov/lni/wagelookup/prvWageloolaip.aspx 3/17/2016 Page 4 of 17 King Laborers Crusher Feeder $37.26 jQ � � King L orer Curing Laborer $43.95 7S � �King barers Demolition: Wrecking & $43.95 7� � � Moving (ind. Chacred Material) � King L ore s Ditch Digger $43:95 7A 31 i jKing L orers Diver $45.32 7A � f (King Laborers DrillOperator $44J6 7A �I ? (hydraulic,diamond) ; �King Laborers Dry Stack Walls $43.95 7A 31 i King Laborers Dump Person $43.95 7A 31 � King Laborers Epoxy Technician $43.95 7A 31 � King Laborers Erosion Control Worker $43.95 7A 31 � King ab re Faller & Bucker Chain Saw $44.76 7A 31 x King Laborers Fine Graders $43.95 7A �I j King Laborers Firewatch $37.26 7A �I � King Laborers Form Setter $43.95 7A �I 3 King Lab"orers Gabian Basket Builders $43.95 7A 31 � King Laborers General Laborer $43.95 7A 31 ! , ;King Laborers Grade Checker&Transit $45.32 7A 31 ? i Person � jKing Laborers Grinders $43.95 � � i jKing Laborers Grout Machine Tender $43.95 � 31 ';King Laborers Groutmen (pressure)induding $44.76 7A � � Post Tension Beams jKing Laborers Guardrail Erector $43.95 7A 31 ; �Kirig Laborers Hazardous Waste Worker $45.32 7A 3I ; (leyel A) ; ;King Laborers Hazardous Waste Worker $44J6 7� 31 i (level B) �I(ing Laborers HazaYdous Waste Worker $43.95 7A 31 ; (ledel C) ;I(ing Laborers High Scaler $45.32 7A 31 ;I(ing Laborers Jackhammer $44.76 7A 31 _. — _ !Kin� Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 'King Laborers Manhole Buitder-mudman $44J6 7A 3i __ _ _ _ — — King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44•76 7A 31 ; !King Laborers Nozzleman (concrete Purrip, $44.75 7A 31 : � Green CutCer When Using : Combination Of High Pressure Air&Wafer On Concrete & � Rock, Sandblast, Gunite, ; Shotcrete, Water Bta. s IKing Laborers Pavement_Breaker $44.76 7A 31 ;King Laborers Pilot Car $37.26 7A 31 � iKing Laborers Pipe LayerLead $45.32 7A 31 ' � — — https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/1�/2016 Page S of 17 ;King Laborers Pipe Layer/[ailor 544:76 7� }1 � King Laborers _ _ Pipe Pot Tender $44J6 7A �1 � _ _ �King La er Pipe Reliner 544:76 � �1 � _. _.. �King or Pi e Wre per $44:76 7� �.l � �King Laborers Pot Tender $43.95 � �1 � 9King Laborers Powderman $45.32 7A 31 � �King Laborers Powderman's Helper $43.95 7A 31 � jKing Laborers Power Jacks $44,76 7A 31 j jKing Laborers Railroad Spike Puller- Power $44•76 7A 31 � _ . — — ;King Laborers Raker- Asphalt $45.32 7A 31 � �King. Laborers Re-timberman $45.32 7A 31 � jKing Laborers Remote EquipmentOperator $44•76 7A 31 �King Labbrers RiggeNsignal Person $44J6 7A 31 jKing Laborers Rip Rap Person $43.95 7A 31. King Laborers Rivet Buster 544J6 7A_ 31 ' - - . . _ _ t �King Laborers Rodder $44.76 _7A 31 j jKing Labo r , _ Swffold Erector 543.95 _ .7� � { �King b rer . Scale Person 543.95 _7� }J, � �King Lab rer Sloper (over 20") $44•76 7� � E jKing La rers Sloper Sprayer $43.95 � � ; '4(ing Laborers Spreader (concrete) $44.76 7� �I_ ,King Laborers Sfake Hopper 543.95 7A 31 King Laborers Stock Piler $43.95 7A 3I �King Laborers Tamper &Similar Electric, Air $44.76 7A 31 ; I �Gas Operated Tools iKing La r rs Tamper (multiple 8 Self- $44.76 7A � � i prapelledj King Laborers Timber Person - Sewer $44.76 7A 31 � (lagger, Shorer&Cribber), � �King Laborers Toolroom Person (at Jobsite) $43.95 7A � King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 ; King Laborers Track Liner (power) $44.76 7A � King Laborers Traffic Control Laborer $39.&4 7A 31 8R ` King Laborers Traffic ControlSupervisor $39.84 7A 31 8R - King Laborers Truck Spotter $43,95 7A 31 � King Laborers Tugger Operator $44•76 7A 31 " 'King Laborers Tunnel Work-Compressed Air $74.29 7A 31 8S ' Worker 0-30 psi ,King Laborers Tunnel VJork-Compressed Air $79.32 7A 31 8� ; Worker 30.01-44.00 psi �King Laborers Tunnel N/ork•Compressed Air $83.00 7A 31 S :; Worker 44.01-54:00 psi King Laborers Tunnel Work-Compressed Air $88•70 7A 31 8�C ` Worker 54.01-60.00 psi ; ;King Laborers Tunnet Work-Eompressed Air $90.82 7A 31 � � i Worker 60.01-64.00 psi r F Https://forti�ess.wa.gov/Ini/wageloola�p/prvWagelookup.aspx 3/17/2016 Page 6 of 17 �King 1,aborers Tunnel Work-Compressed Air $95.92 7A 31 8�( j � Worker_64.01-68.00 psi j King Laborers Tunnel Work-Compressed Air $97.82 7A 31 8�( � Worke�68.01-70.00 si j �King Laborers Tunnel Work•Compressed Air $99.82 7A 31 8�( � Worker Z0.01-72.00 psi � iKing Laborers Tunnel Work-Compressed Air 5101.82 7A 31 8� � � Worker 72:01-74.00 psi { fKing r r Tunnel Work-Guage and Lock $45.42 L 31 ,�Q a Tender 1. �King Laborers Tunnel Work-Miner 545.42 7A 31 8� '; aKing Laborers Vibrator $44.76 7A 31 ; �King Laborers VinytSeamer 543.95 7A 31 ' King Laborers Watchman $33.86 7A 31 � �King Laborers Welder $44.76 7A 31 IKing Laborers Wetl Point Laborer $44J6 � 31 � �King Laborers Window:WasheNdeaner $33.86 7A 31 � i King Laborers - Underaround Sewer General Laborer E=Topman 543.95 7A 31 � £i Water �King Laborers - Under¢round Sewer Pipe Layer $44.76 7A 31 j ff Water � jKing Landscaoe Construction Irrigation Or LawnSprinkler $13.56 1 � j Instatlers �King Landscape.Construdion Landscape Eq"uipment 528.17 1 Op'erators 0�Truck Dri4ers I jKing Landscape Lonstruction Landscaping or Planting $17.87 1 ' { Laliorers R jKing tathers Journey.LeVel $54,02 SD_ 1H !King Marble.5etters Journey Level $52.82 SA 1M �King Metal Fabrication (In Shool Fitter $15.86 1 �King Metal Fa6ncation fln Shool Laborer $9:78 1 jKing Metal Fa6rication (In Shoo) Machine Operator $13.04 1 i King Metal Fabrication (In Shoo)_ __ Painter $11.10 1 'King Metal Fabrication (In Shool Wetder $15.48 1 King Millwrieht Journey Level $55.52 SD 4C King Modular Buildin2s _ Cabinet Assembly $11.56 1 King Modular Buildines Electrician $11.56 1 ' King Modutar Buildinas Equipment Maintenance $11.56 1 Kinq Modular Buildines Plumber $11.56 1 King Modular Buitdines Production Worker $9.47 1 King Modular Buildin�s Tool Maintenance $11.56 ] ,King Modular BuildinQs Utility Person $11.56 1 ;King Modular Buildinas Welder $11.56 1 ; jKing Painters Journey Level $39.35 6Z 26 ;King PileDriver Journey.Level $54.27 SD 4C f ;King Plasterers Journey Level $51.68 J� 1R ;King Plavground & Park Equioment Journey'Level $9.47 1 Installers 3 https://fortress.wa.gov/lni/wagelookup/pivWagelookup.aspx 3/17/2016 Page 7 of 17 :King Plumbers fx Pioefitters Journey Lev.el $Z5.69 y� 1G ) - --- — ,King P�WPr Eauioment Ooerators Asphalt Plant 0 erators $56.94 7� 3C �P j _ _ - - - — King Power Eauioment Ocerators _.Assistant Engineer 553.57 L 3C � � - - _ - -- - . . �King Power Eauioment Ooerators_ _ Barrier Machine (ri er) $56.44 7� 3C �P � - - - - -- - (King Power Eauioment Ooerators Batch Plant Operator, 556.44 7A 3C � 3 Concrete , _._.__ _ 3 King Power Equipment Operators Bobcat 553.57 7A 3C 8P ; -- — — — !King Power Eouipment Operators Brokk- Remoce Demolition $53.57 7A 3t 8P ! + . Equipment � � _ - - - _ _ - . {King Power Equipment Operators_ Broorris 553.57 7A 3C SP ? _-- %King PowerEquipment Operators Bump Cutter $56.44 7A 3C 8P � �King PowerEquipmenf.Operators Cableways $56,94 7A 3C 8P '� lKing PowerEquipmentOperators Chipper $56.44 7A 3C 8P � jKing PowerEquipment,Operators Compressor 553.57 7A 3C SP � �King Power`Equipment,Operators Concrete Pump: TruckMount $56.94 7A 3C 8P � With Boom Attacliment 04er � � 42 M i King Power EquipmenE Operators Conc�ete Finish Machine -laser 553.57 7A 3C 8P � Screed ° �King Power Eauioment Ooerators Concrete Pump - Mounted Or $56.00 7A 3C. 8P ? { Trailer High Pressure Line � Pump, Pump High Pressure. ? i King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P i ? - With Boom Attachment Up To i 42m ?King Power Equipment Operators Conveyors $56.00 7A 3C SP ` �King Power Equipment Operators Cranes Frictlon: 200 tons and 558.67 7A 3C SP � over �King Powec Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C SP ° j Tons With Attachments �,King Rower Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3E 8P Tons, Or 150' Of Boom ', (Induding Jib With ; Attacfiments) : _. __. 'King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom inctuding jib with attachments Kinq Power Eauioment Ooerafors Cranes: 300 tons and over or $58.67 L 3C 8B 300' of boom induding jib with attachments ;King Power Eauioment Ooerators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150'Of Boom (induding Jib With Attachments) ;King Power Equipment Operators Cranes: A-frame - 10 Tons And $53,57 7A 3C 8P ; Under iKing Power Eauipment Ooerators Cranes: Friction cranes $58.10 7A 3C SP , ' through 199 tons � ;King Power Equipment Operators Cranes: Through 19 Tons With $56.00 7A 3C 8P �. ; Attachments A-frame Over 10 ; Tons https://fortress.wa.gov/lni/w�gelookup/prvWagelookup.aspx 3/17/2016 Page 8 of 17 �King Power Eaui�ment Ooerators Crusher $56.44 7A 3C �p 3 King Power Eauioment Ooerators Deck Engineer/deck Winches 556.44 7A 3C 8P ! (power) � King Power Equipment Operators Derricks, On Building Work_ $56.94 7A 3C 8P + �King Power Eauipment Operafors Dozeis D-9 ff Under 556.00 7A 3C 8P � King Power Equipment Operators Drill Oilers: Auger Type, Truck 556.00 7A 3C 8P � Or Crane Mount s �King Rower Eauioment Operators Drilling Machine. $57.51 7A �C 8p I �King Power Eouipment Operators Elevator Md Man•lift: 553.57 7A 3C 8P j , Permanent.And Shaft Type 1 �King Power Equipment Operators Finisfiing Mactiine, Bidwell $56.44 7A 3C SP � And Gartiaco &Similar EquiPment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P ,j With Attachments !, King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C SP � With Atfach:ments - � � King Power Eauioment Ooerators Grade Engineer: Using Blue $56.44 L 3C � Prints, Cut Sheets,.Etc_ Ki_ng PoweY Equipment Operators Gradechecker/stakeman $53.57 7A 3C-. 8P � �King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P � King Power Equipment Operators Hard TaiLEnd Dump $56.94 7A 3C 8P � Articulating Off- Road S , Eguipment 45 Yarils. &Over , �King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P � Articulating Off•road 3 E.quipment Under 45 Yards � �King Power Equipment Operators HorizontaVdirectional DriU $56.00 7A 3C 8P ' Locator ? iKing Power Eaui�ment Ooerators Horizontal/directional Drill $56.44 7A 3C 8P � ; Operator I �King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P ! � 10 Tons }King PowerEquipmentOperators Hydralifts/boomTrucks, l0 $53.57 7A 3C 8P f Tons And Under � �King Power Equipment Operators Loader, Overhead 8 Yards. & $57.51 7A 3C 8P ; Over �King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C. 8P . But Not Including 8 Yards 'King Power Epuiqment Operators Loaders, Overhead Under 6 556.44 7A 3C 8P_ � Yards � !King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P ', j King Power Epuipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P ' iKing Power Equipment Operators Locomotives, All $56.44 7A 3C 8P j :King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P ', iKing Power Equipment Operators Mechanics, All (leadmen - $57.51 7A 3C 8P � � $0.50 Per Hour Over ? Mechanic) � i jKing Power Equipment Operators Moto�Patrol Graders 556..94 7A 3C 8P � ;King Power Equipment Operators $56.94 7A 3C 8P � c htTnc•//fnrtre.cs.wa.onv/lni/waaelnnlnin/rn•vWaoelnnlrnn acnx '�/17/�hl F Page 9 of 17 � Mucking Machine, Mole, � j Tunnel Drill, Boring, Road ; Header And/or5hield_ �King Power Eauioment Ooerators Oil Distributors, Blower $53.57 7A }� $p � Distribution &Mulch Seeding j Operator �King vnwar Fquipment Operators OutsiGe Hoists (elevators And $56.00 � � $P � Manlifts),,Air Tuggers,strato �King Power Equipment Operators Overhead, Bridge Type Crane: 556.44 7A 3C 8P ! 1 20 Tons Througfi 44 Tons : °King PowerEuuioment O er�rs Oyerhead, Bridge Type: 100 $57.51 7A }� �P ' � � Tons Md Ove� i �King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P � � Tons Through 99 Tons ,King Power Eouiomenf O�erators Pavement Breaker $53.57 7� � SP � �King Power Equipmenf Operators Pile Driver(other Than Crane $56.44 7A 3C 8P � Mount) �King Power Equipment Operators Plant Oiler- Asphalt, Crusher 556.00 7A 3C SP � �King Power Equipment Operators Posthole Digger, Mechanical 553:57 7A 3C 8P j ,King Power Equipment Operators Power Ptant $53:57 7A 3C SP 1 �King Fower Eouioment-0oeretors Pumps -Water $53.57 7A � $pl � _ _ _ _ - , lKing Power Eauioment-0oerators Quad 9,.Hd 41, D10 Md Over $56.94 7A 3C 8P• ( 4King PoweY Eouiomenb0oerators QuickTower- No Cab, Under $53.57 7A }� 8� � � 100 Feetln Height Based To � ` Boom +,King Power Eauioment 0 er� Remote Control Operator On $56.94 7A 3,� $_P i i Rubber Tired Earth Moving ; � Equipment s ?;King Power Equioment 0oerators Rigger And,Bellman $53.57 7A � $P_. "r: !King Power Eauipment0oerators Rigger/Signal Person; Bellman $56.00 7A 3C 8P ; � - (Certified) f ;King Power Equipment Ooerators Rollagon $56.94 7A 3C _ 8P j jKing Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C _ 8P :� j King Power Equipment Operators Roller, Plant Mix Or Multi-lift 556.00 7A 3C 8P '. Materials ;King Power Equipment Operators Roto-mitl, Roto-grinder $56.44 7A_ 3E 8P ' 'King Power Equipment Ooerators Saws - Concrete $56.00 7A_ 3C 8P `King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P ' 45 Yards King Power Eauioment Operators Scrapers - Concrete & Carry 556.00 7A 3C $P . ' All ' ,King Power.Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P , � Yards And Over jKing Power Eauiomen[Ooerators Service Engineers - Equipment 556.00 _L 3C 8P jKing Power Equioment Ooerafors Shotcrete/gunite Equipment $53.57 Z_ � _ $P ? ;King Power Equipment Operators Shovel , Ezcavator, 8ackhoe, $56:00 7A 3C 8P i � Tractors Under 15 Metric Tons. �King Power Equipmen[Operators $56.94 7A 3C 8P } ' t https://fortress.wa.gov/lni/wagelookup/pivWagelookup.aspx 3/17/2016 Page 10 of 17 i Shovel, Excavator, Backhoe: f Over 30 Metric Tons To 50 s Metric Tons � King Power EquiRment Ooerators Shovel, Excavator, Backhoes, $56.44 7A }� 8p � Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8p � Over SO Metric Tons To 90 MetricTons ; �King Power Equipment Operators Shovel; Excavator, Backhoes: 558.10 7A 3C 8P � � Over 90 Metric Tons {King Power Eouipment 0 rators Slipform Pavers $56.94 7A 3C ,$p � IKing Power Eauioment Ooerators Spreader, Topsider ft $56.94 7A 3C $P i Screedman � j King Powec Equipment Operators Subgrader Trimmer $56.44 7A 3C 8p j King Power Equipment Operators Tower Bucket Eleyators $56.00 7A 3C 8P j _ . _--- — — — King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P � Height Base To Boom 3 King Power Equipment Operators Tower Crane: over 1Z5' $58.10 7A 3C 8p '' through 250' in Height, base i to boom ' King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C SP j height from base to boom �King Power Equipment Operators Transporters, AIl Track Or $56.94 7A 3C 8P : Truck T.ype ' �King Power_Equipment Operators Trenching Machines $56.00 7A 3C 8P � {King Power.Equipment Operators Truck Crane Oiler/driver -100 $56.44 7A 3C 8P I Tons And Over �King Power Eouipment Ooerators Truck Crane OileNdri4er $56.00 7A 3C 8P ; j Under 100 Tons �King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P ; Conveyor iKing Power Eauioment Ooerators Welder $56.94 7A � 8p '. ;King Power Eouioment Ooerators Wheel Tradors, Farmall Type $53.57 7A 3C 8P i �King Power E ui ment 0 erators Yo Yo Pay Dozer $56.44 7A 3C SP !King Power.Equipment Operators- Asphalt Plant Operators $56.94 7A 3C SP �: ! Underaround Sewer& Water ;King PowerEquipment Operators- Assistant Engineer $53.57 7A 3C 8P ' � UnderQroundSewer& Water ;King Power.Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P � Undereround Sewer&Water — iKing Power Eoui�ment Ooerators- Batch Plant Operator, 556.44 7A 3C 8P . ! Undereround Sewer & Water Concrete +King Power Equipment Operators- Bobcat $53.57 7A 3C 8P UnderQround Sewer&Water ;King Power Equipment Ooerators- Brokk - Remote Demolition $53.57 7A 3C �P ;� ; UnderQround Sewer Ct Water Equipment SKing Power Equipment Operators- Brooms $53.57 7A 3C 8P °� i Urideraround Sewer& Water ;King Power Eauioment O�erators- Bump Cutter $56.44 7A 3C 8P '; Undereround Sewer&Water ; 4 , https://forness.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/17/2016 Page 11 of 17 �King Rower Equioment Ooerators- Cableways $56.94 7� }� 8P ? � Underaround Sewer&Water - � _ _. . �King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underaround Sewer&-Water — _ - - King Power FnuiomPnt Ooerators- Compressor $53.57 � � SP � , Undereround Sewer 8 Water !King Power'Equipment Operators• Concrete Pump: TruckMount $56.94 7A 3C SP ; I Undereround Sewer'&Water With Boom Attachment Over � I 42 M ; �King Power Equipment OperatoYs- Goncrete Finish Machine -laser $33.57 7A 3C 8P ; ; UnderQround Se`wer&Water Streed _ � IKing PowerEauiome�t 0oerators- Concrete Pump-Mounted Or $56.00 7� 3C 8R � � Unde�eround Sewer&_Water TrailerHigh Pressure Line Pump, Pump High Pressure. _ _ _ _ 3 IKing PowerEouiomentApera ors• Concrete Pump: Truck Mount $56.44 _70 }� .�P � I Under�round.5ewer:&Water With Boom Attachment Up To ± � 42m 1 �King Rower.Eouipment0oerators- Eonveyors $56.00 7A 3C 8P � Under¢rountl 5ewer&Water e King Power_EquipmenbOperators- Cranes Frictlon: 200 tons and $58.67 7A 3C 8P. � Undereround Sewer&Water over � 'King Powe�Equipment Operators- Crenes: 20 Tons Through 44 $56.44 7A 3C 8F ; i Underaround Sewer&Water Tons With Attactiments _ _- . �King Power Equipment Operators- C�anes: 100 Tons Through t99 557.51 7A 36 SP = � Undereround Sewer&Water Tons, Or 150' Of Boom ' , ! (Induding Jib With �� AtfacHments) iKing Power Epuipment Operators- Cranes: 200 fons- 299 tons, or $58.10 7A 3C 8P ± � Underaround Sewer&Water 250' of boom induding jib : � with attachments , _ _ - _ ;King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P ;. UnderaYound Sewecff_Water 300' ofboom induding jib - with attachments 'King Power Equipment Operators-. Cranes: 45 Tons Through 99 $56.94 � 7A 3C. SP i Underaround Sewer&Water Tons, Under 150' Of Boom (induding Jib With Atfachments) King Powec Equipmenf Ooerators- Cranes: A-frame - 10 Tons And $53:57 7A 3C 8P Underaround Sewer &Water Under ' King Power Equipment Operators- Cranes: Fndion cranes $58:10 7A 3C 8P Undereround Sewer&Wafer through 199 tons King Power Eouioment Onerators- Cranes: Through 19 Tons With $56.00 7A 3C 8P . Under¢round Sewer &Water Attachments A-frame Over 10 Tons King Power Equipment Ooerators- CrusFier $56:44 7A � 8P ` � Underaround 5ewer £t Water `King Power EquipmentAperators- Deck Engineer/deck Winches $56.44 7A 3C 8P ' Underaround Sewer& Wate'r (power) 'King Fower Equioment Operators- Derricks, On Building Work 556.94 7A 3C 8P +, " UnderQround:Sewer'& Water 'King Power Equipment Operators- Dozers D-9 & Under $56.00 7A 3C SP i Undereround Sewer& Water i https://fortress.wa.gov/Ini/wagelookup/pivWagelookup.aspx 3/17/2016 Page 12 of]7 iKing Power Equipment Operators- Dritl Oilers: Auger Type, Truck $56.00 7A � $P � UnderQround Sewer&Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P j Underground Sewer& Water King Power Eauioment O�erators- Etevator And Mamlift: 553.57 ,7� � 8P � Undereround Sewer 8 Water Permanent And Shaft Type �King Power Equipment Ooerators- Finishing Machine, Bidwell $56.44 7A 36 8P = � Undereround Sewer&Water And Gamaco &Similar � � Equipment �King Power Equipment Operators- Forklift: 3000 Lbs And Over 556.00 7A 3C SP j Undereround Sewer& Water With Attachments , _ _ ' �King Power Eouioment Ooerators- Forkliftr. Under 3000 Lbs. $53.57 7A �C 8p � ; Undereround Sewer&Water With Attachments I jKing Power Equipment Operators- Grade Engineer. Using Blue $56.44 7A 3E 8P ; ! Underground Sewer & Water Prints, Cut-Sheets, Ete �King UnderaEou d Sewe�r 8 Water GredecheckeMstakeman $53.57 7A 3C 8P ; jKing Power Equipment Operators- Guardrail Punch $56.44 7A 3G 8P i � Undereround Sewer 8 Water ' r j King Power Equipment Oqerators- Hard Tail End Dump $56.94 7A 3C 8P i i Under¢round Sewer&Water Articulating Off- Road i Equipment 45 Yards. &Over 'King Power Equipment Operators- Hard Tail End Dump 556.44 7A 3C 8P ? � UntlerQrouniJ Sewer&Water Articulating Off-road ; i Equipment Under 45 Ya[ds IKing Power Equipment Operators- HorizontaVdiredional Drill $56.00 7A 3C 8P : i Underaround Sewer 8 WaEer Locatior ' IKing Power Equipment Operators- HorizontaVdirectional Drill $56.44 7A 3C 8P +': '; UnderQround Sewer ff Wafer Operafor i �King Power Equipment Operators- Hydralifu/boom T�ucks Over $56.00 7A 3C 8P ; Unde�q`round Sewer 8 Water 10 Tons �King Power Eauioment Opera(ors- Hydratifts/boom Trucks, 10 $53.57 7A 3C 8P : I Underaround Sewer&WaCer Tons Md Under i ;King Powec Equipment Operators- Loader, Overhead 8 Yards. & $57.51 7A 3C 8P ; Undereround Sewer 8 Water Over King Power Equipment Ooerators- Loader, Overhead, 6 Yards. $56.94 7A 3C $P UnderQround Sewer 8 Water But Not Induding 8 Yards King Bower Equipment Operators- Loaders, Overhead Under b $56.44 7A 3C 8P Undereround Sewer & Water Yards King Power Equipment O�erators- Loaders, Plant Feed $56.44 7A 3C 8P Under¢round Sewer fx Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P � Undereround Sewer& Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P ' Undereround Sewer & Water ;King Power Equipment Oqerators- Material Transfer Device $56.44 7A 3C 8P UnderQroundSewer & Water �King Power Equipment Operators- Mech'anics,All (leadmen - $57.51 7A 3C 8P ' Urtder¢round Sewer ff Water $0.50 Per Hour Over ' Mechanic) ' �King Power Equipment Operators- Motor Patrol Graders 556.94 7A 3C 8P i � Underoround Sewe�&Water httos://fortress.wa.eov/lni/waeeloolnin/orvWaeelookub.asnx 3/17/2016 Page 13 of 17 �King Power Equipment Operetors- Mucking Machine, Mote, $56.94 7A 3C 8P Underaround Sewer 8 Wate� Tunnel Dnll, Boring, Road ° Header And/or Shield ? �King Power Equipment Ooerators- Oil Distributors, Blower $53.57 7A 3C 8P � Undereround Sewe�ff Water Dutribution &Mulch Seeding � Operator � ;King Power Equipment.Operators- Outride Hoists (elevafors And 556.00 7A 3C 8P ! � UnAeraround 5ewer&Water Manliftr),Air Tuggers,streto. _ ! �King Powec Eauioment Ooerators- Overhead; Bridge Type Crane: $56.44 7A 3C 8R ; ; Underaround.5ewer&Water 20 Tons Through 44Tons ' �King Power Equipment Operators- Overhead, Bridge Type: 100 557.51 7A 3C 8P € Undere�ound Sewer&Water Tons Md Over ; _ _ _. < King Rowei Equioment Ooerators- Overhead, Bridge Type:45 $5fi.94 � 3C 8P � Undereround Sewer&Water Tons Through 99 Tons_ i �King Power_Equipment Operators-. Pavement Breaker $53.57 7A 3C 8P ' , UnderQround.5ewer 8 Water ? �King Power Equipment-Operators-. Pile Driver (other Than Crane $56.44 7A 3C 8P � Undereround Sewer&Water Mount) s �King Power Equipment 0oerators= Plant 0iler - Asphalt, Crusher 556,00 7A 3C 8P } Undereround Sewer&Water �King Power_Equipment Operators= Posthole Digger, Mechanical $53.57 7A 3C 8P ;' ; Undereround Sewer£z Water �King Power Equipment Operators- Power Plan[ $53.57 7A 3C 8P j Undereround 5ewer&Water . iKing PowerEquipmenE Operators- Pumps -Water $53.57 7A 3C 8P % '; Undereround Sewer 8 Water - - _ ; 'King Power'Equioment Ooerators- Quad 9, Hd 41, D10 And Over 556.94 7� � 8P i Undereround 5ewer&Water y King Power Equipment.0oerators- Quick Tawer - No Cab, Under $53.57 7A 3C 8P ; Underground Sewer&Wate� 100 Feet In Height Based To � Boom ;King Power Equipment Opetators- Remote Control Operafor On $56.94 7d 3C 8P ' Under2round Sewer&Water Rubber Tired Earth Moving � Equipment �King Power Equipment OperaEors- Rigger And Bellman $53,57 7A 3C 8P Underaround Sewer 8 Water King Bower Equipmenh Operators- RiggeNSignal Person, Bellman $56.00 7A 3C 8P ' Underaround Sewer fr Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C SP Underaround Sewer& Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P UnderQround Sewer ff Water King Power Equipment Operators- Roller, Plant Mix Or Mu(ti-lift $56.00 7A 3C 8P UnderQround Sewer&Water Materials 'King Power Epuipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underaround Sewer& Water King Power Equipment Operators- Saws - Concrete 556.00 7A 3C 8P Underaround Sewer&Water King Power Equipment Operators- Scraper,Self Propelled Under 556,44 ZA 3C 8P ' � UnderQround Sewer£t Water 45 Yards IKing $56,00 ZA 3C 8P https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/17/2016 Page 14 of 17 f Power Eauipment Ooerators- Scrapers - Concrete &Carry � � Undereround Sewer& Water All King Power Equipment Operetors- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Undereround Sewer&Water Yards And Over � �King Power Eouipment Operators- Service Engineers - Equipment $56.00 7A 3C ,� j Unde�around Sewer&Water f King Power Equipment Operators- Shotcrefe7gunite.Equipment $53.57 7A 3C 8P � Undere�ound Sewer 8 Water �King Power Eauioment Ooerators- Shovel , Excavator, Backhoe, $56.00 7� 3C � � i Undereround Sewer&Water Tractors Under 15 Mefric Tons. � IKing Power Eaui�ment Ooerators• Shovel, Excavator, Backhoe: $56.94 7A 3C 8P � Undererouni7 Sewer&Water Over 30 Metric Tons To 50 I Metric Tons � King Power Equipment Ooerators- Shoyel, Excavator, Backhoes, $56.44 7A � 8p f UnderQround Sewer& Water Tractors: 15 To 30 Metric Tons � — -- -- jKing Fowec Equipment Operators- Sliovel, Excavator, Backhoes $57.51 7A 3C 8P � UnderQround Sewer&Water Over 50 Metric Tons To 90 Metric Tons � King Fowec Equipment Operators- Shovet, Ezcayator, Backtioes: $58.10 7A 3C 8P � Undereround Sewer& Water Over 90 Metric Tons �King Power Equipment Operators• Slipform Pavers $56.94 7A 3C 8P j Undereround Sewer 8 Water ? iKing Power Equipment Operators- Spreader, Topsider& 556.94 7A 3C 8P � � Underqround Sewer&Water Screedman - j {King Power Epuipment Operators- Subgrader Trimmer $56.44 7A 3C 8P � ? Undereround Sewer& Water � IKing Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P ! ; Undereround Sewer& Water i �King Power Equipment Operators• Tower Crane Up To 175' In $57.51 7A 3C 8P � Underaround Sewer&Water Height Base To Boom ! iKing Power Equipment Ooerators• Tower Crane: over 175' $58.10 7A 3C SP � Underaround Sewer& Water through 250' in height, base � , to boom ;King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C � ; UnderQround Sewer&Water height from base to boom King Power Equipment Operators• Transporters, All Track Or $56.94 7A 3C 8P Underground Sewer& Water Truck Type !King Power Equipment Operators- Trenching Machines 556.00 7A 3C SP UnderQroundSewer 8 Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C BP Undereround Sewe�8 Water Tons And Over King Power Eauioment Ooerators- Truck Crane Oiler/driver $56.00 7A 3C $P Underqround.Sewer&Watec Under100 Tons 'King Power Equipment Opere[ors- Truck Mount Portable $56.44 7A 3C 8P Undergrbund Sewer& Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P ; i Under¢�ound Sewer& Water — '�King Power Equipment Operators- WheeCTractors, Farmall Type $53:57 7A 3C 8P ` ; Undereround Sewer&Water ; �King Power Equipment Operators• Yo Yo Pay Dozer 556.44 ZA 3C 8P '; i UnderQround Sewer£x Water https://forti•ess.wa.Qov/lni/wa�elookup/prvWa�elookun.asvx 3/17/2016 Page I5 of 17 �King Power Line Clearance Tree Joumey Level In Charge 545.75 SA 4A Trimmers � King Power Line Clearance Tree Spray Person 543.38 SA 4A ( Trimmers I _ _ - _ _ . . King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A � 'm rs - - � �King Power Line Clea�ance Tree Tree Trimmer $40.84 � � ' __._. - � Trimmers __ {King Power Line Clearance_Tree Tree Trimmer Groundperson $30.74 SA 4A � Trirtimers - - - � �King Refriae�ation &Air Journey Level $74.36 6Z 1G � � Conditionine:Mechanics ! �King Residential.Brick Mason Joumey Level 552,82 SA 1M , �King ResidenlialCarpenters Joumey Level $Z$•Z� � a - �King Residential Cement Masons Journey Level $Zz•64 � ; �King Residential Drvwall Joumey Level $40.64 � 4� � Applicafors King Residential Drvwall Tapers Journey Level $54.07 SP 1 E King Residential Electricians Journey Level $30.44 1 � �King Residential Glaziers Journey Level $38.40 9L 1H i 1King Residentiallnsulation Joumey Level $26.28 1 � �olicators �King ResidentialLaborers Joumey Level $23.03 1 `t !King Residential Marlile Se[ters Joumey Level $24.09 1 ; !King Residential Painters Journey Level $24.46 1 { jKing Residentlal Plumbers & Journey Level 534.69 1 ; ; Pipefitfe�s - �� 1King Residential Refri2eration & Air Journey Level 574.36 6Z 1G � � Conditioninq Mechanics �King Residential Stieet Metal Journey Levet (Field or Shop) $43.46 7F 1 R i Workers !King Residential5oft Floor Lavers Journey Level 544•11 5A � ;King Residential5prinkler Fitters Journey Level 542_.73 SC 2R ; (Fire Protection) King ResidentialStone Masons Journey Level $52.82 SA 1M �King Residential Terraao Workers Joumey Level $47.46 SA 1M King Residential Terrazzo/Tile Journey Level $27•4G 1 Finishers - _ King Residential Tile Setters Journey LeVel $25.17 1 ',King Roofers Journey Le4el 546.46 SA 3H ;King Roofers Usinglrritabte Bituminous $48,71 5A 3H � Materials �King Sheet Me[al Workers Journey Level (Field or5hop) $72•83 7F 1E ';King Sh'iobuildina & Ship Re�air Boitermaker $40.87 7M 1H iKing �hipbuildina fx Ship Repair Carpenter $40.41 7T 28 �King Shiobuildine & Sfiio Reoair Eledrician $41_43 _7T 46 � RKing Shipbuildina £t Ship Repair Heat & Frost Insulator $63.18 SJ._ 15 1, �King Shipbuitdina & Ship Repair Lab:oreY $41.47 7T 46 `+, + — — j littps://foitress.wa.gov/lni/wagelookup/prv Wageloolmp.aspx 3/17/2016 Page 16 of 17 iKing ShiotiuildinQ & Shiu Reoair Machinist $41.46 7T 4� 9 King ShipbuildirLa, &Ship Re a�ir Operator $41.39 7T �B � King Shipbuildine &Shio Repair Painter $41.42 7T 4@ �I(ing Shiobuildin2 & Shio Re�air Pipefitter $41.40 7S �B { King Shiobuildine & Shio Reoair Rigger $41.48 7� 4B � �King Shipbuildine & Ship Repair Sheet Metal $41.43 ZT 46 � 1King Shipbuildin& &Ship Repair Shipfitter $41.48 7T 46 � �King SF11pbUlldlfl$.&Ship R2p71f Trucker $41.32 7T 46 j King Sfiipb�ildinQ.&Sfiip Repair Warehouse $41.37 7T 4B � _. . __. — — fKing Sliipbuildin� & Sfiip Repair Welder/Burner $41.48 7T 4B �King Sian Makers & Installers Sign Instatler $22.92 1 + cf'c'al � ;King Sian Makers & Installers Sign Maker $21.36 1 i (Electrical) � iKing Siqn Makers & Installers (Nom Sign Installer $27.28 1 � i EtectricaU iKing Sign Makers-& Installers fNon• Sign Maker $33.25 1 � Elec[rical iKing Soft Floor Lavers Journey Leyel $44•11 SA 3D { {King_ Solar Controls For Windows Journey Leyel 512•44 1 � IKing Sprinkler Fitters (Fire Journey Level $70.14 SC 1X i ProtectioN , jKing StaQe Ri¢¢in�Mechanics (Non Journey Level $13.23 1 �, � Structura4 j iKing Stone Masons Journey Level $52.82 SA 1M ? �King Street And Parkina Lot Journey Level $19.09 1 i ; Sweeper Wo�kers � ;King Survevors Assistant Construction Site $56.00 7A 3C 8P ! ' Surveyor � � !King Survevors Chainman $55.47 7A � 8p ' iKing Survevors Construction Site Surveyor $56.94 7A 3C 8P ; ;King Telecommunication Journey Level $22J6 1 Technicians �King Telepho�e Line Construc[ion - Cable Splicer $37.60 SA 26 � Ou[side ' �King Telephone Line Construction - Hole Digger/Ground Person $20.79 SA 26 Outside King Telephone Line.Construction - Installer (Repairer) $36.02 5A 26 Outside .King Telephone Line Construction - Special Aparatuslnstallerl $37.60 SA 2B Outside King Telephone Line Construction - Special Apparatuslnstallerll $36.82 5A 2B ' Outside ; iKing Telephone Line Construction - Teleplione Equipment $3Z.60 5A 2B i Outside Operator (Heavy) ;King Teleohone Line Construction - Telephone Equipment $34.94 SA 2B ; i Outside Operator (Liglit) � iKing Telephone Line Construction - Telephone Lineperson $34.93 SA 26 ; i 0 si e � https://fortress.wa.Qov/lni/waQelookup/prvWaQelookun.aspx 3/17/2016 Page 17 of 17 �King Telephone Line Construction - Television Groundperson $19.73 SA � Outside King Teleohone Line Construction - Television $26.31 SA 26 Ou ' Lineperson/Installer _ __ . _ �King Teleohone Line Construction -. Television System Technician $31.50 SA a6 Outside �King Telephone Line Con3truction - Television Technician $28•23 5A 26 + ; Outside � �King TPleohone Line Construcfion- Tree Trimmer $34.93 SA 2B � � Outside -- - �King Terraao'Workers___ JourneyLevel 547.46 SA 1M � - _ - �King TileSeffers _ JoumeyLevel 521•65 1 � 1King Tile.Marble &Terrazzo FinisHer $38.29 SA 1$ � � Fmishers _ _ _ jKing TrafficControlStripers JourneyLevel $43:73 7A 1K 4 �King Truck Drivers Asphalt Mix Over 16 Yards(W $51:25 5D 3A 8L i WA Joint Council 28) I {King Truck Drivers AspHalt Mix To 16 Yards (W. 550.41 SD � � � � WA-Joint Council 28j �King Truck brivers Dump Truck&Trailer 551.25 5D 3A 8L ( IKing Truck Drivers Dump Truck(W, WA-JoiM 550.41 5D 3A 8L j Council 28) � ; _ — . _. �King Truck Drivers Other Trucks (W. WA-Joint $51.25 SD ,� � � , Council 28) � — _ : '.King TruckDnvers TransitMixer $43.23 1 i ?King Well Drillers.� IrriQation.Pump Irrigation Pump Installer $17.71 1 y In" al er _ ^. �King Well Drillers 8 Irrieation.Pump Oiler $12.97 1 � - ; ' Installers t �King Well Drillers & Irrieation Pump Well Driller $18,00 1 � InStallers ; hftps://for[ress.wa.gov/InUwaaelookup/prvWagelookup.aspx 3/17/2016 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of"Standard" or "Non-standard" Items) Below is the departmenYs (Sfafe 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 lisl, these criteria shall be used by fhe Contractor (and the Contractors subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the produc4ion 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 4he item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, 4he public works project? If it is, tHe work is covered by RCW 39.12. If not, go to question 4. 4, Does the item require any assembly, cutting, modification or other fabrication by the supplie�? 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 shail be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/02/2016 Edition, Pubiished February 1�', 2016 WSDOT's Predete�mined Listfor Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally fumished by WSDOT to Washington State Department of Labor and Industries, tliat may b.e considered non- sfanda�d 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 con"sidered to be standard and therefore not covereil. Of cou�se, excep4ions to this general list may occur, and in that case shali 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-direc.tional vaned gra4es for Catch Basin � Typea1, 1L, 1P, and 2 and Concrete Inlefs. See Std. Plans 2, etal circular rames rings) an cov.ers, circular grates, and prefabricated ladders for Manh_ole Types 1, 2; and 3, � Drywell Typ.es 1, 2, and 3 and Cafch Basin Type 2. See Std..Plans 3, Pre abYicate stee grate supportsan welde grates, metal framesand dual vaned grates, and Type 1, 2, and � 3 structural tubing grates for D�op Inlets. See Std. Pians. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Conc[ete Pipe - Plain Concrete pipe and reinforced conc�ete pipe CIasS 2 to 5 sizes larger than 60 inch diameter: K 6. Corrugated Steel Pipe-Steel lock seam cortugated pipe for cuiverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corcugated Aluminum Pipe -Aluminum Iock seam corrugated pipe for culverts and storm sewers, sizes 30 inoh to 120 inches in X diameter. May also be treafed, #5. Supplemental to Wage Rates 2 OS)02l2016 Edition, Published February 151, 2016 � ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for mounting sign structures, luminaries and o4her items, shall be made from commercial bolt,stock. X See Contract Plans and Std, Plans for size and material type. 9. Aluininum 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. MajoYStructural Steel Fabrioation - Fabrication of major sfeel 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 �( boring of holes. See Contact Plans for item description and shop drawings. _.._....._._..__._._.—_..------- —---.._._...--- —__--... 12. Aluminum Bridge Railing Ty"pe BP - Metal bridge railing conforming to the type and material specifications set forth in the Coritract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prest�essed c.oncrete piling fo�use as 55 and 70 4on concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. recast Man ole Types 1, 2, an 3 with cones, a justment X sections and flat top slabs. See Stci. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sec4ions. X See Std. Plans. 16. Precast Gatch Basin - Catch Basin type 1, 1L, 1p, and 2 With adjustment sec4ions. See Std. Plans. X Supplemental to Wage Rates 3 03/02/2016 Edition, Published February 15�, 2016 ITEM DESCRIPTION YES NO 17. Precast Concrete Iniet-with adjustment sections, See Std. Plans x 18. P�eca"st Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. P�ecast 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. Rlans � 21. Precast Concrete Utility VauRs - Preca"st Concrete utility vaults of various sizes. Used for in ground sfo[age of utility fac'ilities and controls. See Contract Plans for size and construction X requite.ments. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23: Valve Vault - For use with underground utilities. X See Contract Plans for details.. 24. Precast Concrete Barrier- Precast Concrete Barrier fo� use as new liarrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth WaII 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 oth'er locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls- Precast Concrete Walls -tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemerifal to Wage F2ates 4 03/02/2016 Edition, Published February 151, 2016 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings-Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder— Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of inethods and materials to be used. Shop Drawing to be provided for approval prior to �( casting girders. See Std. Spea Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14- Prestressed Concrete Girders for use in structures. Fabricator piant has annual approval of inethods and materials to be used. Shop Drawing to be � provided for approval priorto casting girders. S.ee 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.8pec. Section 6-02:3(25)A 31. Prestressed Precast Hollow-Core Slab— Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of 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. 32. Prestressed-Bulb Tee Girder-Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02:3(25)A 33. Mo�ument Case and Cover X See Std. Plan. Supplemental to Wage Rates 5 03/02/2016 Edition, Published February 1�`, 2016 ITEM DESERIPTION YES NO 34. Cantilever Sign StNcture-Canfilever Sign Structure fabricated f�bm steel tubing.meeting AASHTO-M-18$. See Std. Plans, and Confract Plans for details. The steel structure � shall be galvaniied after fabrication in accordance with AASHTO-M-111. 35. Mono-tube Sign Structures - N1ono-tube Sign Bridge fabricated to,details shown in the Plans. Shop drawings for � approval are required prior to fabrication. 36. Steel Sign B�idges -Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Cbritract Plans for detaijs. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111: 37. Steel Sign Post- Fab�icated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to �( fabrication 38. Lighf Standard-Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Sfanda�ds- Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with metliods and maferials as specified on S4d. Plans. See Specia � Provisions for pre-approved drawings. 40. Traffic Signal Standariis - TrafficSignal 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 S ecial Provisions for re-a roved drawin s 41. Precast ConcreteSloped Mountable Curb (Single and DualFaced) X See Sfd. Plans. Supplemental to Wage Rates 6 03/02/2016 Edition, Published February 1s�, 2016 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 forreflective sheeting, legend material, and aluminum sheefing, � � NOTE: *'" Fabricafion inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fatirication Inspector to be installed Custom Std"� � Message Signing MeSsa e 43. Cutting & bending reinforcing steel � 44. Guardrail components � �r _._.._..--.....---.._._....__..................._..._......._......_._..._._....__— ------..__.._._.__....------ � Custom' Standard End Sec Sec�. 45. Aggregates/Goncrete mixes Covered by WAC 298-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiberfabrics x 48. Electrical wiring/components � 49. treated or untreated timber pile � 50. Girder pads (elastomeric bearing) � 51. Standard Dimension lumber � 52. Irrigation components x Supplemental to Wage Rates 7 03/02/2016 Edition, Published February 15i, 2016 ITEM DESCRIPTION l'ES NO 53. Fencing materiais � 54. Guide Posts � 55. Traffic Buttons � 56. Epoxy � 57., Cribbing � 58. Water distribution materials � 59. �Steel "H" piles � 60: Steel pipe for concrete pile casings � 61. Steel {iile tips, slandard � 62. Steel pile tips, custom � Prefabricate.d ifems specifically produced for public works projects that are prefabricated in a county other than the county wh'erein the public works project is fo be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12: 1 (2) contains the phrase "wherein the physical work is being pedormed" The � department inJerpretsthis phiase to�mean lhe acNal�work site. Supplemental to Wage Rates $ 03I0272016 Edition, Published February 1s`, 2016 WSDOT's List of State Occupations not applicable to Heavy and Highway Consfruction Projects This proje:ct is subject to the state hourly minimum rates for wages and fringe benefits in the contract prbvisions, 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 4he construcfion of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projec4s for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - IVlotorShop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cieaners • Inspection, Cleaning, Sealing of WaterSystems 6y Remote Control • Laborers - Underground Sewer&Water � Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer &Water • Residential **'ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non-Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in th"e preceding text concerning '`WSDOT's list for Suppliers - Manufacturers- Faliricators" • Fabricated Precast Concrete Products • Mefal FabYication (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 296-12Z. Supplemental to Wage Rates g 03/02/2016 Edition, Published February 1�`, 2016 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAG 296-127-018 Agency filings affecting this section Goverage and exemptions of workers involved in the producfion and delivery of g�avel, concrefe, asphalt; or similar materials. (1) The materials covered under this section include but are not limited to: Sand, graye.i, crushed rock, concrete, asphalt, or other simila� 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 funcfions: {a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At .one o.r more point(s) directly upon the location where th_e material will be incorporated into tFie project; or (ii) At multiple poinfs at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a pu6lic works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, bortow 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 d�liver concrete to a public works site regariiless of the metliod of incorporation. (f)They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Ftates 10 03/02/2016 Eifition, Published Fetiruary 1s', 2016 (3)All travel time that relates to the work covered uncler subs.e.ction (2) of this section requires 4Fie payment of prevailing wages. Travel time includes time spent waiting to loatl, loading, transporting, waiting to unload, and deiivering materials. Travel time would include all time spent in travel in support of a pubiic works project whether 4he vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site fo otitain 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 travei subject to the prevailing wage. (4)Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a)A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stocKpile does not include any of the functions described in subsection (2)(a) through (fl of this section; nor does a stockpile include materials delivered or distributed fo multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable preva'iling wage rate shail 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 materiais to a public wbrks 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 4322.051 and 43.22:270. 08-24-101, § 296-127-018, filed 12/2/O8, effective 1/2/09. Sfatutory Authority: CFiapters 39.04 and 39.12 RCW and RCW 4,3.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18l91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/02/2016 Edition, Published February 151, 2016 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 •r+ws++*4«rrs*s»+rrts»f�+�k*r.+�rr*wrttrw*+*rrrt++i+rwtt+�*+��+w++�i*wsrwr++s�M«�re+•++rrts*>ss.�srs*rrss+s�++�rs Overtime Codes Overfime calculations are based on the hourly rate actually paid ro the worker:On public works projects,the hourly rate must be not less than the preyailing rate of wage minus tlie hourly rete of the cost of&ingo benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXC$SS OF EIGHT (8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL I BE PAID A'I'ONE AND ONE-HALF TIMES TI-IE HOURLY RATE OF WAGE_. i B. All hours worked on Saturdays shall be paid at one and one-haff times thc hourly rate of wage. All hours worked I on Sundays and holidays shall be paid at double the hourly nte of wage: C. The first two(2)hours after eight(8)regular hours Monday through Friday and the ficst ten(10)hours on Saturday shall be paid at one and one-half times the hourly ra[e of wage. All othe�overtime hours and all hours worked on Sundaysand holidays shall be paid at double the houdy rdte of wage. D. The fiist two(2)hours before or after a fi4e-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eigfit(8)hours worked the next day after either workweek shall be paid at one and one-half times the fioiirly rate of ivage:All additional hours worked and all worked on Sundays and holidays shall be paid at double.the houcly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the fitst eight(8)hoius on Saturday shall�be paid at one and one-half times the hourly rate of wage. All other houis worked Monday through�Saturday, and all hours worked on Sundays and fiolidays shall be paid at doubte the hourly rate of wage. F. The first two(2)Uours after eight(8) regular hours Monday through Friday and[he fiist fen(10)hotirs on Saturday shall be paid at one and one-half[imes the hourly tate of wage..All o[her overtime fiouis wo�ked,ezcept Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourLy rate of wage. G. The fiist ten (10) hours worked on Saturdays and tlie first ten(10)hours worked on a fifth calendar weekday in a four-.ten hour schedule, shall be paid a[one and one-half times the hourly rate of wage: All hours worked in�excess of ten(10)hours per day Monday ttu'ough Saturdayand all hours worked on Sundays and holidays sha11 be gaid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due [o inclement weather conditions or _ equipment breakdown) shall be paid nt one and one-half times che hourly rate:of wage. All hours worked Monday [lirough S�turday over twelve (12) hows and all hours worked on Sundays and holidaysshall be paid.at double the liourly rate of wtige. . I. All hours worked on Sundays 1nd holidlys shall also be paid a[double the hourly iate of wage: J. The first hvo(2) hours after eight(8) regular houis Monday through Fi�iday and the first ten(10)hours onSaturday shall be paid at one �nd one-half times the hourly rate of wage. All hours �yorked o4er ten (10) hou�s Monday through Slturday,Sundlys and holidays shall be paid at double[he hourly rate of wage. K. All hours worked on Sahu'days and Sundays shall be paid at one and one-h�if tiines tlie liourly rate of wage. All houi's worked on holidays shall be paid at double die hourly rate of wage. M. All hours worked on Slturdays (except makeup days if work is lost due to inclement weathet conditions) shall be paid at one and one-half times[he hourly rate of wage. All liouis worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours warked on Saturdays (except makeup days) shall be�paid a[ one vid one-half times the hourly ra[e of evage. All hours wo�iced on Sundays 1nd holidays shall be paid a[double the�hourly�xte of wa�e. 1 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times tNe hourly rate of wage. All hours worked on Sundays, holidays and after twelve(12)hou�s,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paidat one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up ro fen (10) hours worked on Sahvdays s6all tie paid at one and ona-halftimes the houHy 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 ho�rly rate of wage. All honrs worked on Chrisunas day sfiall lie paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rnte of wage. S. The fust two(2)hours after eight(8)regulaz 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 houre worked on holidays and all other overtime hours worked, except Labor Day, shal] be pud at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times tfie hourly rate of wage. U. All hours worked on Saturdays shall be paid at orie and one-half times the h;ourly rate of wage. All hours worked on Sundays and holidays (except Labo�Day) shall be paid at two times the hourly rate of wage. AII hours worked on Labor Day shall be paid at three times the liourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall lie paid at one And one-lialf times the howly iate 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 Sa[urdays and Sundays (except make-up day's due to conditions beyond the conVol af the employer)) shall be paid a[ orte and one-half times the houTly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the firs[ Iwelve (12) Hours on Saturday shall be paid a[one�and ono-half times the hourly rate of wage. All hours worked over twelve Q2)hours Monday through Saturday, Sundays and holidays shall be paid at double the l�ourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday,F�idag and the day after Sunday,Monday, shall be�considered the holiday and all work performed shall be paid at double the hourly{ate of wage. Y. All hours worked outside [lie hours of 5:00 am and 5:00 pm (or siich other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for 14 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half[imes the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday duting the workweek shall be paid at Ihe stiaigh[-time rate un[i] they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours wor]<ed Monday through Saturday over twelve (12)hou�s and all hours ivorked on Sundays and LaUor Day sliall be paid at douUle the hourly ra[e of wage. Z. All hours worked on Saturdgys and Sundays shall Ue paid Tt one and one-half times the hourly rate of wage. All hours worked on liolidays shall be paid Itie straight[ime izte of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/2/2016 thru 8/3072016 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE P.4ID 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 rimes[he hotirly�ate of wage. C. All hours worked on Sundays stiall be paid at one and one-half ames the hourly rau of wage.All hours worked on holidays shall be paid at two timas the howly rate of wage. F. The fitst eight (8) hours worked on holidays shall be paid at the straight hourty rate of wage in addition to tfie lioliday pay. All hours worked in excess of eight (8) houis on holidays shall be paid at double ttie twuily rate of wage. G. All hours worked on Sunday shall be paid at two times the houdy rete of wage.AlI hours workod on paid holidays shall be paid at two and one-fialf times the hourly rate of wage including holiilay pay. H. All hoars worked on Sunday shall be paid at two times the houdy rate of wage. All hours worked op holidays shall be paid at one and one-half fimes the hourly rate of wage. O. All hours worked on Sundays and holidays shall 6e paid at one and one-half rimes the howly rate of wage. R. All hours worked on Sundgys and holidays and all hours worked over si�cry{60)in one week shall be paid at double the hourly rate of wage, U. All liodrs worked on Sahirdaysshall be paid at one and one-half times the tiourly rate of wage.All hours ivorked over 12 hours'in a day or on Sundays and holidaysshall be paid at double the hourly rate of wage. W. The f¢st two(2)hours after eigltt(8)regular}iours Monday through Friday and the first eight(8)hours on Saturday sliall be paid at one and one-half tim'es the hourly rate of wage. All other hours worked Monday through Saturday, and all homs worked on Sundays and holidays shall be paid at double fhe hourly rate of wage. On a fouo-day, ten-hour weekly scHedule,eitlier Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten sliall be paid at double the hourly rate of wage.The first eight(8)hours worked on[he fifth day stiall be paid a[one and one-half times the houdy rete of wage. All other hours worked on tlie ffth, sixth, and seJenth days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. �Vork performed in excess of eigh[(8)hours of straigh[time per day,or[en(10)liows of straight tinie per day when four ten (10) hour shifts are established, or foity (40) hours of sGaigh[time per week,Monday through Friday, or outside Uie noimal shift, and 111 work on S9[urdays shall be paid a[[ime and one-half tlie straight time rate. Houis workecl over twelve�hours (12) in a single shift and all work perfonned after 6:00 pm Saturday [0 6:00 am Monday and holidays shall be paid at double the shaigltt time rate of pay. Any shift s[arting between[he hours of 6:00 pm and midnight shall recei4e an additional one dollar($1.00)per-how for all houis �wrked Hiat shift. The employer shall liave the sole discretion to assign overtime work to employees. Piimary consideration for overtime work sliall be given.to employees regullrly assigned to the wod<to beperfonned on overtime situations.After an eniployee h:as worked eigltt(8) hours at an applicable overtime �ate, alI additional hours shall be at the applicable overtime rate until such time as the employee has had a break oFeight(8)hours or more. C. �Vork perfoimed in excess of eight(8) hours of sdaight tiiiie per day,or ten(10)hours of stnight time per day when four [en(10) how�s6ifts are established, or foiTy (40) liours of sh'aight time perweek, Monday through Friday, or outside the normal shift, anA all work on Saturdays shall be paid at one and one-half times the hourly iate of wage. All work petfonned lfter 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at dou6le the how'ly�ate of wage. After an.einployee lias�worked eight(8)hours at an applicable overtime rate,.all additional hours sh�l I be 1[ die applic�bfe ovettime r�te until such[ime as die employee has had a break of eight(8)hours or more. 3 Benefit Code Key-Effective 3/2/2016 thru S/30/2016 Overtime Codes Continued 3. D. All hours worked lietween the fioors of 6:00 pm apd 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15% over the hourly rate of wage. All other houcs worked after 6:00 am on Saturdays, sliall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays st�all be paid.at double the hourly rate of wage. E. All hours worked Sundays and holidays sha11 be paid at double the hourly rate of wage.Each week,once 40 hours of straight titne work is acMeved,then any hours worked over 10 twurs per day Monday through Saturday shall be paid at doublethe hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-halF times the hourly rate of wage.All hoius worked on Sunday shall be paid at two times the hourly rato ofwage. All hours worked on paid holidays shaD be paid at two and one-half times the houdy rate of wage including holiday pay. H. All work performed on Sundays between Maich 16th and O.ctober 14th and all HoGdays shallbe comprnsated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and Mazch 15th.sttall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the evem 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(Tuesdzy through Friday,)then Saturday may be worked as a voluntary make-up day at the seraight time rate. However,Saturday sliall not be utiliied as a make-up.day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve(12) hours and all hours woiked on Sundays and holidays sfiall lie paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)liours per week shall be paid at double ttie fiouiiy ra[e of wage. All hours worked onSaturdays, Sundays and ho]idays shall be paid at double the Nourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on liolidays shall be paid at double the hourly rate of wa�e. C. On Monday dirough Friday, [he first four(4) hours ofovertime after eight(8)hours ofst@ight time work shall be� paid a[one and one half Q-1/2)times the sh�aight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday tluough Thursday, or Tuesday through Friday, the first two(2)hours of overtime after ten(10) hours of straight time work shall be paid at one and one half(1-1/2) times tUe straight time rate of pay. On Saturday, the fiist twelve(12) hours of work shall be paid at one and one half(1-1/2)times the s[i�aight[ime rate of pay,except diat if[he job is down on Mond�y through FriBay due to welther conditions or other conditions o}i[side the con[rol of the employer, the first ten (10) hours� on Sa[urday may be worked at[he straigh[time rate of pay. AII hours worked over[welve (12) hours in a day and all hours wo�i<ed on Sunday and Holidays shall be paid a[[wo(2)tiines die straigh[time rate of pny. 4 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 4. D. All fiours worked in excess of eight(8)hours per day or forty(40)hours per week sliall be paid at double the hourty ra[e of wage. All hours�worked on Saturday, Sundays and holidays shall be paid a[double Che fiourly rate of pay. Rates include all members of tk�e�assigned crew. EXCEPTION: On all multipole structures and s[eel Uansmission lines,switching stations, regulafing,capacitor.stations,generating plants,.industrial plants, associa[ed installa[ions and substations,except those�substations whose primary function is to feed a distribution system,will be paid overtime under the following rntes: The first two(2)hours after eight(8)regular hours Monday tivough Friday of oveRime on a regular workday,shall be paid at one and one-half rimes the hourly rate of wage. All hours in excess of ten(10)hours will be at two(2) times the hourly rate ofwage.The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8) hours on Saturday, and alI hours worked on Sundays and holidays will be at the double the ho�irly rdte of wage. All overtime eligible hours performed on the above descritied work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eigh[(8)regular hours Monday through Friday and the firs[eight(8)hours on Sa[urclay shall be paid a[one and one-ktalf times the hourly tate�of�wage. All other hours worked Monday throdgh Saturday, and all houis worked on Sundays and fiolidays shall be paid at double the houdy rate of wage. On a four-day, [en-hour weekly schedule,ei[her I4londay thru Thursday or Tuesday thru Friday�schedule, all hours worked after ten shall be paid at double-the hourly mte of wage. The Monday or Friday not utilized in the normal fouo-day,ten hour work week, and Saturday shall be paid at one and one half(1%:)times the regular shift ra[e for ttie first eight (8) hours. All othei hours worked Monday [hrough Saturday, and all hoius worked on Sundays and fiolidays.st�allbe paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday tln'ougli Saturday, shall be paid at a premium rate�of 20%over the hourly�zte of wage. Al,l hours worked on Sundays�shall be paid�.at one and one-half times the hourly rate of wage.All hours wotked on holidays shall be paid at double the hourly iate�of wage. G. All fiours woYked on Saturdays shall be paid at one and one-half times the hourly rate ofwage. All hours worked Monday tluough Saturday over hvelve (12) hours and all hours woiiced on Sundays and holidays shall be paid�at double the hourly rate of wage. Holidav Codes 5. A Holidays: New Years Day, Memoiial Day, Independence Day, Lllior Day, Thanksgiving Day, Friday after Thanksgiving Day,and Cliristmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, L�bor Day, Thaiilcsgiving Day, Fiiday after Thanksgiving Day,the�day before Ch�istmas,and Chiistmas Day(8). C. Holidays: New Year's Day, P�sidents' Da}•, Memorial Day, Independeuce Day, Labor Day, Thanksgiving Day, the Friday after Thanksgivin�Day, Md Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day�, Labor Day, Thnnksgiving Day, tlie Fridaq and Saturday afYer Tlianksgiving Day, And Chtistmas Day(8). H. Holidays: New Yeai's Day,Memonal Day,Independence Day,Tlulnksgi4ing Day, the Day after Thanksgiving Day, And Christrru�.s(6). 5 Benefit Code Key—Effective 3/2/207 6 fhru 8/30/2016 HolidavCodes Continued 5. I. Holidays:New Year's Day, Memorial Dag Indeprndence Day,Labor Day, Thanksgiving Day, and Christmas Day �6) _ J. Holidays:New Year's Day, Memorial Day;Independence Day,Tfianksgiving Day,Friday after Thank�sgiying Day, Cl�risknas Eve Day,And Christmas Day(7). K. Holidays: Ne�y Year's Day, Presidents' D'ay, Memorial Day, Independence Day, Labor Day, Tl�anksgiving Day; Friday Afte:r Thanksgi4ing Day,The Day Before Chrisfmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Indepeddence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day,And Cluisrinas Day(8). N. Holidays: New Year's Day, Presiden�s' Day, Memorial Day, Independence Day, Labor Day, Ve[erans' Day, Thank�sgiving Day,The Friday After Thanksgiving�Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day;Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Ctuistmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day; and Chrishnas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanlcsgiving Day, Day Aftec Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S, Pvd Holidays: Ne>y Year's Day; Presidents' Day, Memorial D1y, Independence Day, Labor Day; Tltiwksgiving Day,AnH ChrisMias Day(7). T. Ptid Holidays: New Yeaz's Day, -Waslting[on's Bir[Uday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Fnday After Thanksgiving Day, C}bistmas Day, And The Day Before�Or A$er Christmas (9). Z. Holidays:New Year s Dag Memo�ial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday afrer Thanlcsgiving Day, And Cluistmas Day(8). 6. A. Paid Holid�ys: New Ye�r's DaY, Presidents' Day, Memorinl Day, Indepe�idei�ce D�y, Lab-or Day, Thanksgiying Day,the Friday after Thanksgiving Day,And Chnstmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidenu Day, Memorial Day, Independence Day, Labor Day, Tl�anksgi4ing Day, tl�e Friday after Tlianksgiving Day, Christmas Day; and a Half-Day On Chdstmas Eve Day. (9 1/2). G. Paid Holidays: Ne�y Year's Day,Mvtin Lutl�er King.Jc Day, Presidents' Day, Memorial D1y, Independence Day, Labor Day, Veterans' Day, Tl�anl<sgiving Day, [he F�iday aftec Thanksgiving Day, Ctu�istmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Ye�u's Day, New Year's Ece D�y, Memarial Day, Independence Day, Labor Day, Thanks�iving Day, Friday After Thanksgiving Day, Clyistmas Day, The Day After Clv-istmas, And A Floating Holiday(]0). I. Paid Holid2ys:New Year's Day,Memoiial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After ThanksgJing Day,And Christmas Day(7). 6 Benefit Code Key—Effectiye 3/2/2016 thru 8/30/2016 Holidav Codes Continued 6. T. Paid Holidays New Year's Day, Presidents' Day, Meinodal Da}, Independence Day, Labor Day, Thanksgiving�Day, The Friday After Thanksgiving Day, The Last Worlfing Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Year's Day,I4lemorial Day,Independence Day,Labor Day,Thanksgiying Day,Friday after ThanksgiJing Day,And Cluistmas Day (7). If a holiday falls on Saturday, the prec8ding Friday sfiall be considered as the holiday. Ifa holiday falls on Sunday, the following Moqday shall be considered as:the holiday. 7, A. HoliOays:�New Year's Day, Memorial Day, Independence Day, Labor Day, Tt�anksgiving Day, the Friday� acid Saturday after Thanksgi4ing Day, And Christmas Day (8). Any Holiday Which Falls Ou A Supday Sfiall Be Observed As A Holiday On THe Following Monday. If any of the listed holidays falls on a Saturday;the p;eeeding Friday shall liea regular work day.� 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 whioh fallsona Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Satnrday sNall be observed as a holiday on the preceding Friitay. C. Holidays: New Year's Day, Martin Lutfier King 7r. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the�Friday after Thanksgiving Day, And Christmas Day (8)..Any holiday which fglls on a Sunday shall 6e�observed as�a koliday on the following Monday. Any holiday which fallg on.a Saturday shall be observed as a Holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Tliaidcsgiving Day, tl�e Fri&1y after Tltiwksgiving Day, And Cluishnas Day (8). Unpaid Holidays: President's Day. Any paid holiday wlfleh falls ona Sunday shall tie.obser4ed as a h�oliday on the following Monday.Any paid holiday which falls on a.Saturday shall be o6ser4ed as a holiday on the preceding Friday. E. Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day; tk�e Friday after Thanksgiving Day;And Chrishnas Day(7).Auy holiday which falls on a Sunday�shalCbe observed��as a holiday on the following Monday. Any holiday which falls on a SataYday sfiall be observed as a holiday on the-preced�ng Friday. F. Holidays: Ne�v Ye:jr's Day, Memori�l D1y, Independence Day, Labor Day, Tliapk;sgiving Day, the Friday after Thanksgiving Day;tlie lashworking day before Cluistmas�day and Chris[rzias day(8). Any holiday wluch falls on�a Sunday shall be obseived as a lioliday on the following Monday. Any holiday w(uch falls.on a Saturday�shall be observed�as a holiday on the preceding Friday. G. Holidlys:.New Yeai's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Chiis[mas Day (6).Any holiday which falls on a Sunday shall be obseived as a holiday on Hie following Monday. H. Holidays: New Year's Day, Maitin Luther King Jr. Day, Independence Day, Memonal Day, Labor Day, Tlitinksgivirig Day, the Friday after Thaiil<sgiving Day, the Last Workipg Day befote ChristmasDay and Chiistmas Day(9).Any holiday�which falls on a Swtday sliall be obser4ed as a holiday on the following Monday. Any holiday which Falls on a Saturday shall be obse�ved as a holiday on tl}e preceding Friday: I. Holidays: Ne�v Yeu's Day,PresidenPs Day,Independe�ice Day,Memonal Dag,Labor Day,Tlu�mksgiving Day,The Friday After Thanksgiving Day,The Day Before�CluSstmas Day And Cluistmas Day (9). Any holiday which falls on a Sunday sliall be oliseived as a holiday on [lie following Monday. My holiday wluch falls on a Saturday shall be observed as a holiday,on the preceding Friday. J. Holidays: New Yea�'s Day, Indepe�idence Day, Memoiial Day, Labor Day, Thanksgiving Day and CHris[mas Day (6). Any holiday which falls on a Simday shall be observed asa holiday on the following Monday. Any lioliday which falls on a Saturdaysliall b"e obseived as a holiday on the preceding Fiiday. 7 Benefit Code Key—Effective 3/2/2016 thru S/30/2016 Holidav-Co des_C ontinued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thariksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on tHe following Nlonday. 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, tHb Last Wo{k Day before Cluismias Day,And Chnstmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the fo(lowing Monday. My holiday which falls on a Saturday shall be observed as a holiday on the pieceding Friday. M. 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 Dag the Friday after Thanksgiving Day, Christmas Day,And the Day afrer or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the followirig Monday:Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Yeaz's Day, Memorial Day, Independence Day, Labor Day, TFianksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7).Any holiday which falls on a Siuiday shall be obser4ed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday aftei Tfianksgiving Day,Md Christmas Day(7).My holiday wliich falls on a Sunday shall be�.observed as a holiday on tlie following Monday. Q: Holidays: New Yeaz's Day, Memorial Day, Independence Day, I.abor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Chrisunas Day and Christrnas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of tl�e listed holidays�falls op a Saturday, the preceding Friday shall be�a regular work day. R. Paid Holidays: Nery Year's Day, tl�e day afrer or before Ne�v Year's Day, President's Da}�, Memorial Day, Independence Day, Labor Day, Thanksgving Day, the Friday afrer Thanksgiving Day, Clvistmas�Day;and the day after or before Clvistttias Day (10). If�any of the ]is[ed holidays fall on Satw�day, the preceding Fridapshall be observed as the holiday. If any of the�listed holidays falls on a Sundag the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Aolidays: New Year's Day, Memoria] Day, Independe�ice Day, L1Uor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day,the�Day afrer Clvistmas,and A Floating Holiday(9).If any of Ihe listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, [he Day after or before Ne�e Year's D�y, PresidenCs Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the F�iday after Thanksgiving Day,Chris[m�s D'ay, and Tlie Day after or before Christmas Day. (10). If any of the listed holidays Falls on a Sunday, the day observed by tlie Nation shall be considered a holiday and compensa[ed accordingly. Any holiday which falls on a Saturday stiall be observed as a holiday on the preceding Fiiday. Note Codes 8. A. In addition to Nie houdy wage and fringe benefits, the following depth prenuums apply to depths of fifty feet or more: Over�0'To ]00'-$2.00 per Foo[for Each Foot Over 50 Feet OJer]00'To I50'-$3.00 per Foot for Each Foot Over 100 Feet 04er I50'To 220'-$4.00 per Foot for Each Foot Over 150 Feet OJer 220'-$5.00 per Foo[for Each Foot OJer 220 Fee[ 8 Benefit Code,Key—Effective 3/2/2016 thru 8/30/2016 Note Codes Continued 8. C. In addition ro tfie hou�ly wage and fringe benefits, the following depth premiums apply to depths of fitty feet or more: Over 50'To 100'-$1.00 per Foot for Each Foot Ovec50 Feet 04er 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet 04er 150'To 200'-$2.00 perFoot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with.sppplied air on hazmat projects receive an additional'.$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiuins as follows -Level A: $0.75, Level B: $0.50, Md Level 6:$0.25. M. Workers on hazmat.projects receive addi[ional hourly premiums as follows: Levels A& B: $1.OQ Levels C & D: $0.50. N. Workers on tiazmat ptojects receive additional howly premiums as follows-Le4e1 A: $1.OQ Level B: $0.75;Level C:$0.50,And Level D:$0.25. P. Workers on hazmat projects recei4e additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $I.SQ Class C"Suit:$1.00,And Class D Suif$0.-50. Q. The highest pressure registered on the gauge for ap accumula[ed time of more than fiReen(15) minu[es during the shift shall be used inde[ernuning the scale paid. R. Effec[ive Augus[ 31, 2012 — A Traffic Conhol Supervisor shall be present on the pcoject whepever flaggipg or spo[ting or other haffic control labor is being�utilized. A Traffic Control Laborer pedornis the setup, maintenance and removal of all temporary traffic conhol devices and constriictiort signs necessary to control vehicular, bicycle, and pedestrian traffic during constiuction operations. Flaggers and Spotters shall be posted where shown on - approved Traffic Control Plans or where directed by [he Engineec All flaggers�and spot[ers shall possess a cun�ent flagging cazd issued by the State of Washington,Oregon,Montana,or ldaho.These classifications are only�effec[iye on or�after August 31,2012. S. Effective Augus[ 31, 2012 — A Traffic Conhrol Supeivisor shall be present on [he projec[ whenever flagging or spot[ing or other traffic�control labor is being utilized. Flaggers and Spotters sh111 be posted where shown on approved Traf6c Control Plans or where direcred by the Engineer. All flaggers and�spotters sha(I possess a current fla�ing card issued�by the State of Washingtdn,Oregon,Montana,or ldaho. This classifica[ion is only effective on or after August 31,2012, T. Effective Auvust 31, 2012 — A Traffic Control L�borer pe�fomis the setup, maintenance and removal of all [emporery traffic control devices and conshvction signs necessary ro control vehicular, bicycle, and pedes[nan treffic dwing corutmction opeiations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spo[teis shall possess a current flagging card issued by the State of Washington, Oregoq Montana, or ldaho. This classification is only effective oii or aft@r Auo st 31,2012. U. Workers on hazmat projecLs receive additional hourly premiums as follows — Class A Suik $2,00, Class B Sui[: $1.SQ Md Class C Suit:$1.00. Workers perfomvng undeiground work��eceive an additional$0.40 per hour for any and all work perForined underground, including opera[ing servicing and repairing ofequipmen[. The pYemium for underground work shall be paid for the entire sluft worked. Workers who work suspeiided by a rope or cable receive an.addi[ional $0:50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers wlio do `pioneer" �eork (bizalc open a cut, build road, etc.) more tlu�n one Imndred fifiy (150) feet above giade eleva[ion receive an additional$0.50 per hour. 9 EXHIBIT`A' - PROJECT LOCATION MAP CP1607 - A St. SE Side Sewer Replacement i . i i . ._ Zi_ � ,,,J :/ � Fjc;- ,.ti.. —11�.�� a_ r�7�J � ��' -- �',Ti'sr.sw . L� ���` '�`�"' ��,Aof� � _tsi�:..� d � ��� 1 _ i --- � �` I`r ���� � � �.tia C7 y 4 � C� [] i t��J7� �s�n----�_—"rFrer�v�, � �Q� Q i._ �� ��I7 ����,�� �` � R ' �Ici �� : . I n � � f7 C r r � i ,(:, f`i � �'-J I� � �Gl`� n❑ ' ' �.�C7 �'�`�I� r�' Lt S�� J I � � �i,e.����,I ��-�� t�.��, . {��, �� '� U';-° n o<`� -. If n�� �. +I I � �:�� � �� u �c n���j t������ �� ��!GiiaO l� n � .g'fi]� alS __'-� I_. . I , 7 I,� �� c� � " �Ttf.STNE`_.___� �-L �� J o G , ��� , � ,' ';�'� ( ;�a1��� �� �i�.� < o�o' � l�� 1 [1' ."� _ :r--- � t ° � "� ad� � � t �L � � a� I ___I_�.� �? n � t 1.�: Lp. :lI lGld0�7���.�" � � ��'�� >"`'': 0 1 ,� � r � i r'_ . _'. . _. . -7RDSTNW o — 3RDSTNE- ,u� � g .' �[�I(7rJ . ��L�'�1.41 n 1-- J ..�, ❑ ; �-..-�= � -'n � . .._ _�( a ��' ��. L i� ���S u f �i a i ; �'1 ��l � � I �I� a� n� ��'1 ��_ �ao-srn���}' �� �� , '� � R',��i � r ' �o � �1�--� I r7f-` - � I ' I • � r'7 C,f Q �����r.r4e'�� � �d IJ u r� .. 1 - -�y �C�--_i, � .� �i .r Ck�-�� � - — t� - o� � ' � �� r' �. wjdlt � ; < ;--� �ca�� t I � I r '.�nsre�r�..� � � �„ -,� f�� _ -�( JI L�'�"� �� i , Ut_ �f.�J���.7�J�LU�a t ,_-=7 �. 9 " '--rcIr �—� y- 71105TlIY/-'— _ - I �-y� .( a'� ' '. f�;�•' �' �' L�'�' �r�� F��''t��f' ,} I r� �`c�GC llL1 �r�[.l`-''s,--, rr?S �.. I S� .; �a�,�i r f �'l' ' � �J�. -=-r u n ���4 P � � �;' � � �_� i r I _ K O o I; 1 � �� ��C'f7Ct Q�S�CJQ � �f- I � _ ` �I-' i� 4.1 I 7 ���� Q L -� � ��ASTNE �_'�SfST� � O j� ;� ! �'�� �� f'r'� j � ursrtnv - �--is[srx � ��` °����� ��� ��� � � � .;,,, w ewN st t �.� l � � _ � � L �.� �� ��� I"-i-� iC � �, , �4 r i ��� ��-_' � � r � , �� � � � � �� � ' � �' �' � r �� °° � J i .. � enuiNsr' _ � � z w L�';; �����( ��; ,' , �I-n--__ -r; _ J1�1~��_.I �� � J ( ��`_�[�(�,-+'� , ('�'` ' ` !+ r � I � ot Pro ect Location � �--m_ � �� � u t ��s �_, a � L� =1 � !� ; a ° �� �u' , . �� �1 +� � i c o;l��;a- � • � �ursrtw /� "I � ( � I aa�se , ' ��y i�� ,� �aa�� =trrsritr _�- -� �i - :J. l��S,� � �''`L_ . '� � � '' Cy i.o �a � � ,( -, r- v�� � u .�r...-. ._ �iSi Si_iw r- �si si sE � l'I � , I � � �� �i r� .-1 _l 1 � � � �+1 I � � � ,.:f '� . � .,� o „ L� .�.o� , 3 �- � �� � � � , �n� � , , , � � ,�;- � ,��,,� �� ���o� �'� �' �� r? c"� � �I� � U.��—I S J ��� � �� � y� ��.� ���.'ni� 7t��. L�, "~' V 7x c� ' � i � ���� j � '� �.� J � � . � G1�� � J IL?_� -� ��.°�� wr' �- � � I� � n C �3 2lIDSfS`wN . . . ZNDSTSE � � � O ^ � � °� ��� � :! 4�� �� I � � CI� ' i � ���'� � �� �' Gl �'��..� i^^� -. �� �--��i a��� L�_ O.o ' r ❑r�� � 1 ��I�` ( t � � C�. � s . .J�s��-' L. � '� oCJ '�❑ � .G--Eo _-, 3,��,e��ME°AN�,�Sr'sws�'M' `�-�r av sMi-•'i}'L ' `�- . ; r;+�� 'a ���' � '. �i °� ��;-t C� ��`7°.h I t�, � �. ��-I'- �� ! r,�pn c, ri C? . j • �-� � i _ ---- lqn6isw ' `" h -� �.1� £ .� i i £" ��, p o u�� �L,� �5.� .��.� I . StY�fi. � ` - . 3RD51'SnF . - � m �.. � a @ r� � I�C Cl � ' -'J ��tl3�',� �� , � ��i :SJ� �—I ri �J ll _ C i .�� ..a o� '. � �n0 i �u �f" � ., -� • � , � . .4055 n ` -� � � � � c� -C� �� ���' � � ��1 `c�g � ) a � ��u . �� _ r� e, � ��7�'[, � v� � ,ni sr sc ��� ���ST���i��� '..� . �� � i � � � ��0��'.��!������L�L��� �� � , -� � "':3R'18-W[Si�IUVP--` �__._ .__ �/g1�5v� � -,.}.. � ' � � _ � - . . _._ . . -' --� -. � . , � ` _"__ LL - �.a � SR�t6EA51�_.. - .. - .. ,.. _ . ' , -�. - _ n- ._ _ SR I&g:f57 - a _.' -SA t&N'ES'f PM�P I - :' . .. . . . �� P �Tn57SL �� .'W �[45TSW . .. _ " _ _ " _aP.1M � . . : � . s _ - -- ,���� �7� I�>> r �G �A. �,EA� �� ��� � �y n � ,,. �� ) I, ' .-SV?i CJ � N _ f� . � i '�^; i ,j r�a �4'�� u f�� � _ � _�'� — � .. t � ���� l 4 � �C��1 rl �J �.J !3 f�`� . ._�_ �:� � .. '_' � � �- ). Q � i � t"� � ,��sE°> ?� _6iHslse _..1 ^ f _ ' � �a �Ra�t7�� � �,`J� 't I'��C � �SE � �� r' cn'� ' `a U) i _ . i n , / - I i �i I�_� _�`' � ., 0 n _.. l �� t yi. � �F� �`n'�F-'�i S°h}'IRi.�.. Prin[eE Da[e:3/l/2016 N Mep Creaced by Cify ol AUEum eG15 Inlormatlon slwwn is far permnl re(ereze puryouz onfy anA daes no[necessarily W - E repeien[ezacc qeopnph(t m iar[oqnpliic Eab as mappeE.The Ciry al Auban makes m wartanry as m la eccurery. 5 EXHIBIT `B' TECHNICAL SPECIAL PROVISIONS for Project Number CP1607 A ST SE SIDE SEWER REPLACEMENT Contract No. 16-15 TABLE OF CONTENTS PART 2: TECHNICAL SPECIAL PROVISIONS DIVISION 2 EARTHWORK...........................................................................................2-1 2-02 REMOVAL OF STRUCTURE3AND OBSTRUCTIONS....................................................2-1 2-02.1 DESCRIPTION..........................................................................................Supplemant.......2-1 2-023 CONSTRUCTION REQUIREMENTS .....:....:.:..........:.............:....:..............Revision.......2-0 2-023(3) REMOVAL OF PAVEMENT,SIDEWALKS,CURBS AND GUTTERS..................................................................................................Supplement......:2-I 2-02.5 PAYMENT....:.................:.......:.....:...........................................................Supplement.......2-1 2-03 ROADWAY EXCAVATION AND EMBANKMENT..:.....:.:....:.....:......:.....:........................2-2 _ . _ 2-033 CONSTRUCTION REQUIREMENTS.....:..:.:........................................................2-2 2-033(7) DISPOSAL OF SURPLUS MATERIAI..................................................................2-2 2-033(7)C CONTRACTOR-PROVIDED DISPOSAL SITE......................................Supplement.......2-2 -2-07 WATERING..:..................:....:...:.:.:...:.:..:..:..:.:...:.:::..:.....:.....:.:.................................................2-2 . . . . . . . . _ _ _ . 2-073 CONSTRUCTION REQUIREMENTS....:....:.....:......:.....:.:.......:..............Snpplement.......2-2 2-07.4 MEASUREMENT.....................................................................................Supplement....:..2-2 2-07.4(1) WATER FROM CITY HYDRAN'CS.......................................................New Sec[ion.......2-2 2-07.5 PAYMENT................................................................................................Supplement::...:.2-3 DIVISION 3 PRODUCTION FROIVI QUARRY AND PIT SITES, AND STOCK PILING:::::::::::::::::::::::::...................................................... 3-1 _..._.. . 3,01 PRODUCTION FROM QUARRY AND PIT SITES.:.:.:..:..:..:.:..:.:.....:.:....:..:..:.......:...:.......:3-1 3-01.4 CONTRACTOR FURNISHED MATERIAL SOURCES.........................Supplement...:...3-I DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS BAS�S..................... 5-1 5-0� HOT Mla ASPHALT:..:...:.....:.................................................................................................5-1 _ _ __. _ . 5-04.1 DESCRIPTION.:....:......:....:......:.................................................Supplement/Revision.......5-1 5-04.2 MATERIALS............................................................:.....:.....:.....Supplement/Revision.......5-1 5-0�3 CONSTRUCT[ONREQUIREMENTS...................................................................5-I 5-04.3(1) HOT MIX ASPHALT MIXING PLANT.......................................................Revision.......5-1 5-04.3(3) HOT MIX ASPHALT PAVERS....:.....:...:...:....:............:............SuppleinenURevision.......5-1 5-043(3)A MATERIALTRANSFERDEVICE/VEHICLE......................................:.....:.Deletion,.:....5-2 5-043(5)A PREPARATION OF EXISTING SURFACES...........................SupplemenVRevision.......5-2 _ . 5-043(7)A MIXDESIGN...........................................................................................Replacement:.:::..5- 5-043(7)A1 GENERAL...........................................:.....:..:.:..:..:..:..:.::.........................................5-2 5-043(7)A2 MIX DESIGN VERIFICATION.........................................................................:....5-3 5-043(9) SPREADING AND FIMSHING..........................:.....:.:...:.:::..:..Revision/Supplement.......5-3 5-04.3(10) CONIPACTION:..::..:...:....:......................................................................................5-3 5-043(l0)A GElVERAL..........................................................................:....::.Revision/Supplement.......5-3 5-043(10)Bl GENERAL...............................:.....:.....:.....:.....:..............................................Revision......,5-4 5-043(10)B4 TES'I'RESULTS..............................................................................:.....:.....:.:Revision.:.::::5-4 9-043(l2)B LONGITUDINALJOINTS...................:.....:.:...:.:.:.......:................................Revision.......5-4 5-043(12)C ASPHALT CONCRETE PAVEIviENT BUTC JOINTS...........................New Section..:...:5-4 5-04.3(14) PLAMNG BITUMINOUS PAVEMENT...:.....:..:..:.....:..:..:......:..:............Supplement.......5-4 5-043(17) PAVINGiJNDERTRAFFIC..........................................................................Re4ision.......5-5 5-04.5 MEASUREMENT........................................................:.:.:..:...:.:.:.....:.:..:.......Revision.......5-5 5-04.5 PAYMENi'.............:.....:.......:.....:...............................................SupplemendRevision...,...5-5 5-04.5(1) QUALITYASSURANCEPRICEADJUSTMENTS..................:.:..:..:..:.:::...Revision.......5-6 5-04.5(1)A PRICE ADJUSTMENTS FOR QUAL[TY OF HMA MIX'fURE...........Replacement.......5-6 5-04.5(I)B PRICE ADJUSTMENTS FOR QUALITY OF HMA COMPACTION.:.Replacement.......5-7 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER MAINS AND CONDUITS........................................:..::::::::::::::::::::,.,::::::::::::::::............... 7-1 7,01 DRAINS 7-1 7-01� MATERIALS....................:....:..................................................................Replacemeiit.......7-I 7-01:3 CONSTRUCTION REQUIREMENTS.........................:.:.....:.:.:..:.....:......Supplement.......7-I 7-01.5 PAYMENT.....:..:.:.....:..............................................................................Replacement.....,J-1 7-05 MANHOLCS,INLETS,CATCH BASINS,AND DRY�VELLS.......................,..,....,...:.;...:J-1 7-05.1 DESCRIPTION.................................................................:.......................Replaceiiient,�...:.7-1 7-05.2 MATERIALS...................................................:....:.:...:.:.....:......................Supplement.......7-1 7-053(3) CONNECTIONS TO EXISTING NIANhIOLES.......................................Supplement.......7-2 7-OS.i.(5) CHANNELS FOR MANHOLES..........................................................:...New Section:..:..J-2 7-05.5 PAYMENT..................................................:...:..:..:.....:.....:......:................Supplement......J-? 7-OS GENERAL PIP@ INSTALLAT[ON RCQUIRGNIENTS.::.::.::......:.:.....:..............................Z-2. 7-08.1 DESCRIPTION.........................................................................................Replacement.......7-2 7-08.2 MATERIALS................................:......:..:.:.....:............:...................:....:...Replacement.:.:...7-2 7-083 CONSTRUCTION REQUIREMENTS.....................................................Supplement.......7-3 7-08.3(l) EXCAVATION AND PREPARATION OF TRENCH.....:..:..:..::.:.:....:.....:.:...:.....J-3 7-083(1)A TRENCHES....................................................................................................Revision.......7-3 7-083(1)B SHORING.....:.:.....:.....:....:...:.:.....:.....:..:..:..:..:..:..:...................:.....:......:....Supplement.......7-3 7-08.3(1)C BEDDING'I7-IEPIPE................................................................................Supplement.::..:.7-3 7-08.3(2)B PIPE LAYING-GENERAL.....................................................................Supplement.......7-3 7-083(3) BACKFILLING..............:..:..:.....:.....:.:...:.:.:...:.:..:..:..:.:....:..:..:.......:....:.....Supplement......:7-4 7-083(3)A VER7'ICAL CLEARANCE BETWEEN UTII.ITY LINES.....................New Section.......Z-4 7-083(5) PIPE TRENCH RESTORATION.............................................................New Section.......7-4 _. 7-08.4 MEASUREIvIENT ....................................................................................Supplement.:.::.:7-4 7-08.5 PAYMENT...............................................................................................Replacement.......7-4 7-15 SERVICE CONNECTIONS.....................................................................................................7-5 _ _ . _ _ _ 7-15? MATERIALS..:.:.:...:.:................................................................................Supplement.......7-5 7-153 CONSTRUCTION REQUIREMENTS.....................................................Supplement:.::...7-5 7-I5.5 PAYMENT................................,.....,........................................................$upplement......J=5 7-18 SIDE SEWERS..::.:.:....:.:.:.:.::..:.:.:.::....::..:..:.....:.....:.:.....:....:.....................................................7-5 _ _ . . .. .. . ._ _ _ _ _ _ _ . 7-183 CONSTRUCTION REQUIREMENTS.....::.:............................................Supplement.,.....7-5 7-183(1) GENERAL.................................................................................................Supplement......:7-5 7-18.4 MEASUREMENT........:...........................................,....,...........................Siipplemant.......7-6 7-18.5 PAYMENT...........................................................................:......:.....:..:....Supplement..:.,::7-6 DIVISION 8 MISCELLANEOUS CONSTRUCTION.................................................. 8-1 8-Ot EROSION CONTROL ANll WATER POLLUTION CONTROL......................................8-1 .. . .._ . . . . _ . _ _ . . . . . . 8-01.1 DESCRIPTION.....:.....:.:...:.......:................................................................Supplement.......8-1 _ _ . 8-013(1)A SUBMITTALS............................................................................Supplement/Revision..:..:.8-1 8-01.5 PAYMENT.................................................................................Supplement/Revisioq.......8-1 _ 8-04 CURBS,GUTTERS AND SPILLWAYS................................................................................8-1 8-043(I) CEMENT CONCRETE CURBS,GUTTERS,AND SPILLWAYS..........Supplemei�t.......8-1 8-04.5 PAYMENT..........:.....:...............................................................................Supplement.......8-2 8-14 CEMENTCONCRETESIDEWALKS.:.................................................................................5-2 _ _ .. . _ _ 8-14.1 DESCR[PTION............................................:.:..:..:....:....:..........................Replattment.......8-2 8-14.2 MATERIALS..............................................................................,.......:......Supplement:.::.:.8-2 8-143 CONSTRUCTIONREQUIREMENTS......:..:..:..:...:.:.:::..:..:......:..:.........................82 8-14.3(1) EXCAVATION:.........................................................................................$upplement.....:.8-2 8-14:3(2) FORMS..............................................................:..:..:.:.:.:.:.:..:..::.:.:....:.......Supplement.......8-3 8-143(3) PLACINGANDFINISHINGCONCRETE...............................Revision/Supplement..,,_..8-3 8-143(4) CURING....................................................................:..........:............:.::.:�Replacemert....:..8-3 8-14.4 MEASUREMENT......................:.....:.:..:.....:.............................................Supplement.......8-4 8-14.5 PAYMEN'C.......:...........................................................................,............Supplemeut....:.:8-4 DIVISION 9 MATERIALS.....................................:...:.::::::::::::::::::::::::::....:........:........... 9-1 _.....- - ._.. 9-03.8(7) HMA.TOLERANCESANDADJUSTMENTS..............................................Revision......,9-1 DIVISION 2: EARTHWORK DIVISION 2 EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-021 DESCRIPTION Supplement The quantities listed b.elow are to be incliided in the unit bid price for "Removal of Structures and Obstructions.'' They are estimates o.nly and are provided for Contractor convenience as a basis for bidding only. The Contractor shall verify the quantities before bidding. The unit bid price for "Removal of Structures and Obstructions" shall include all work specified in Section 2-02 (Removal of Structures and Obstructions) whether listed below or not, except for the Lmit priced items listed in Section 2-02:5 (Payment). The following named items shall be removed and disposed of oFf the project site unless otherwise noted in this document. Item;Descri `tion':.., �' �� , �..., .',� . ' ' ' _ vQuanhty . � : Unrt , Removal of As halt Pavement 8 v SY _. Removal of Cement.Concrete Flat Work 47 SY Removal of Curb and Girtter 8 LF Removal of Cleanout 1 Each Removal of 4" PVC Drain Line 7 LF 2-02:3 CONSTRUCTION REQUIREMENTS Revision 2-023(3) REMOVAL OF PAVEMENT, SIDEWALKS, CURBS AND GUT"fERS Supplement (Ja�ly 2010 City ofAz�bz�rn) Pa4ement, sidewalks, curbs, and gutters shall be saw cut in such a fashion as to form a neat break lipe. Saw cirtting costs shall be incliided in th_e bid item involved. Z-02.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.] (Intent of the Contract) for the following bid items: Removal of Structures and Obstructions Per Lum Sum The lump sum contract price for "Removal of Structiires and Obstructions" shall i»cl[ide all materials, tools, equipment, and labor to remove the structures and obstructions per Section 2-OZ (Removal of Structiires and Obstriictions), including all costs for sawcutting and disposal.. CP 1607 2-I Exhibit B A St. SE Side Sewer Replacement Technical Special Provisions DIVISION 2c _ EARTHWORK 2-03 ROADWAY EXCAVATION AND EIVIBANKMENT _ _ 2-03.3 CQNSTRUCTION REQUIItEMENTS 2-033(7) DISPOS.4L OF SURPLUS MATERIAL 2-03,3(7)C CONTRACTOR-PROUIDED DISPOSAL SITE Supplement If, during the course of this project, it becomes necessary to dispose of either excess or unsuifa6le materials,the additional following requirements shall be o6served: 1. In no case shall any waste materials be disposed of on any site within the City limits of Auburn unless the Contractor has a valid Grading (Fill) Permit aecording to Section 1- 07.5(5) (City of Auburn Reqtiirements) in this document; 2. Grading (Fill) Permits aze issued by the City of Aubum Building Division after all conditionshave been met fo the satisfaction of the Building Official; 3. The Grading Permits are issued to the legal owner of the property. Any qi;(estio.ns regarding the requirements shouldbe directed to tHe City of Aubum Building Didision; 4. Any waste material disposed of outside the City limits of Auburn .shall be at Cont"ractor risk. The Contractor is responsible to ensure that said Contractor has complied with all local codes and ordinances; 5. Failure to comply with the above requirements sliall be grounds to withhold payment of money due until such time as the requirements hav8 been "satisfied; 6. Time lost by failui•e fo satisfy these requirements shall be insufficient reason for granting of extensionsof Contract time. 2-07 WATERING 2-07.3 CONSTRUCTION REQU[REMENTS Supplement When the Engineer determines that dust is a problem, the Contractor shall water to control the dust in accordai�ee with Section 1-07.23(1) (Constructiou UnderTraffic). All means to disperse watei�shall be supplied by the Contractor. Tlte Contractor shall tiave a water truck available forwatering. 2=07.4 MEASUREMENT Supplement No Measurement for water will be made. 2-07.4(1) WATER FROM CITY HYDRANTS New Sect�on The Contractor shall obtain a Fire Hydrant Meter Permit from the City of Auburn Permit Center (1 East Main Street) before taking of water from lrydrants. Water will be furriislted by the City fi•om tlie fire hydrant to be designited at the time a Fice Hyclrant Meter Permit is obtained and in accordance with the terms of the Fire Hydcant Meter Permit. To obtain a Fire Hydrant Meter Permit the applicant shall make a deposit of$1;965'.00 �vhich covers the use of a water meter, hydeant wrench, brass adapter, and liydrant gafe valve, and is CP 1607 2-2 Ezliibit B A SL SE-Side.Sewer Replacement Techiiical Special Provisious DIVISION 2i EARTHWORK refundable if returned in acceptable condition. When the meter, hydrant wrench, and gate valve aie returned in an acceptable condition and all water usage fees have been paid, the $1;965.00 deposit will then be refunded to the applicant. The applicant shall pay a base fee of$46:42 per month and all water usage will be paid by the applicant at the rate of$3.69 per hundred cubic feet. NOTE: These are current 2016 rates and may be revised periodically. The Contractor shall be responsible to contact the City and verify these rates when preparing the b�d. Adjustment of tfiesexates by the City will not 6e the basis for any contract unit price adjustment. The Contractor shall furnish all re:quired equipment and material necessary for transporting the water From the hydrant, including gauges for testing (except the meter, wrench and valve as stated above). 2-07.5 PAYMENT Supplement Payment for"Water" will be considered incidental to the varioiis bid items in the contract; no additional payment will be made. END OF DIVISION 2 CP1607 2-3 Exl�ibit B A St..SE Side Se�ver Replacement Technical Special Provisions DIVISION 3• PRODUCTION FROM OUARRY AND PIT SITES.AND STOGK PILING DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES, APID STOCKPILING 3-Ol PRODUCTION FROM QUARRY AND PIT SITES 3=01.4 CONTRACTOR FURNISHED MATERIAL SOURCES Supplement No so.urce has been provided for any materials necessary for th_e construction of this improvement. If the sources of materials proyided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall make all arrangements for use of the haul routes at po cost to the CiTy. All costs of acquiring, prodtiicing and placing material shall be incidental to the unit Contract prices for the various items involved. END OF DIVISION 3 CP1607 3-1 Ezhi6it B A Sk SE Side Sewer Replacement Tech;nical,$pecial Provisioi�s DIVISION 5: SURFACE TREATMENTS AND PAVEIVIENTS BASES DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS BASES 5-04 HOT MIX ASPHALT 5=04.1 DESCRIPTION 5upplement/Revision Delete the second and third sentence of the first paragraph. Supplement this section as follows: HMA Class 3/8-inch, Class 1/2-inch, and Class 3/4-inch are designated as leveling or w8aring coucses. HMA Class ]-inch is designated as a pavement base course. All mixtures a;e considered dense graded HMA. Where Contract Documents refer to HMA mixes A, B, B Modified, E, F or G, the Contractor shall provide an equivalent PG type mix as indicated in the table below: S ecified Mix E uiva(ent HMA Class A, B, B HMA CI. 1/2-inch PG 64-22 Modified HMA Class E HMA CI. I-inch PG 64-22 HMA Class F HMA Cl. 3/4-inch PG 64-22 HMA Class G HMA CI. 3/8-inch PG 64-22 5-04.2 MATERIALS Supplement/Revision Delete the following item from the list in the first paragraph; Warm Mix Aspl�alt Additive 9-02.3 Delete the fifth paragraph (begins with "The Contractor may use warm mix asphalt''), Siipplement this section as follows: Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-021(6) (Cationic Enmisified Asphalt) and will be used at locations specified, or as directed by the Engineer, and shall 6e applied in accordance with Section 5,04.3(5)A (Preparation of Existing Surfaces). 5-043 CONSTRUCTION REQUIREMENTS 5-043(I) HOT MIX ASPHALT MIXING PLANT Revision The last sentence of item 3 in the numbered list is deleted. 5-043(3) HOT M]X ASPHALT PAVERS Supplement/Revision Replace the first sentence of the seventh para�raph with tlte following: Reference lines for vertical control may be required. This section is supplemented as follows: CP1607 5-I Exhibi[B A St. SE Side Sewer Replacement Technical Special Provisions DIVISION 5:- SURFACE TREATMENTS AND PAVEMENTS.BASES When laying HMA, the paver shall be operated at a uniform forward speed consistent with the plant production rate and roller train capacity to result in a continuous operation. The auger speed and flight gate opening shall be adjusted to coordinate with the operation. 5-043(3)A MATERIAL TRANSFER DEVICENEHICLE Deletion This section is deleted in its entirety. 5-043(5)A PREPARATION OF EXISTING SURFACES SupplemenURevision Replace the fourth paragraph with the following: Unless otherwise approJed by 4he Engineer, the tack coat shall be CSS-lh emulsified asphalt. THe CSS-Ih emulsified asphalt may be diluted with water at a �ate not to exceed one part water to one part emulsified asphalt. Tfie emulsified asphalt shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. This sectiou is supple.mented as follows: The Contractor shall remove existing pavement markers and lane markers as specified in Section 2-023(6) (Remove Raised Pavement NIarkers) of this document. The Contractor shall re�nove existing plastic markings as specified in Section 8-22.4 (IVleasurement) of(his document. 5-043(7)A MIX DESIGN Replacement (March 1Ol Q Ci_ty of Auburn) Delete this section and replace it with the following; 5:-043(7)Ai GENERAL Prior to tlte production of HMA, the Contractor shall determine a desigp aggregate structure and aspha(t binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Cohtractor shall submit the HMA mix design op DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) (HMA Test Requirements) and 9- 03.8(6) (HMA Proportion of Materials). HMA accepted liy nonstatistical evaluation requires a mix design veriFication. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is reqiiired. In no case sfiall the paving begin before the determin�tion of aiiti-strip requirements has been made. Anti-strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accorclance with WSDOT TM 718. c. Historical aggi•egate source anti-strip use provided �y WSDOT. For commercial HMA, aggreg�te shall meet tlie reqiiirements of Section 9-03.8 (Aggregltes for Hot Mix Asphllt) for HMA Class '/2-incli and asphalt binder shall meet the requirements of Section 9-02.1(4) (Perfoi•ml�ice Graded Asphatt Binder) for PG 64-22. CPI607 5-2 Exhibit B A SL SE Side Sewer Replacemen[ Technical Special Provisioqs DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Engineer and may be made per Section 9-03.8(7) (HMA Tole�ances and Adjustments). 5-043(7)A2 MIX DESIGN VERIFICATION Verification shall be accomplished by one of the following processes: a. The Contractor shall submit samples to WSDOT State Materials Lab for WSDOT verification testing in accocdance with WSDOT Standard Specifications. All costs associated with providing, submitting, apd testing the samples shall be included in the unit contract price for the associated FiMA. b. Reference a mix design that has been verified by the WSDOT State Materials Lab on a previous project. c. Reference a mix design that has been verified by the City of Auburn on a previous project in accordance with section 5-043(7)A3 (Field Ve"rification Testing Process) d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on tlie original mix design. 5-04,3(9) SPREADING AND FINISHING Revision7Supplement Replace the last sentence of the first paragraph with the following: Unless otherwise directed by the Engineer or specified in the Plans or in these Special Prouisions, the nominal compacted depth of any layer of any course shall not exceed the following depths: This section is suppleme�i[ed as follows: I�� all instances, wearing courses of 3 inches or greater shall be created iisi��g a maximiirim deptli of 1 'h-inch liffs. 5-043(10) COMPACTION 5-04.3(]0)A GENERAL Revision/Supplement Replace the second sentence of the first paragraph with the following: The completed coiirse shall be free from ridges, riits, humps, depressions, objectionable marks, checking, cracking, or irregularities aiid shall copfoi•m to the line, grade, and cross- section shown in the Plans or as established by the Engineer. This section is supplemented as follows: All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. CP1607 5-3 Exhibit B A St. SE Side Sewer Replacement Technical Special Provisioi�s DIVISION.S: SURFACE TREATMENTS AND PAVEMENTS BASES � 5;043(10)B1 GENERAL Revision The tHird sentence of the second paragraph is replaced with the following: The sublot locations within each density lot will be deterinined at the discretion of the Engineer or by a representative from the outside testing lab hired by the City. 5-043(10)B4 TSSTRESULTS Revision Replace the first sentence of the first paragraph with the following: The nuclear moisture-density gauge results of all compaction acceptance testing and the CPF for each lot will be available to the Contractor within two working days after the results are received from the outside testing lab hired by the City. 5-04:3(12)B LONGITUDINAL JOINTS Revision Replace the second paragraph including the numbered list with the following; If a hot-lap joint is allowed, two paving machines shall be used; a miriimqin compacted density in accordance with Section 5-04.3(10)B (Control) shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted HMA. 5-04.3(12)C ASPHALT CONCRETE PAVEMENT BUTT 70INTS New Section The Contractor shall provicle butt joints where the new asphalt concrete pavement meets the existing pavement as shown on the Plans or as directed by the Engineer in a manner to produce a smooth riding connection to the existing pavemgnt. The depth of butt joint required shall be determined by the depth of new asphalt concrete pavementspecified on the Plans, but not less than 2 inches. The surface elevation of new and existing Asphalt Concrete Pavement shall be the same at all butt joints. All asphalt concrete joints shlll be sealed with asphalt binder PG 64-22 per Section 9-02 (Bituminous Materials) or as directed by the Enginee�. 5-043(l4) PLANING BITUMINOUS PAVEMENT Suppleinent Planing of the existing pavement shall provide a siii•face that is slightly grooved or roughened to ensure a bonci to tl�e ACP. The full depth beginninp and end of each lane of plai�ing sliall be squared-off to form a uniform, transverse joint. The Contractor shall provide for safe vehicle trTvel ouer existing manholes; valve boxes, catch basins, etc., for planed areas opened to traffic. Before opening the roadway to traffic, any delaminating of the pianed asphalt surface shall be reinoyeil and tlie resulting tioles patched with incidental HMA. Aiso, the s�irface sliall be cleaned by sweeping to remove dust and foreign matte"r. Planing tailings may be used as trench backfill. They may also be used as criislled surfaciiig when mixed with Crushed Surfacing per Section 9-039(3) (Cruslied Siu•facing) per Section 4-043(3) (Mixing). CP I 607 5-4 Exhibit B A S[. SE Side Sewer Replacement Teclmical Special Proyisioqs DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES 5-04:3(17) PAVING UNDER TR4FFIC Revision Replace the first two sentences of the first pazagraph with the following: The Contractor shall keep intersections open to traffic at all times except when paving an intersection or paving across an intersection. During such time, and provided that there has been an advance waming to the public,the intersection may be closed for the minimum time required to place and compact the HMA. Replace the second paragraph with the following: Before closing a road, advance warning signs shall be placed and signs shall also be placed marking the detour or altemate route. The Contractor shall submit Traffic Control Plans for review and approval to the Engineer at least two (2) working days prior to any apticipated lane orroad closure. 5-04.5 MEASUREMENT Revision Replace the first sentence of the first paragraph with the following: HMA CI. %:-inch PG 64-22 will be measured by the ton in accordance with Section 1-09.2 (Weighing Equipment), with no deduction being made for the weight of asphalt binder, blending sand, mineral filler,or any other component of the HMA. Delete the fourth paragraph. Delete the ninth paragraph. 5-04.5 PAYMENT SupplecnenURevision Suppiement this section with the following: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are incliided in the proposal: HMA CI. 1/2-inch PG 64-22 (Class B) Per Ton Planin Bituminous Pavement Per S uare Yard Replace the eleventh paragraph with the following: The imi[ contract price for "Planing Bituminous Pavement'' shall be full pay for all costs incurred to perform the Work described in Section 5-04.2(14 (PLANING BITUM[NOUS PAVEMENT) to constri�ct 6irttjoints, grind and to prepare for a 2-inch overlay treatment as specified in the Plan. The small patch of asphalt pavement replacement of approximately 4ft x 4ft where the existing cleanout is to be removed will be paid for as"HMA CI. 1/2-inch PG 64-22" All costs associated with providing, piacing, and sealing new joints in the asphalt conc�ete shall be considered incidental to the unit Contract price for"HMA CI. 1/2-inch PG 64-22" . Supplement the eighth paragraph (begins with "Asphalt for Fog Seal" with the following: CP 1607 5-5 Exhibit B A St. SE Side Sewer Replacement Technical Specia]Provisions DIVISION 5: SURFACE TREATMENTS.AND PAVEMENTS.BASES If there is no bid item in jhe proposal for"Asphalt for Fog Seal" and a fog seal is requiied, it shall be applied and the work shall be included in the unit c.ontrac.t prices of the other work items. Replac.e the nipth paragraph (begins with"Longitudinal Joint Seal" with the followipg: i Longitudinal Joint Seals between the HMA and cement coqcrete pavement will be incidental to other items oFwork. � Replace the fourteenth paragraph (begins with "Anti=Stripping Additive" with the following: I All costs associated with obfaining, providing and mixing the "Anti-Stripping Additive" in accordance with Sectiorj 5-043(7)A (Mix Design) shall be included in the unit confract price per ton of the HMA. 5-04:5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS Revision Delete the fourth sentence of the first paragraph. 5-04.5(I)A PRICE ADNSTMENTS FOR QUALITY OF HMA MIXTURE Replacement (March 10, 2010 APYVA GSP) Delete this section and replace with the follo�ving: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 iising the following price adjustment factors: Table of Price Ad'usfinent Factors Constituent FacEor"f"__ All a re ate assing: I %z", 1", '/<", %:", 3/8" and No. 4 sieves 2 AII a re ate assin No. 8 IS All a re ate. assin No. 200 sieve 2� As halt binder 52 A pay ftictor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA nnd for the asphalt binder. L Nonstatistical Evaluation. Each lot of HMA prodiiced under Nonstatisical Evaluation and havin� all constituents falling withiii the tolerance limits of the job iitix formula shafl be accepted at the unit contract price with no further evaluation. When one or more co�istituents fall outside the nonstatistical acceptance tolerance li�nits in Section 9-03.8(7);the lot shall be evaliiated iii accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits �vill be iised in the calculation ofthe CPF and the maximum CPF shall be 1.00. Witen less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. CP 1 G07 5-G Ezliibit B A St. SE�Side Sewer Replacement Technical Special Provisions DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES 2. Commercial Evaluation. ]f sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits ofthe job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to deterniibe the appropriate CPF. The commercial tolerance limits wi(I be used in the calculation of the CPF and the maximum CPF shall _ _. _ . . _ . _ be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calc.ulated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined.. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in tlie lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B PRICE ADJUSTMENTS FOR QUALITY OF HMA COMPACTION Replacement (March 10, 2010 APYVA GSP) Delete this section and replace it with the following: The ma�imum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. Tlie Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. END OF DIVISION 5 CP I G07 5-7 Exhibit B A St. SE�Side Sewer Replacement Technical Special Provisions DIVISION 7• DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS.AND CONDUITS DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER MAINS AND CONDUITS 7-Ol DRAINS 7-01.2 MATERIALS Replacement Replace the first two paragraphs after the list of materials with the following": All drain pipe shall be manufactured of polyvinyl chloride meeting the reRuirements of Section 9-05.12 (Polyvinyl Chloride (PVC) Pipe). 7-013 CONSTRUCTION REQUIREMENTS Supplement PVC drain pipe shall be used to connect existing roof drains and downspouts under the sidewalk and through the curb, and o.utfall to the roadway drainage system. The amount of pipe shown in the proposal is approximate and provided for bidding purposes only. Wherever a drain pipe trench is located in the roadway, sidewalk, or other area whece minor settlement would be detciriienta] aqd where the Engineer determines that the native material is not suifable for backfill, the trench shall be backfilled per trench detail showa in the Standard Detail Traffic-02 in Exhibit D (Standard Details) as directed by the Engineer. 7-01.5 PAYMENT Replacement Payment will be macle in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items; PVC Drain Pi e—4 inch Diam. Per LinearFoot The unit contract price for"PVC Drain Pip.e -4 incl7 Diam."per each linear foot shall be full pay for all work to complete the installation including structure ezcavation, furnishing and installation of bedding and backfill, and connecting the new pipe to the existing downspout to outfall into the gutter: 9-OS MANHOLES, INLETS,CATCH BASINS,AND DRYWELLS 7-05.1 DESCRIPTION Replacement This work shall consist of connecting to existing structures of the types and sizes desig'nated in accordance with the Plans, all provisions ofthe Specificatioiis, ancl the $taiidard Plaiis, in confonnity with the lines and grades staked. 7-05.2 MATERIALS Supplement The Contractor shall h;ave adequate product on hlnd to seal any field modifications to sanitary sewer manl�oles. CPIG07 7-I Exhibit B A SF. SE Side Sewer Replacement Teclmical Special Provisions DIVISION 7: DRAINAGE STRUCTURES. STORM SEWERS.SANITARY SEWERS,WATER MAINS.AND GONDUITS 7-053(3) CONNECTIONS TO EXISTING IVIANHOLES Supplement Where shown in the plans or as directed by the Engineer, new side sewer line shall be eictendedTo connect to an existipg manhole. 7-053(5) CHANNELS FOR MANHOLES New Section Channels for manholes shall be made to conform accurately to the sewer grade, and shall be brought together smoothly with well-rounded junctions. Channel sides shall be carried up vertically to the crown elevation of the various pipe.s, and the conccete shelf between channels shal( be smoothly finished and warped evenly with slopes to drain in accordance with WSDOT Standard Plans No. B-15.20-01. Channels For manholes shall be constructed with non-shrinking mortar. Mortar shall be composed of approximately one part Type II Portland Cement, 1%z to 2 parts sand, and 2 to 3 fluid ounces of water-reducing retarder per sack of cement. Sand, cement, and water shall be as specified for conciete. Water-reducing retarder shall meet ASTM C494 specification for chemical admixture for concrete. 7-05:5 PAYMENT Supplement Payment ivill be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Connect to Existin Manhole Per Each The unit contract prices per each for "Connect to Existing Manhole" shall be full pay for all work to complete the connection including all materials, labor, and equipment to extend the new pipe, connect to the existing structure, and rechannel the manhole. 7-OS GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.1 DESCRIPTION Replacement This infonnation shall cover the general requirements for abandoning existing side sewer ai�d removing sewer cleanout. The Contractor shall also follow all provisions of 7-17 (Sanitary Sewers) as it applies to the specific kind of work. 7-08.2 MATERIALS Replace,ment Imported bedcling, backfill a�id foundation iriaterials shall meet the requirements of the following sections: Bedding Materials and Select Trench 9-039(3) (Crushed Surfacing) Backfill Foundation Material 9-03.17 (Foiindation Material, Class A) Imported Pipe Trench Backfill 9-03.19 (Bank Run Gravel for Trencli Backf Il) 9-0314(1) (Gravel Borrow) CP1607 7-2 Exhibit B A St SE Side Sewer Replacement Tecfinical5pecial Provisions DIVISION 7• DRAINAGE STRUCT.URES,STORM SEWERS. SANITARY SEWERS WATER MAINS.AND CONDUITS 7-083 CONSTRUCTION REQUIREMENTS Supplement All pipe shall be installed per the trench detail(s) Traffic,02 in Exhibit D (Standard Details). Remove cleanout to two (2)feet below the surface and patch. 7-083(I) EXCAVATION AND PREPARATION OF TRENCH 7-083(1)A TRENCHES Revision The Second Sentence of the Third Paragraph is deleted and replaced with the following; Abo4e the top of the pipe zone, the Contractor may ovei excavate for L&I considerations in non-critical; off-street areas. Shoririg is required in all street excavations. Shoring is the responsibility of the Contractor and must meet the requirements of Section 2-093(3)D (Shoring and Gofferdams). The First Sentence of the Eighth ParAgraph is deleted and replaced with the following: If any of the excavated (also referred to as native) material meets tlie specifications of material listed in Section 7,08.2 (Materials), the Engineer may require that such material, in . the quantity required, be selectively removed, stockpiled separately, and used as pipe bedding, foundatioii material, or h•ench backfll iustead of the qilantities of pipe bedding, foundation material, or trench backfill respectively. 7-083(1)B SHORING Supplement The �equirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA), Chapter 296=155 WAC, and RCW Chapter 49.17, shall Tpply to all excavation, trenching and ditching operations on this projgct. All trenches four (4) feet and over in depth shall be shored in compliance with applicable Federal and Sfate regulations. Extra Excavation Class B will be allowed only with the approval of the Engineer. 7-08:3(1)C BEDDING THE PIPE Supplement Delete first sente�ice of tlie second paragraph and replace with the following: Pipe beddin� shall be per the trench detail(s) shown on the plans; or shown in Exhibit D (Standard Detlils), or�s clirecteci by the Enoineer. 7-083(2)B PIPE LAYING - GENERAL Supplement The Contractor shall use neat, vertical full-depth saw cuts for trenching throuoh existing asphalt or cement concrete pavement siirfaced areas. All pipe shall be neatly cut using an approved mechanical cutter withoirt causing ciamage to the pipe. CPI607 7-3 Exhi6it B A St. SE Side Sewer Replacement Technical Special Provisions DIVISION 7: DRAINAGE STRUCTURES. STORM SEWERS. SANITARY SEWERS. WATER MAINS. AND CONDUITS 7-083(3) BACKFILLING Supplement Unless otherwise shown in the plans "Select Pipe Trench Backfiil" shall be used where trenches are excavated across existing paved streets. Unless otherwise shown in the plans "Controlled Density Fill" shall be used where trenches are transverse to major arterial roadways. The Engineer may require "Controlled Density Fill" where imiform compaction around other utilities, foundations or other fixed objects is ❑ot possible. 7-0.8.3(3)A VERTICAL CLEARANCE BETWEEN UTILITY LINES New Section Where the vertical clearance between adjacent stoim drainage lines, water or sanitary sewer lines is 2 inches to 6 inches a pipe mitigation measure is req�iired between tlie two pipes as directed by the Engineec, which may include a cushion of crushed rock or controlled density fll. All costs necessary to furriish and �nstall the pad shall be considered incidental to pipe laying. 7-083(5) PIPE TRENCH RESTORATION New Section Trenches excavated as part of a new street construction shall be completed to subgrade before placing surfacing materials and sidewalks. Final restoration will be completed with the street surfacing. In existing streets, sidewalks and other native or landscaped areas, the restoration shall be to a minimum of the existing adjacent surfaces. Asphalt and cement concrete pavement, sidewalks, etc., shall be replaced upon a firm unyielding base to match existing surface thickness as directed by the Engineer. The miriimum asphalt concrete pavement repair section shall be 2 inches thick. 7-08.4 MEASUREMENT Supplement "Controlled Density Fill (CDF) for Filling Pipe" will be measured by the cubic yard. 7-08.5 PAYMENT Replacement Paymen[ will be made in accordance with Section 1-04.1 (]ntent of the Contrac[) for the following bid items: Controlled Densit Fill (CDF) for Fillin Pi e Per Cubic Yard The unit contract price for "Controlled Density Fill (CDF) for Filfing Pipe" shall include all costs associated �vith furnishing and placing the material; 117CILICIII1a labor and ec�uipment. All costs associated with trencliing, installing bedding and backfill materials within a trench, disposal of surplus trench excavatioi�, general pipe installation work including "Nonnal Trench Dewatering," plugs and connections, and plugging existing pipes for abandomnent shall be included in the unit contract price for the type and size of pipe ipstalled including side sewers. CPl G07 7-4 Ezfiibit B A SL SE Side Sewer Replacement Technical Special Provisions DIVISION 7• DRAINAGE STRUCTURES, STORM SEWERS. SANITARY SEWERS WATER MAINS.AND CONDUITS Payment for pipe trench restoration will be made �inder the applicable items listed in the Proposal Form. If no pay items for the materials required for the trench restoration are included in the bid proposal, pipe trench restoration shall be included id the unit contract price for the type and size of pipe installed. 7-18 SERVICE CONNECTIONS 7-15:2 MATERIALS Supplement Meter Bozes 9-:�0.6(7) (Meter Boices) Meter boxes will be fumished and provided to the Contractor by the City 7-153 CONSTRUCTION REQUIREMENTS Supplement $upplement this section with the following: 7-15.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following 6id items: WaterMeter Box Re lacement Per Each _ The iinit contract price for each"Water Meter Box Replacement" shall be per each, in place, and shall be full compensation for all laboi•, equipment and materials necessary to remove and dispose ofthe existing water meter box and replace with the City-provided water meter box and adjust to final grade. 7-18 SIDE SEWERS 7-18.3 CONSTRUCTION REQUIRCMENTS Supplement The installation of side sewer will require protecting in place and holding of the existin� electrical vault and water meters. 7-183(1) GENERAL Supplement Side sewers shall be connected where shown on the plans or directed by the Engineer. Ali joints shall be approved rubbec-gasketed joints, unless otherwise specified. Side sewe�s shall be installed at a constant slope as much as possible with a minimiim slope of two percent or as shown on the plans unless otherwise directed by the Engineer. Existing side sewers to be connected shall be trinimed to the limit of the right-of-way except where otherwise shown on tlie plans aiid connected to the new sewer with PVC SDR-35 with a diaineter to match the existing side sewer. CP 1 G07 7-5 Exfiibit B A SL SE Side Sewer Replacemen[ Technical Special Provisions DIVISION 7: DRAINAGE.STRUCTURES. STORM SEWERS. SANITARY SEWERS:WATER MAINS,AND-CONDUITS All side sewers shall be pressure tested prior to acceptance. All sewer service shall not be interrupted by construction activities. The Contractor shall be responsible for verifying all City customers originally connected to the sanitary sewer c:onveyance line are connected to the new sanitary sewer conveyance line. Prior to project completion the Contractorshall document to the City that all City customers have had their services re-established. All pipes for side sewer and sewer sti�bs (pipes not ending in a manhole) sHall be adequately plugged or capped as dicected by the Engineer. 7-18.4 MEASUREMENT Supplement Measurement for" inch Diam. PVC Side Sewer with inch Diam. PVC CleanouY'will be measured horizontally by the linear foot from tlie main through the cleanout wye and to the connection point to the existing private service line. The length of standpipe for the Cleanout will not be measured and shall be considered incidental to this bid item. 7-18.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: 6 inch Diam. PVC Side Sewer with 6 inch Diam. PVC Cleanout Per Linear Foot 4 inch Diam. PVC Side Sewer with 4 inch Diam. PVC Cleanout PerLinear Foot The unit contract price per linear foot for " incl� Diam. PVC Side Sewer with inch Diam. PVC CleanouY' shall be full pay for installation, fumishing, and assembling ip place tlte completed side sewer installation including alf PVC cleanouts, connections, plugging, capping, trenching, bedding and select trench blckfill material, and the completion of the installation to the required lines and grades associated with the sanitary sewer copveyance line ns shown in Standard Detail SEWER-02 in Exhibit D (Standard Details). The unit contract price shall also include the removal and disposal of existing sanitary side sewer pipe that are 6 inches or smaller; and protecting in place and holding of existing water meters and electrical vault. All costs for connecting, plugging and capping existing side sewers associated with th'e new sanitary sewer conveyance line shal( be incidental to the unit contract prices for the varioqs items involved. END OF DIVISION 7 CP 1607 7-6 Exhibit B A St. SE Side Sewer Replacement Technical Special Provisions DIVISION 8: MISCELLANEOUS CONSTRUCTION DIVISION S MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 DESCRIPTION Supplement The Gontractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system. Measures shall be in accordance with and conforin to the City of Auburn Design Manual and these Special Provisions. The Contractor shall construct 1ll necessary elements and provide other necessary materials; labor;and equipment. Exposed slopes and excavations shall be protected. The Contractor shall maintain and clean the facilities until final restoration has been placed and acc.epted. The Contracto�shall have adequate materials on the site fo respond to weather changes and shall modify tlie system to accommodate seasonal changes. 8-01,3(1)A SUBMITTALS Supplement/Revision The Contractor shall prepare a TESC plan and submit it to the Engineer forapproval prior to beginning constniction, The TESC plan shall cover all areas the Contractor's work may affect both insiife and outside the project limits. The Contractor shall allow at least 5-working days for the Engineer to review any original or re4ised TESC Plan. Failure to approve all or parf of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8-01.5 PAYMENT Supplement/Revision Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: InletProtection Per Each Preparation of the TESC plan and implementation of the TESC measures beyond those shown in the Contract Plan shall be considered incidental to the contract anci no separate compensation shall be made. 5-04 CURBS, GUTTERS AND SPILLWAYS 5-04,3(I) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS Supplement "Cement Coacrete Traffic Ciirb and Gutter" shall be constructed in accordance with WSDOT Standard Plan No. F-10:12-03. The top of the curb shall ha4e a 6 iiich rise alioye tlie gutter line. When slip-form equipment is used to place the ciii•b and gutter, the concrete mix design may be modified as follows: The Grade No. 2 coarse aggregate (1%z inch minus) may be �`eplaced by Grade No. 5 coarse ag�regate (1 inch minus) when required to accommodate the equipment. CP 1607 8-1 EzhibitB A St. SE Side Sewer Replacemeut Technical Special��Provisions DIVISION 8: MISCELLANEOUS CONSTRUCTION The fourth pazagraph of Section 8-043(l) (Cement Concrete Curbs, Gutters, And Spillways)shall be deleted and replaced with the following: Joints in the curb and gutter shall be spaced to match joints in the abutting driveways and sidewalks or cement concrete pavement. All expansion/through joints shall extend entirely through the curb and gutter section. Ma7cimum joint spacing shall be as follows: A. '/< inch expansion/through joints at 20-foot maximum spacing, or 3/8-inch expansion/through joints at 10-foot maximum spacing; B. 1/8 inch x 1 inch deep saw cut or scored joints per Standard Specification 8- 043(1) (Cement Concrete Cu�bs, Gutters, and Spillways) at intervening 10- foot maximum spacing. 8-04.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Ceinent Concrete Traffic Cuib and Gutter Per Linear Foot The unit contract price per linear foot for `Cement Concrete Traffic Curb and Giitter' shall be full pay for all work, materials, and labor to construct the curb and gutter, including all costs to maintain connectivity of the new downspout drain outfall tHrough the curb. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 DESCRIPTION Replacement This work shall consist of constniction of cement concrete sidewalks in accordance with these Specifications, and the Contract Plans of this document, or as directed by the Engineer. 8-14.2 MATERIALS Supplement Materials shall also meet the requirements of the following sections: Reinforcing Steel 9-07 The concrete for sidew�lks sliall b.e air entrained concrete Class 3000 in accordance �vith the requirements of Sectioi� 6-02 (Concrete Structtu�es). 8-14.3 CONSTRUCTION REQUIREMENTS 8-143(1) EXCAVATION Supplement Excavation for sidewalk shall be in accordance with Section 2-03, (Roadway Excavajion and Emb"ankment). CPl G07 8-2 Exhibit B A St. SE Side Sewer Replacement Technical Special Provisioi�s DIVISION 8:. __ MISCELLANEOUS CONSTRUCTION. Embankments shall be compacted by Method B as specified in Section 2-033(l4)C (Compacting Earth Embankments). Approved tampersshall be used in areas inaccessible to normal compaction equipment. The subgrade shall be graded to within 1 inch of established grade and the area between the sidewalk and the adjacent private property line shall be shaped to line, g"rade, and section shown on the plans before tlie forms are set. 8-143(2) FORMS Suppiement Low areas in the subgrade shall be backfilled with select materials or suitable native material as dicected by the Engineer and the backfill shall then be compacted to the satisfaction of the Engineer. All high aceas in the subgrade shali be cut down to meet the subgrade requirements. 8-14,3(3j PLACING AND FINISHING CONCRETE Revision/Supplement This section is supplemented as follows: Through joints and dummy joints shall be located and constructed in accordance with Standard Details No. TRAFFIC-24 (CommerciaUIndiistria( Sidewalk without Planter Strip) in Exhibit D (Standard Details) of this document. Duicimy joints sh:all be formed by first cutting a groove in the conc�ete with a tee bar of a depth equal to, but not greater than the joint filler material, and then working thepre-molded joint filler into the groove, Pre-molded joint fifler for both through and dumcny joints shall b.e positioned in tn�e alignment at right angles to the line of t(ie sidewalk. and be normal to and flush with the surface. Wliere the sidewalk will be contiguouswith the curb, itshall be consfructed with a thickened edge as shown on the Standard Defail No. TRAFFIG24 (CommerciaVIndustrial Sidewalk without Planter Strip). Joints shall be edged ivith a '/a inch radius edger and the sidewalk edges shall be edged with a %z inch iad.ius edger. The surface of the sidewalks sliall be lirushed with a fiber hair brush of an approved type in a transverse clirection except that at driveway and alley crossings it sh_all b"e brushed lon�itudinally. 8-14.3(4) CURING Replacement Concrete sidewalks shall be cured per methocis described in Section 5-0�3(l3) (Curing), with the following exceptions if the curing compound method is used: • The Contractor shall use Type I clear cqring compound per Section 9-23 (Concrete Curiiig Materills and Admixhires). • The Contractor shall not use white pigmented curing compound. • The curing agent shall be applied immediately after brushing and be maintainecl for a period of 5 calendar days. CP1607 8-3 Exhiliit B A St. SE Side Sewer Replacement Tecfinical SpecialProvisioits DIVISION 8: MISCELLANEOUS CONSTRUCTION The Contractor shall have readily available sufficient protective covering, siich as waterproof paper or plastic membrane, to cover the pour of an entire day in event of rain or other unsuitable weather. Additional requirements for curing in hot weather shall be as follows: In periods of low humidity, drying winds, or high temperatures, a fog spray shall be applied to concrete after placement as soon as conditions wanant to prevent the formation of shrinkage cracks. The spray shal( be continued until conditions permit the application of liquid curing membrane or other curing media. The Engineer shall make the decision when the use of a fog spray is necessary. Additional requirements for curing in cold weather shall be as outlined in Section 5-053(14) (Cold Weather Work). 8-14.4 MEASUREMENT Supplement Measurement for "Cement Concrete Sidewalk" will be by the square yard of finished surface, excluding the cement concrete curb and gutter area: 8-14:5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Cement Concrete Sidewalk Per S uare Yard The unit contract price per square yard for"Cement Concrete Sidewalk" shall be full pay for all work to complete the installation including subgrade preparation and thickened edges where identified. Payment for cement concrete curb and gutter will be in accordance with the provisions of Section 8-04 (Curbs, Gutters, and Spillways). Payment for water will be in accordance with the provisions of S.ection 2-07 (Watering). END OF DIVISION 8 CP 1607 S-4 Exhibit B A St. SE.Side Sewer Replacement Technical Special Provisions DIVISION 9: MATERIALS DIVISION 9 MATERIALS 9-03.8(7) HMA TOLERANCES AND ADJUSTMENTS Revision Item 1 isdeleted and replaced with: (May 25, 2006 APWA GSP) 1. Job Mix Fo�mula Tolerances.. After the JMF is determined as required in 5- 043(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1",'/e", %x"; and 3/8" sieves ±6% ±g% U.S:No. 4 sieve ±6% ±8% U.S.No. 8 sieve ±6% ±8% U.S.No. 200 sieve �.0% �.0% Asphalt Binder ±0,5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1=06.2. The tolerance limit for aggregate shall not exceed the limits of the coritrol points section, except the tolerance limits for sieves designated as 1-00% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control poinfs. END OF DIVISION 9 Printed on: 3/21/2016 9:33 AM CP I G07 9-1 Exhibit B A St. S&SiAe SewerReplacement Tecliiiical'Special Provisions i �� � , � i I �SEYIERNOlE3 ' I� �� ; I . .i I Oi m[a�piart. � � '�I � - I � I �i wvoamiavu[Mom�x I � � � �-�I I ' � Sm �m�wa�mmearulml � I I. u¢wxw�af Of�'FW�NlAN'th. i � � f O6FMNSNPNEIA(dRV1NRB16 �CfI1.Nf I�N'.INXI WAO VIR� �mppY q OICi VGM1 Y Y[IYfR �� .I I _� � Os wRv'f f xo f W moi I4u4 s�eis —'I-- '— r �x rou�ua mwm oo�a�na ro�on . � — r �� � Ii ��tr �erv-�-<n' � _" - F"' � aznmi.wwoavmwam i � � � � � � s"�� � F � �m�wo�s�ao.s�it�xr� ro'�icvu I I ` � I "�'i I rt1 tllMoh I I �'� �I I �mx minclu o�an�au,m�x�o� � I ^ ' � I I FIlY�MI6[A➢CIR110MCOIML �� , I � 0�¢fAPSY.YUM£ImtwflLwY[ �W �. II I A�[If�f�4II ve.wst � � � I � �i mc[�+O��RffiY[tl�E�xsrms � ;,i 1 u u aittm n�uomi ( .; ¢ I au��niix=� � Owvfi�ca�-a I I Oi ErMlfw?ma. � Ik111NA ul��..,l���l� I .YO4M/.5010.WOIf9�1 I ' G 1M 361U '"-�- '^"n �� �� r. I � yn �II � fI51K.J2 O��M�����r` }i� � G139�tY1.91 � �������m� i I f lIIJL MO RpI¢M1G 1[1FX R il � � I ' �I� I �IASI�GVW�ONIFYIIIMKlM04M1¢Im i � I 7 I L I� I M WQ. !( t i h~':: � ��f.�� �� � I I I � I . ' r.l I O aMirR �Siw 4�mYu�a�� i ._- e nbixu �� I L � r I IEGEND .. � I t. `_ � ; I E 1394P)18fi ,.' • I � �� ' � �m I i� � � ._.LINY[ , �� ' It �IStl1 " p � - - EIP�]T.SI I �' � I . WR61.91V11M'kIQf9OYM . . If I . )]IF � MD161B�1R ._ f� . ENIINI]V.n � [' E�.Sti3LK-�L _.. _..� �• pYPfR.1� .._� .. - .._ � ' . x P� so - f ��IYIWImF6Y1qdIYBK� - —• � ` �� �- r:,— I) I..,—r� � .—I - 1 r " w s is ._." _ i II I •.r j � -. � _.'__—_ � avuw� KI � .. 1 i IISY ��a � I I/ M1 ,'I � '. 11%W.18 ❑ u�w uv� SURVEYDATA ._ � � v c � _= e �zs�azas II _' _ I � ! i I E i%�nlSm / � ' �um ' I � !m)IfY 1 r+• : —s �m�av nwwe � VN�ac..w..xr.�u��m,..w�.......:.....eu ' �r I_ I r.i��w.n �1 I.. �'_. . � .,. —m Y �� � A PL SE - a� � k « � ��. � � �i `�� _ - �� �i � - �.� art'�ivrt nwoens c u.w .i si.��s mrn a n a.m �PI�AN ���) �E�WMMSf.M�G�161Y,Y'J.g451M0 MID�S�4MAAl1� \�J/ ga+:'n w+.m.a-ooaz aw.re w.nwr..� a s t� y wmacna o m omam s:w msr s+u.onm-i na M1ear�mtin�an� ,q usr.lo-w�wo.a[uv.v-nw 2u£W fE£T wioi g N, o,,, �-. a�: AST.SESIDESEWERREPLACEAIENT �" � o.. ..c¢aEa...m�wm .n..w CP1607 „���� m "'� d' cornMUNmD�LOPM� CRVOFAUBURN m..�. {g �j� ca. . "� M m�� ACITYOf f-� • qqpPUBLICWORKS �o-�s }°pF � �E, H.�..�o �� (�T' ��y1,, 25WeetMaMSbeM. SANITARVSEWERPLAN ��p 2y 6@� a��� � `� i�/ ' Aubum,WesM1mgmn US10t � P g� � � WASHINGTON EXHIBIT�C t sm t Ey p Z.�� � Sn 4 v 1 ii EX�IIBIT `D' STANDARD DETAILS � _� < o � � � D tyS-�:y. c �+` � � W , ., c 5�, stxFx 'o! .� �Oy > �g9, Z ''R,E,»l� ( � i �—VARY D � � -I --- •---�----' � �--L�"'---------- �.� �t .'I � f1G�—� '"_., ��v,--r�\ ZM � °. �� � CAST IRON r"i'1�_'':� I': I � �:.. I; RING AND LID —/"-I � � �. ( ,�PACK Wihl i �— 0 �rnorauo.y— GRAVEL � � �.v� � `�D � � � h" 75" DIA. PVC 0� � z I . .I acrc� aiiir._ A I '. I W �b� � 1 DUCTILE IRON i NON-GASKETED � �PVC CAP � I ,. I n ���+�•, � 45' BEND �`T 4"/6" DIA. PVC � � '�� g ;Z'< GASKETED � � L O 14" SWEEPING WYE \ r � � ,�� � Ar. 19.._� _ �\� _ I L°- - � J � _ _, Q_�-;�__.__�CI�� if_�� ,4 D� � -- � " _._ �;.,'. o '� '='; �CONNEC7ION A �,.�,; TO BUILOING � �� 4"/6" DIA. PVC PLUMBING o -',(i o - 2% MIN. SLOPE m D ;� '' 4"/6" DIA. PVC P f,. 2% MIN. SIOPE --1---- SURFACE SEAL AT MATCH t1NE SHALL BE AR-4000. 'fYPICAL REPLACE EXIST. ASPHALT THICKNESS IN KIND (MIN. SAW CUT tY MIN. FROM EDGE OF 2' HMA CL 8) OF TRENCH EXCAVATION, OR AS DIRECTED 81' THE ENGINEER, OR AS SHOWN ON THE PLANS. EXIST. SiREEi SEC'TION ; ° . . D • v COMPACTED SUBGRADE v APPIY ASPHALT EMULSION (C55-1) . p . � OR APPROVEO EQUAL TO THE , �� I y EN'fIRE EDGE dc THE FULL DEPTH , • , ' . m OF THE CUT, IMMEOIATELY BEFORE RESURFACING � DP o m PIPE TRENCH BACKFlLL. BEODING, AND . o SURFACING SHALL BE CRUSHED SURFACING p TOP COURSE PER SECTION 9-03.9 3), � w OR CONTROLLED bENSiN FlLL (CDFS � PER SECTION 2-09.3(1)E WHERE REQUIRED AND/OR AS OIRECTED BY o � THE ENGINEER I � PIPE FOUNDATION MATERIAL PER . 5' SECTION 8-03.17 (FOUNDATION � MATER�AL, CLA55 A) WHERE DIRECTED BY THE ENGINEER. 12" MIN. MAl(IMUM WIDTH SHALL BE IN ACCORDANCE WfTH THE FOI.LOWING SECTIONS OF THE STANDARD SPECIFlCATIONS: I � 1) WATER - SECTION 7-09.3(�) 2) STORM & SANITARY - �^ SECTION 7-08.3(1)A AND SECTION 2-09.4 NOTE: 1) ALL BACKFlLL SHALL BE COMPACTED TO 957 MAXIMUM DENSRY. 2) THIS DETNL IS USED WHEN TRENCH CROSSES A PAVED ROADWAY, OR WHERE DIRECTED BY THE ENCINEER. 3) DEPTH VARIES, WITH SHORING ANO CRIBBING REQUIRED WHERE TOTAL TRENCH DEPTH MEASURED FROM EXISTING SURFACE GRADE TO BOTTOM OF TRENCH EXCEEDS 48 INCHES, OVER 20 FEET DEEP TRENCHES SHALI BE ENGINEERED. 4) ADDITIONAL OVERLAY BEYOND THE TRENCH LIMITS MAY BE REQUIRED AS DIRECTED BY iHE ENGINEER. APPROVID BY qTY EriCINEIIi: DATE: e++m�'_/ �EET.RIGHT-OF-WAY PIPE TRENCH ,� ' S'� ` dg jp �_�t�'�N BACK FlIl & PAVEMENT RESTORATION v.'A{NINQ�ON CIiY OF AUBURN WA. — D PT. OE .PUBLIG _WORKS" STANDARD DEfAIL: TRAFF7C-02 �3/76"x1-]/2" DUMMY JOINT 10' O.C., MAX. CUT, 1" IN DEPTH, 5' O.C., MAX. R.O.W. � �\ ^�'"�'''' ONT 20EDPCNSION LINE 3" WIDE EOGER FIN�SH � � .10� • , .t0 h � :.;.: s' ro io'—� R.o.w. 3/8"x4" EXPANSION � i LINE JOINT MATERIAL � _ 2% I �. TRAFFlC . �4" THICK BARRIER —+�-18" CONC. SLAB CURB .AND 2" CSTC GUTTER THICKENEO EOGE TO COMPACTED SUITABLE FUI.� DEPTH OF CURB BASE MATERIAL AS SECTION PER NOTE 1 BELOW NQTES: 1) PLACE CEMENT CONCRETE ON COMPACTED SUITABIE BASE, AS PER WSDOT STANDARD SPECIFICATION SECTION 2-Q6.3 AND AS APPROVED BY THE ENGINEER. 2) CEMENT CONCRETE SHALL BE CLASS 3000 AS PER WSDOT STANDARO SPEGIFICATION SEC110N 6-02.3 WITN 59 AIR ENTRAINMENT. 3) INSPECTION REQUIRED FOR FORMS ANO SUB GRADE APPROVAL BEFORE POURWG CONCRETE. 4) DRIVEWAYS SHALL CONFORM TO CITY OF AUBURN STANDARD DETAILS TRAFFIC-07 TO TRAFFIC-11. 5) MATCH JOINTS ON SIDEWALK WITH JOINTS ON THE CURB AT 10' O.C. nP vm BY qtt aGIN�j�: � on� �a=--!./ COMMERCIAL/INDUSTRIAL SIDEWALK �vi ..Y.eC 2 p 13�N �.s „�„„�,,,, VATHOUT PLANTER STRIP CITY OF AUBURN WA. - E-T. OF. P_UBLIC- WORKS. S7ANDARD DETAILi 7RAFFIC-24 � NOTES � ��E��� 1. KnocMu15s1uAlianawelll�kinassd2'mNMumW25'matlmum. m 2 Fwpqealwvanres,seaSbMartlPbn&t0.]0. a � �§ 6 L� . CwCWutAM5110rtsEClWxfAT�1 E�M^����^o" MANHOLE DIMENSION TABLE OUIt NIN. WN. 6U)(IMIIM NININIIY WALL BASE IINOCI(OUT UL4TANCE TXICKNE53 TNKNNE99 91ZE BEM'EEN KNOCKOIRS L IB' 4' 6' 36• B' m 5�' t.5' 8' <Y 8' M�,��, 60' S' e' IB' 9' i� bb b� P�¢fJ5fR1�i5E[*�Ors 61F➢SMNW91 \S. i�6 `�w��,,.w�+�� ilQ�� �� ��� �l�y�! H:1 p y �itpp[o '. &� cwwrtti.wSH[as 'f P��IStia�°�< e°ippl fS�OVAL �',G 4�i�� nEesonawsmmr.i i�ii[ va�w � J—,� ' 1z MANHOLE TYPE 1 � •;CTT .-TT. � g = STANpARD PLAN B-75.20-0� au�e�ciau raa '.� n�r i oF i s�r vesm�e�oaa .wxovcnrmweuuirox SEPAMTEBA9E MfEGpALBASE mrum r�¢wrwimuem PaseoBaNOUdrlil 01-07-72 �M.�.e.��..n...�.+���.....� fACFOGCUI�-J .VI✓uES�STON; --vACFKCWO -'iMEOFCUl�B -�fP[ECfWPB � � �.: " r VMIE$ �-' . B14' 61Tti �VAi1ESfPOb6�1M�i00'�N�- '�I SF£U1Y� ` _ l .• .MAttJTNN1N'.6VAWE ;I IIMF I( �n �1'f�MR.� 5/S , ' VNUE6i t'OH)/ OMSIOEW NNtl pMTCX0.0MWAY_\ �'. / Mp1C11qCM11Av VYI�'1M �'� ���q �Mi<IIPd�PY�Y � /(��. / WiGINORWMV AWF \ `i } ���� AOCE _r i�'�� L�E 1/CWE0. � � / %�..SIOVE IRIIM0.-1 'i � b, t rf?UXIa i 6:� VIIIN: -pq�{Y>Y T�/ 1¢I�W .. PMVNTY M.1WNY� ! �\ /U { / nonu+wr �� �. � "rz. / or :ow'ri..�t / a � � 1�. . �� . �,, � r: ; �r , , . , . . . b� .• • 6 � • • ' 6I � ° b�..., FWSNNRIIGUiR_flP>NAiN(iB '.\I '���.�. I���! O1 M\VFMMHCE-f?IMVNi1GL YI ILZ I t'IQ' �` 1 6 O/' 1. S i LIPATpPoVflVAYEHIMVCE OW4FACE�CEMENTCONCREfE CEMENTCONCRETE �EPRESSEDCURBSECiION TRAFFIC CURB AND GUTTER TRAfFIC CURB ANO GUTTER e*cuxenu�ra uro DRIJflYA1 FMPANLFS 8' : tT11FLR I �-f'OMR 6 CEMEHifANfAEIE NOTE — � CEYENTLOHGEiEqt - CUGBPNAP,LWO&G, � .-n5%uii CoucaEiE R I�z�� � f'Ilp ���Y 1. See Slantlird Plin F-10.10(or CVE EI�d�rsqn aq ' S�flWLLXONPPM VMIESiPCM � . � 0. E��� COOVdCliml01M rs 6 61WIttIPI SDdC iIQ3003VI1E]fU J . , . . �w � � swdacmo�s.n��s�.a.�aswro, . � � ; atlCrtimal mqu¢ements. 1... / MIWIWEMdI£�JOMfIL1EN � `-(MIENMNLEMTOCEIIFN! �. �IM�EYOLMO CONCiFlE 5p:Y1V.R� XJM FlLLER CEMENT:CONCRETEPEDESTRIANCURB CEMENT�CONCRETEPEOESTRIANCUR9 ♦t cvxe ru�ua:uxw'cx AHO�PNEWAYFItIPAMtE9�. S pA'fR�c,�. iKEOFWFB .. �.-FACECf<lq8 eC pFfAS,y/. 9 � y � .YMIESIZTOI{. t -G�CEOFCUPfl S 44fL,.�_P ' � i'� -"'. l �—F�CE W C11P8 _. Q `' V AT{� �' V�RIES �.� . 7 =�y LL � � z � I tplO Y 1' 81T . S ~�RFE CO iIUCT(�� � .T � . A � 4 o � �5 /1 f �1 VS QP10. � O (110. / O •� �i �t'UNIfl. @'OM110. � �t'ON:R. �'511�90. �!.. I / ..�. 'f�f�LISTt�•� �C 1 -f -f i �OV�L �', fl61ONAY� 6i � C�'W'S� •I ��., �ROAbN�Y �— ��}. �11O/dN�Y I1 ,f� j � �L mi. �,� %�..� �i �� oii:oir�i i � � '- `I , CEMENT CONCRETE CUR65 �. i STANDARD PLAH P-10.72-0� 1 W . t , � 1}V' �_!�M � �: 8 W I SIEET 1 OF 15i�Ei . .. . �. '���� �P��JPFOYED FWI WBl�C.14QY � � MyE{/ _Gt�� .�.�nv ..ni �r-- �UA4FACEOCEMENT CEMENTCONCRETE �MIXINTABLECEMENT. ., �,,,e,"„y;;,`��,,,�"�`,,,��,,,,�,,,,,,,,�y, CONCRETETRAFFICCURB TRAFFICCURB CONCRETETRAFFICCURB � CITYOF * ��" * Declaration of Option � For Performance Bond or Additional Retainage * WASHINGTON (Contracts Under$35,000 only) Project No.CP1607, A St, SE Side SewerReplacement Contract No. 16-15 Note: This form must be submitted at the time the Contracto�executes the Contract. The Contractor shall designate the option desired by checking the appropriate space. Nor Tec Construction, Inc. 6319 112t" St. East, #101 Puyallup, WA 98373 The Contractor elects to: ❑ 1. Furnish a perFormance bond in the amount of the #otal contract sum. An executed performance bond on the required sum is included with the executed contract documents. � 2. Have the City retain, in lieu of perFormance bond, fifty percent (50%) of the tofal contract amount for a period of forty-five (45) days after final acceptance or until receipt of all necessary releases from the State Department of Revenue and 4he Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. In choosing Option 2, the Contrac#or agrees that if the Contractor, its heirs, execufors, administra4ors, successors, or assigns shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract, and shall faithfully perform all the provisions of such contract and shall also well and truly perf'orm and fulfll all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that may hereafter be made, at the time and in the manner therein specified, and shall qay all laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such person or persons, or subcontractors, with provisions and supplies for the carrying on ofsuch work, on his or her part, and shall indemnify, defend and hold harmless fhe City of Auburn and its officials, agents, and employees f�om any claim for such paym.enf, then the funds retained in lieu of a performance bond shall be released at the time provided in said Option 2; otherwise, the funds shall be retained until the Contractor fulfills the said obligations. Contractor Signature ��'��'!� Printed Name 1�►� Getr,e,H Title V•I� Date `���3'�� '`����� CERTIFICATE OF LIABILITY INSURANGE �Aa���zo�� THIS CERTIFICATE IS ISSUE� AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE��HOLDER.THIS CERTIFICATE'�OES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED�BY�THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPREBENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. .__— _..___ - - IMPORTANT: If the certi£cate holder is an ADDITIONAL INSURED,tha policy(ies) must 6e endorsed. If$UBROGATION�IS WAIVED�,-subject to the terms and.conditions of the policy,certain policiesmay require an endorsement. A statament on this certificate does not confer dghts to the certificate.holder in lieu of 3uoh endorsemeM(s). � PRODUCER � N p Dardy SwansOn � � Bell Andersoa Agency� Inc. P��NE , (425)291-5200 F� �ais)zsi-sioo No: 600 SW 39th St, Suite 200 EpA�� -,daicys@bell-anderson�:com INSURER S AFFOROING COVERAGE NAIC% Renton WA 98057 INSURERA:West A�rtexican Insurance Com-an 49393_.... INSURED INSURER6:Th@ OHiO Casualt� Insurance Co. 24074 Nor Tec Constsuction, Inc. INSURERC: 6319 .112th St E #101 INSURER�: INSORER E: � Puyallnp. wA 9�8373 INSURERP: COVERAGES CERTIFICATENUMBERiCn1571510604 REVISIONNUMBER: - � -� THISlS:TO"CERTIFY�THAT THE POLICIES OFINSURANCE LISTED BECOW�HAVE BEEN-ISSUED�TO THEINSURED NAMED ABOVE FOR THEPOLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT, 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 DESCRIBE� HEREIN�IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES�.LIMITS SHOWN MAY HAVE BEEN REDUCED BY.PAID CLAIMS. IN9ft 7ypE OF INSURANCE A��� POLICY EFP POLICY E%P. ' TR POLICY NUMBER MMI�OIYYYV MMI�oIY`IYY 11MIT5 .. ._...._.. _. ._._.._. _._. ._ _ X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ .1�000.�000 A CIAIMS�MA�E �R OCCUR �AM ETORE T REMI S a c nce 8 1,000,000 BxW53515896 ]/31/2015 0/31/2016 MEOE%P(Anyonepetson) ..E ISy000 PERSONALBAOVINJURY $ 1pO00y000 GEN'L AGGREGATE LIMIT AGPLIES PER: GENEPAL AGGREGATE $ 2'/000�000 POLICY�jECT O �OC PRO�UGT$-COhIP/OP AGG $ 2/000�000 . .OTHER:_. Fxpense Motl Faclw 1 $ AUTOMOBILE LIABILITY OMBMED SINGLE I.IMIT ' �$ 1�000�000 Ea accident p. ANVAUTO BODILVINJURY�Perperson)� $ ALLOWNED X SCHEDVLE� ppW53515896 7/31/2015 l/31/2016 BODILYINJURY(Paracciaenp $ AUTOS NON-OWNED PROPEftTYDAMAGE X HIREOAUTOS X A�TOS P raccitlenl $ $ X UMORELLALIAB X OCCVR EACHOCCURRENCE 8 2'�000 000 H E%CE55 LIAB CL41M5-MADE AGGREGATE S 2' 000 000 DED X RETENTIONB 10 000 U5053515896 ]/31/2015 9/31/2016 g WORNERSSOMPENSATION PER OTH� ANDEMPLOYERS'LIABILITY Y�N STAT TE ER- _ ANYPROPRIETOfLPNRTNERIEXECUTNE ❑ N�A E.LEACHACCIOENT 9 1 000 000 A OFFIGEftIMEMBER E%CLUDE�P (MantlatorylnNH). BI(W53515896 '//31/2015 '!/31/2016 E.L.OISEASE-EAEMPLOVE $ 1,000 000 I(yes.Eescribauntler, �WA Sto Ga DESCRIPTIONOFOPERATIONSbelow P P) E.L.DISEASE-POLICY.LIMIT $ . 1 000 000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHIClES (ACOR0101,Atltlitiowl Remarks Schetlule,may be attached if more space Is requlretl) - � re: CP1607-A Street SE Side Sewer Replacement The City of Auburn is additional insuxed for general liability, but only if required by written contxact or written agreement pex th�e attached endorsement #CG 8810 0913. .CERTIFICATE HOLDER CANCELLATION � SHOULDANY OF THEABOVE�ESCRIBED POLICIES BE CANCELLED BEFORE Cit.y o£ Aubui'n THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 25 West Main St ACCORDANCE WITH THE POLICY PROVISIONS. Auburn, WA 98001 AUTHORI2E0 REPRESENTATIVE Andrew Hoven/KLA ��-�' z6a � OO 1986-2014 ACORD CORPORATION, All rights reserved. ACORD25(2014/01) The ACORD name and logo are rec�istered marks.of ACORD I NS025��mann COMMERCIAL GENERAL LIABILITY CG 88 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY—ELEVATORS 2 _ . . EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(TenanYs Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 _ _. ._. . EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 3 ADDITIONAL INSUREDS—BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY—ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS—EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 _ . _ WHO IS AN INSURED—INCIDENTAL MEDICAL.ERRORSIMALPRACTICE AND WHO IS AN INSURED— 6 _ � _.... FELLOW EMPLOYEE EXTENSION—MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 PAILURE TO DISGLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT � LIBERALIZATION CLAUSE 7 BODILY�NJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE g _ WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US— 8 _. WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU OO 2013 Liberty Mutual Insurance CG 88 10 04 13 Indudes copyrighted material of Insurance Services Office, Inc.,with its permission. P8J0 1 of 8 With respect to coverege afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph2. Exclusions of Section 1—Coverage A-Bodily Injury And Property Damage Lia6ility, exclusion g.Aircrak,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owne'd by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in comm8nd holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial orairline pilot; and 4. It is not being used to carry persons or property for a charge. However,the insurance afforded by this proyision does not apply if there is available to fhe insured other valid and collectible insurance,whether primary,excess (oth_er than insurance written to apply specifcally in excess of this policy), conUngent or on any other basis,that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Ezclusions of Section I—Coverege A—Bodily InjuryAnd Property Damage Liability, SubparagPaph(2)of ezclusion g.Aircraft,Auto OrVllatercreft is replaced by the following: This exclusipn does not apply to: (2) A watercraft you do not own that is: (a] Less than 52 feet long;and (b) Nofbeing used ro carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY—ELEVATORS 1. Under Paragraph 2. Exdusions of Section I—Coverage A—Bodily Injury And Property Damage Liability;Subparagraphs(3), (4)and(6)of exclusion j. Damage To Prope:rty do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle liftsare lifts or hoists used in automobile seroice orrepair operations. 2. The following is added to Section IV—Commercial General Liability Conditions, Condition 4.Other Insurance, Paragraph b. Ezcess Insurance: The insuYance afforded by this provision of this endorsement is excess over any property insurance, whetFier primary,excess,contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (TenanYs Property Damage) If Damage To Premises Rented To You is not othervvise excluded from this Coverage Part: 1. Under Paragraph 2. Ezclusions of Section I-Coverege A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs(1),(3)and (4)of this exclusion do not apply to"property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1),(3) and (4) of this exclusion do not apply to"property damage"to contents of premises rented to jrou for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III—Limits of Insurance. OO 2013 Liberty Mu[ual Insurance CCi�88 10 04 13 InGudes copynghled matenal o(Insurance Services Office, Inc.,with ils permission. Pa9e 2 Of B b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c.through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner.A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits Of Insurence. 2. Paragraph 6. under Section III—Limits Of Insurance is repiaced by the following: 6. Subject to Paragraph 5. aboVe,the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damagesbecause of"property damage"to: a. Any one premise: (1) While rented to you;or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (TenanYs Property Damage)-Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contrect for a lease of premises. However, fhat portion of the contract for a lease of premises that indemnifes any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an"insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not o[herwise excluded,the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I—Coverege C—Medical Payments, Subparagraph(b) of Paragraph a. is replaced by the foilowing: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 1. Under Supplementary Payments—Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to$3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suiY', including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT,AGREEMENT OR PERMIT 1. Paragraph 2. under Section 11-Who is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract,written agreement or permit. Such person or organization is an additional insured but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury" caused in whole or in part by: a. Your acfs or omissions, or the acfs or omissions of those acting on your behalf, in the performance of your on going operations for tfie additional insured that are the subject of the written contract or writFen agreement provideii that the"bodily injury" or"property damage"occurs, or the"personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or �2013 Liberly Mutual Insurance CCi 88 10 04 13 Includes copyrighted malerial of Insurance Services Otfice,Inc.,with its pertnission. PayO$Of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased toyou by such person or organization; or d. Operations perfortned by you or on your behalf for which the state or political sutidiyision lias issued a permit subject to the following additional provisions: (1) This insurance does not apply to"bodily injury', "property damage", or"peYsonal and advertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to°bodily injury" or"property damage" included within the "completed operations h"azard". (3) InsuYance applies to premises you own, rent,or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction,erection, or removal of advertising signs, awnings, canopies,cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk Vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. TFie insurance afforded ro such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract oragreement, the insurance afforded to such additional insu�ed will nbt be broader than fhatwhich you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a:above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment fumished in connection with such work, on the project(o[h:er than�ser4ice, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered op.erations has been completed; or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use tiy any person or organization other than another contracror orsubcontractor engaged in performing operations for a principal as a part of the same project With respect to Paragraph 1.b. above, a person's or organization's status as an addition8l insured under this endorsement ends when their written contract or written agreement witfi you for such premises or facilities ends. With respects to Paragraph 1.c.above, this insurance does not apply to any"occurrence"which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury"or"property damage". We have no duty(o defend an additional insured under this endorsement until we receive written notice of a"suit" by the additional insu�ed as required in Paragraph b. of Condition 2. Duties In the Eyent Of Occurrence, Offense, Claim Or Suit under Secfion IV—Commercial General Liability Conditions. �2013 Liberty Mutual Insurance CG 88 10 04 13 Indudes copyrighted material of Insurance Services OHice, Inc.,with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I-Coverage A- Bodily Injury And Property Damage Liability: This insurence does not apply to: a.. "Bodily injury"or"property damage°arising from the sole negligence of the additional insured. b. "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such "bodily injury"or"propeRy damage"occurs. c. "Bodily injury", "property damage"or"personal and advertising injury'arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys, field orclers, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineenng activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment,treining or monitoring of ofhers by that insured, if the"occurrence"which caused the"bodily injury" or"property damage", or the offense which caused the"personal and adyertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (o[Her than service, maintenance or repairs) to be performed by or on behalf of the acJditional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a p�incipal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRAGTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these addifional insureds, the following is added.to Section 111— Limits Of Insurence: if coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicabie Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insu�ance of SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is _ amended as follows: a. The following is addeii to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insu�ance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. OO 2013 Liberty Mutual Insurance GG 88 10 0413 Includes copyrighted material of Insurance Services O�ce,Inc.,with its permission. Page 5 of 8 b. The following is added to Paragreph b. Excess Insurance: Wh:en a written contract or written agreement, other than a premises lease, facilities renCal contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require thisinsurance to be primary or primary and non-contributory, this insurance is excess over any other insurance forwfiich the additional insured is designated asa Named Insured. Regardless of the written ag�eement between you and an additional insured,this insurance is excess over ariy othe�insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an addiUonal insured on otherpolicies. _ __ _ 1. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This qrovision aqplies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Dufies In The Event Of Occurrence,Offense,Claim or Suit: An adtlitional insured unde�this endorsement will as soon aspracticable: a. Give written notice of an"occurrence"or an offense that may resulCin a claim or"suiY' under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured; apd a Agree to make available any other insurance which the additional insured has fora loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suiY' by th:e additional insured. 2. The limits of insurance applicable to the adtlitional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Dedarations of this poiicy and defined in Section III—Limits of Insurance of this policy,whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED-INCIDENTAL MEDICAL ERRQRS/MALPRA6TICE WHO IS AN INSURED- FELLOW EMPLOYEE EXTENSION -M:4NAGEIVIENT EIVIPLOYEES Paragraph 2.a.(1)of Section II-Who Is M Insured is replaced with the following: (1) "Bodily injury"or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee"while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co"employee"or"volunfeer worker" as a consequence of Paragraph �1) (a) above; (c) For which there is any obligation to share damages with orrepay someone else who must pay damages because of the injury described in Paragraphs(1) (a) or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care seryices. However, if you are not in the business of providing professional health care services or pcoviding professional fiealth care personnel to others, or if coverage for providing professional health care services is not otherwise excluded 6y separate endorsement, this provision (Paragraph(d))does not apply. 02013 Liberty Mu[ual Insurance CG 88 10 0413 Includes copyrighted malenal of Insurance Services Offce,Ina,with its permission. PBy@ 6 of B Paragraphs(a) and (b)above do not apply to"bodily injury"or"personal and advertising injur�!'caused by an "employee"who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the °employee's"job responsibilities assigned by you, includes the dire,ct supervision of other"employees"of you�s. However, none of these"employees"are insureds for°bodily injury' or"personal and advertising injury"arising out of their willful conduct,which is defined as the purposeful or willful intent to cause"bodily injury"or"personal and advettising injury", or caused in whole or in part 6y their intozication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLYFORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section II-Who Is M I�sured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownershipbr majoriry interest, will qualify as a Named Insured if there is no other similar insurance avaiiable to that oYganization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which thie entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury"or"property damage"that occurred before you acquired or formed the organization;and c. Coverage B dces not apply to"personal and advertising inju.ry"arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under SecEion IV—Commercial General Liability Conditions,the following is added to Condition 6. Representations: Yourfiailure to disclose all hazards or prior"occu�rences"existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazarcJs or prior"occurrences° is not infentional. M, KNOWLEDGE OF OCCURRENGE, OFFENSE, CLAIM OR SUIT UnderSection IV—Commercial General Liability Conditions,the following is added ro Co�di4ion 2. Dutiesin The Event of Occurrence, Offense, Ciaim Or Suit: Knowledge of an"occurrence", offense, claim or"suiY' by an agent, servant or"employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II—Who Is An Insured or a person who has been designated by them to receive reports of "occu�rences", offenses, claims or"suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V—Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means pliysical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, stiock,fright or death that results from such physical injury, sickness or disease. �2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copynghted material ot Insurence Services OKce, Inc.,with its permissioa Page 7 of 8 P. EXTENDEU PROPERTY DAMAGE Exclusion a.of COVERAGEA BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the Following: a. Expected Or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion doesnot apply to"bodily injury"or"property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US—WHEN REQUIRED IN A CONTRAGT OR AGREEMENT WITH YOU Unde� Seetion IV— Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Agafnst Others To Us: W e waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and induded in the'productscompleted operations hazard"provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that pe�son or organization; and 2. The injury ordamage occurs subsequent to the execution of the wriften contract or written agreement. 02013 Liberly Mu[ual Insurance CG 88 10 04 13 Includes copyrighted malerial of Insurance Services Office, Inc.,wilh its permission. Pd90 8 Of 8 COMMERCIAL GENERAL LIABILITY CG 85 63 04 13 THIS END.ORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS — PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance proyided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2.under Section 11—Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an addi4ional insured but only withrespect to Iiability for "bodily injury"or"property damage": 1. Caused by"your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the"produc(s-completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insu�ed is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or ag�eement fo provide for such atlditional insured The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the"bodily injury"or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a `suit" by the additional insured as required in Paragraph b.of Condition 2. Duties In The Event Of Ocwrrence,Offense, Claim Or Suit under Section IV—Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following a�e added to ParagYaph 2. Exclusions under Sec4ion I-Coverage A—Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury"or"property damage"that occu�s prior to you commencing operations at the location where such"bodily injury"or"property damage"occurs. 2. "Bodily injury"or"property damage"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approying or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or enginee�ing activities. O 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted malerial of Insurance Seryices ONce,Inc.,with its permission. PegE 1 Of 2 C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of Paragraph 2, Exclusions under Section I—Coverage A—Bodiiy Injury And PropeRy Damage Liability is replaced by the following: I. Damage To Your Work "Property damage"to"your work" arising out of itar any part of it and included in lhe"products- completed operations hazard''. D. With respect to the insurance afforded to thiese additional insureds, the following is added to Section II— Limits of Insu?ance: If coverage provided to the additional insured is required bya contract or agreement, the most we will pay on behalf ofthe additional insured is the amount of insurance: 1. Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown,in the Deciaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. With respect to the insurance afforded by this endorsement, Section IV—Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence,Offense,Claims OrSuit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an"occurrence"or an offense that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to tfie additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this C.overagePart. d. We have no duty to defend or indemnify an additional insured untler this endorsement until we receive written notice of a"suiY' by the additionaf insured. 2. Paragraph 4. of Section IV—Commerciai General Liabiiity Conditions isamended asfollows: a. The following is added to Paragraph a. Primary Insurance; If an additional insured's policy has an Other Insurance pro0ision making its policy excess, and you have agreed in a writfen conlract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added ro Paragraph b. Excess Insurence: When a written contract or written agreement, other than a p[emises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued lijr a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory,this insu�ance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an addifional insured, this insurance is excess over any other insurance whether primary, excess, confingent or on any other basis for which tfie additional insured has been added as an additional insured on other policies. OO 2013 Liberty Mutual Insurance CG 85 83 0413 Includes mpyri9hted material of Insurance Services Offce,Inc.,with its permission. PdgO 2 Of 2 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASEREAD IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences" under See4ion I—Coverege A- Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I—Coverage C Medical Payments,which can tie attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Deciarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A,except damages beca0se of"bodily injury"or"p�bperty damage" included in the"products-completed operations hazard", and for medical expenses under Coverage C regardless of the numberaf: a. Insureds; b. Claims made or"suits"brought; or c. Persons or organiiations making claims or bringing"suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate limit for any other construction project. 4. THe limits shown in the Declarations for Each O.ccurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Agg�egate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences" under Section I—Coverage A-Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I—Coverage C Medical Payments,which cannot be att�ibuted only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Goverage A for damages or under Coverage C for medical expenses shall reduce the amount available underthe General Aggregaje Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable;and 2. Such paymenfs shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the"products-completed operations hazard"is provided, any payments for damages because of"bodily injury"or"propefty damage"included in the"products- completed operations hazard"will reduce the Produc(s-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor fhe Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and ttien restarted, or if the authorized contracting parties deviate from plans,blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III -Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrigh[ed material of ISO Properties,Inc:,with its permission. Pdge 1 of�1 COMMERCIALAUTO CA 88 10 D1 10 THIS ENDORSEMENT CHANGES THE POUCY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGEINDEX SUBJECT PROVISION NUMBER ADDITIONAL.INSURED BY CONTRACT,AGREEMENT OR PERMIT 3 ACCIDENTALAIRBAG DEPLOYMENT �2 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED � BODILY INJURY REDEFINED Z� EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCEILATION CONDITION Zp EXTRA EXPENSE—BROADENED COVERAGE 10 GLASS REPAIR—WAIVERAF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN/LEASE GAP 14 _.. . RARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONALEFFECTS COVERAGE 11 PHYSICAL DAMAGE—ADDITIONAL TRANSPORTATION EXPENSE COVER9GE 8 RENTAL REIMBURSEMENT g SUPPLEMENTARI'PAYMENTS 4 TOWINGAND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OFTRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II—LIABILITY COVERAGE is amended as follows: 1. BR0;4D FORM INSURED SECTION II—LIABILITY COVERAGE, paragraph A.1.—WHO IS AN INSURED is amended to include the following as an insured: d, Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured"does not include any organization that: ('I) Is a partnership orjoint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its LimiJ of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insu�ed retention plan available to that organization; 82010 Liberty Mulual Insurance Company.All righls reserved. CA 88 10 01 10 Indudes copyrighted material of Insurance Services Offce,�with ifs permission. PeyB 1 Of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" 4hat occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II—LIABILITY GOVERAGE, paragraph A.1. —WHO IS AN INSURED is amended fo include the following as an insured: f. Any"emPloyee"of yours while using a covered"auto"you do not own, hire or borrow but only for acts within fhe scope of their employment by you. Insurance provided by this endorsement isexcess over any other insurance available to any"employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their eriiployment Insurance pro4ided by this endorsemenf is excess over any other insurance available to the"employee". 3. ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION II—LIABILITY COVERAGE, paragraph A.1.—WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenanoe or use of a covered "auto", provided that you and such person or organization have,agreed in a written contract, agreement, or permit issued ro yoy by godemmental or public authority, to add such person, or organization, or govemmental or public authority to this policy as an"insured". However, such person ororganization is an"insured": (1) Only with respect to the operation, maintenance or use of a covered"auto"; (2) Only for"bodily injury" or"property damage" caused by an "accidenY'wFiich takes place after you executed tFie written contract or agreement, or the permit has been issued to you;and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II—LIABILITY GOVERAGE, Coverage Extensions, 2.a. Suppiementary Payments, paragraphs (2) anii (4) are replaced by the following: (2) Up to $3,000 for cost of baii bonds (including bonds for related traffic violations)required because of an "accident"we cover. We do not have to furnish these tionds. (4) All reasonable expenses,incurred by the insured at our request, including actual loss of earnings up to$500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitletl to the protection afforded to the employer by the workers compensation exdusiviry rule, or similar proTection, the following provision is added: SECTION II— LIABILITY, exclusion B.S. FELLOW EMPLOYEE does not apply if the"bodily injury"results from the use of a covered "aufo" you own or hire. SECTION III—PHYSIGAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Eztensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided underthe Business Auto Coverage Form for any"auto"you own, then the Physical Damage coverages provided are extended to"autos": a. You hire, rent or borrow; or �2010 Liberty Mutual Insurance Company. All rights reserJed. CA SS 10 01 10 Includes wpyrighted material of Insurance Services Off.ce,with its pertnission. P892 2 Of 7 b. Your"employee" hires or rents under a written contract or agreement in that"employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for"loss" in any one"accidenY'or"loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the"loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and qualiry, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equai to the broadest coverage applicable to any covered"auto"you own. 0. Subject to a maximum of $750 per "accidenY', we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any"auto"that is hired, rented or borrowed with a driver; or (2) Any"auto"that is hired, rented or borrowed from your"employee". For the purposes of this provision, SECTION V—DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value eicceeds the actual cash value. 7. TOWING AND LABOR SECTION III— PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger rype, "light truck"or"medium truck" is disabled: a. For private passenger type vehicles,we will pay up to$50 per disablement. b. For"light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight(GVW)of 10,000 pounds or less. q For"medium trucks" , we will pay up to$150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight(GVW)of 10,001 —20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE _ ._ Paragraph A.4.a., Coverage Extension of SECTION III— RHYSICAL DAMAGE COVERAGE, is amended to provide a limit of$50 per day and a maximum limit of$1,500 002010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Ofice,with its permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III—PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by jrou for the rental of an "auto" because of "accidenP' or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specifed Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the"accident"oP"loss"to the covered°auto." b. Rental Reimbursement will be based on the rental of a comparable yehicle,which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonabie speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remov.e and replace your tools and equipment from the covered"auto". d. This coverage does not appty unless you have a business necessity that other "autos" ayailable for your use and operation cannot fll. e. If"loss" results from the total theft of a covered"auto"of the private passenger type,we will pay under this coverage only that amount of your rental reimbursement expenseswhich is not already provided under Paragraph 4.Coverage Extension. f. No deductible applies fo this coverage. For fhe purposes of this endorsement provision, materials and equipment do not include "personal effects"as defiried in pro4ision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of retuming a stolen covered"auto" to you. The maximum amount we will pay is$1,000. 11. PERSONAL EFFECTS 60YERAGE A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the fo(lowing: If you haVe purchased Comprehensive Coverage on this policy for an"auto" you own and that"auto" is stolen,we will pay, without application of a deductible, up to$600 for"personal effects" stolen with the"auto." The insurance provided under this provision is excess ove�any other collectible insurance. B. SECTION V—DEFINITION5 is amended liy adding the following: For the purposes of this provision, "personal effecjs" mean tangible propeRy that iswom or carried by an insured." "Personal effects"does not include tools, equipment,jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III —PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS isamended by adding fhe following: If you have purchased Comprehensive or Collision Coverage under tliis policy, the exclusion for "loss" relating to mechanical b;reakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be ezcess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DP,MAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to ezclusions 4.c. and 4.d. is deleted and replaced with the following: 002010 Li6erty Mutual Insurance Company.All rights reseryed. C/�88 10 01 10 Includes wpyrighted matenal of Insurance Services Office,with�i(s permission. Paye 4 Of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether ornot designed solely for the reproduction of sound, if the equipment is pertnanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the co4ered "auto" and pFiysical damage coverages are provided for the covered"auto";or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAN/LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident"is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto"is subject at the time of the"loss"less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the"loss", b. Financial penalties irriposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover tialances from previous loans or leases, e. Final payment due undera"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered"auto", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the"loss". This adjustment is not appiicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on tHe covered"auto"that incurred the loss. C. SECTION V—DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A"balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 002010 Liberty Mutual Insurance Company.All rights reserveH. CA 88 10 01 10 Includes copyrighted material o�Insurance Services Office,with its permission. Pa90 5 Of 7 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to giass damage if the glass is repaired rather than repiaced. 16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D., Deducfible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 Ibs. or less as defined by the manufacturer as maximum loaded weight the"auto" is designed tocarry while it is: a. In the charge of an"insured"; b. Legally pa[ked;and c. Unoccupied. The"loss"mus4 be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Deciarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION 1V-BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding 4he following: If you unintenfionally fail to disclose any haiards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or ezposu�e. 18. AMENDED DUTIES IN THE EVENT OF AC.CIDENT, CLAIM, SUIT,OR 60SS SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A:2.a. is replaced in its entirety by the following: a. In the event of"accident", claim, "suit" or"loss", you must promptly notify us wRen it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How,when and where the"accident"or"loss"took place; (2) The"insureds" name and address; and (3) The names and addresses of any injuied persons and witnesses. 19. WAIVER OF TRANSFER OFRIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV— BUSINESS AUTO CONDITIONS, paragraph A.S., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accidenY' or "loss", our riglits are waived also. m2010 Liberty Mutual Insurance Company.All rights reservad. CA SS 1 D 01. 10 Includes copyrighted material of Insurance Services Office,with its permission. Pd98 6 Of 7� 20. HIRED AUTO COVERAGE TERRITORY SECTION IV— BUSINESS AUTO CONDITIONS, paragraph 87., Policy Period, Coyerage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in tHe United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V—DEFINITIONS is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V—DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock,fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paregraph A.—CANCELLATION condition applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effectiye date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancellation. 02010 Liberty Mutual Insurance Company.Ali rights reserved. CA 68 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Pa90 7 Of 7 Page 1 of 2 Consumer tools -- _ _-__ -= - __, ;--__._, ._..._._ __ ___... �'Agent and Company Lookup�,�Orders'�. ;[ndependent Review Decisions WEST AMERICAN INSURANGE COMPANY Licensing � Appoin[men[s � Complaints � Orde�s � National Info � Ratings � Taz Filing3 Back to Search General information Contact information Name: WEST AMERICAN INSURANCE COMPANY Registered address Mailing address Orranizationrti1Ye: ROPERTYERTY.M.UT.GRP � INDIAN/iPOLIS, IN 46240 BOSTONKh1A 021 REET 9 YP 6 WAOIC: 1430 Telep,hone Telephone NAIC: 44393 SL3-867-3000 513-867-3000 StBtUS: ACTIVE Admitted date: io/i5/i9as Ownership type: s'rocK T back lo top Types of coverage authorized to sell o Insurancetypes Casualty Mdrine OCean Marine Praperty Surety Vehlcle T back ro top Agents and agencies that represent this company (AppoinCments) o view agents view agencies ^ba[k to„[o,p Company complaint history o View complaints ^: back m mp Orders issued since 2015 0 No oMers are found ^back lo.top https://www.insurance.wa.gov/consumertoolkit/Company/CompanyProfile:aspx?WAOIC=... 4/13/2016 Page 2 of 2 Disciplinary orders 2008-2014 0 Year Order Number � 2012 12-0253 - P�F not aVailable Looking for othe�types of ortlers7 Our:Pre_2015 orders search allows you to�search orders prior to 2015. R back W top Premium tax filings by tax year o 2015 2014 20.13 2012 2011 ^_back Co tap National information on insurance companies Want.more Informatlon.about this coriipany?The NAICs Consumer Inforrtiatwn,(CIS) page allows you to retrleye nationafFlnancial and complaint informatian an insurance companies, plus has informatlon and tips to help you understand currentlnsurancelssues. � � - R begk[o,[op Ratings by financial organizations Tlie following organlzatlons rete Insurance companies on their financial strength and stability. Some of these companles cha[ge for thelr servlces. A.M. Best Weiss Group Ratings Standard and Poor's Cor Mood 's Inves[ors Servlce Fitch IBCA, Duff and Phelps.Ratings *eack qo.cap. https;//www,insurance:wa.gov/consumertoolkiUCompany/CompanyProf le.aspx?WAOIC=... 4/13/2016 A.M. Best's Consumer Insurance Information Center Page 1 of 1 A.M. Best's �_°� ..: .� � ... �M+�"�R� . . _ .,T �MemEer Center ygyp I Sian Uo Neetl Coverege4 � How Does�Your Insurer Rate1 State Insurance Gformatlon FinE inauren by ateta m covem0a type. Enl r a Company Name � Sekq e Skte Consumer Homa I Tertns b Know I �Y a BesYs RatlnB is ImpotlaM I ConNct Ua � Life 8 Retlrement � HeaIM 8 Disabiliry � Gr 6 Home Q Other Life Events West American Insurance Company LOJ Pnnt Mis oaae Ie merther N LibMy MUEuI I nunnn ComP�nua) AM.BaLLPfl� NqIC[MJBJ PEINt31t83N81 Atltlress: 175 Berkeley St. Phona: 617�57-9500 � � Boston,MA 021 i6 Faa: 513G033179 UNRED STATES Web: www.libertvmutualarouo.com B@SYs Rat�ngs View D�nition Need More Informatlon7 Finencial Svanpth Reting' A Purchase an Insurer raporq complate with Outlook: $table rabnp histay market shere an0 e Ilst ot ERactive Dete OQober O8,2016(A(flrtnetl) com0etitive ineurars for S 9.95. Finencial S¢e Caiegory: XV(SZ Billion or greateh �lrow Samole Reooe Licensing: The compa�ry is licensetl in the Dislrict of Columbia,AL,AK,AZ,AR,CA,CO,CT,��E,FL,GA,ID,IL,IN,IA,KS,KY,LA,ME,MD,MA,MI,MN,MS,MO,MT,NE,NV, NH,NJ,NM,NV,NC,ND;OH,OK,OR,PA,RI,SQ SD,TN,T%,UT,Vr,VA,WA,YW,WI and WY. TopLine�s)ofBuelneas �en.euoanoo.nw.m�m.wmi.�� 1. Commemlal Multlple Perll m�oan�nb�7 2. Aulo�(Cummeriial)ivie�v oennnion� 3 Workao'Compansatlonmd..oan�nio�� 4. Nomeownero Multlpla Peril m�w oennnw�� 5. Othir LIe011Ny(OcEurrenCB)N�w oennnion) Top Stata(e)Of Bubine6E�e..ae�po�oi�n a���m.vama�� 7. Callfornla 2. Waahington 3. NawJeraey 4. Pennsylvsnla 5. Texas Visit our NawsRoom for ihe latest News entl Press Reieases for this company and its AM.Best Graup. Terma of Use All infortnation provitletl an the A.M.Best weDsde,including but not limited to text,tlata,ratings,reports,images,p�otos,graphics,antl chatls is ownetl by or licensetl to A.M.Best Compeny antl ia Orotedetl by United Statas mpY�9ht laws antl intematioiul Veery provisions.A.M.Bea�and Rs Ilcensors retain a�l copynght antl othei proprie�ery ripMs�o Ne website content. Beafs Credil Ratinqs,obtainetl thmugh any sourca,may not be.reprotlucetl,tlisinCutetl to Thirtl Parties,or stored in a tlatabase or retrievel system in any fortn for commercial purposes witliprt Ihe prior wrltten permission of Ne A.M.Best Company.AII unaulhoriied�use o(BesPs Cretlit Ratings or other publistietl informelion is sinctly prohibitetl.By.loB9ing inm 6en's MemCer Cenlar or eccessing Nis site,you accept anE aBree to be bountl by our complete Tertns of Use. Custome�Service �ProduM Su000rt �Member Center �Con�acl Info �Careers About A M.Beat � t�e Aa_Q �Privacv Pol'<v I e ri I Terms of Use �Leoel 8 Licensino Copyright�2016 A.M.Best Company,Inc.anNor its efflia[es ALL RIGHTS RESERVED. http://www3.ambest,com/Consumers/CompapyProfile,aspx?BL=3 6&.ambnum=0113 54&P... 4/1372016 Page 1 of 2 Consumer tools _ r . _ � . . _ .e.., E.,.»«__ _.... .,....v..e , ..__,..._..»_=<y ��Agent and Company Lookup ,z Orders" y Independent Review Decisions i OHIO CASUALTY INSURA_NCE COMPANY THE licensing � Appointments � Complaints � Orders � Nati.onal.In.fo � Ratings � Tax Filinys Back to Search General inforrnation Contact information NBM2: OHIO CASUALTY INSURANCE COMPANV THE Registered address Mailing address� Corporate family group LIBER7Y MUT GRP O 62 MAPLE AVE ll5 BERKELEY ST OI'QaI11Z0YlOn tYpC: PROPERTY - - ��"��-`��- �-- KEENE, NH 03431 BOSTON, MA 02116 WAOIC• 1001 Telephone Telephone NAIC724074 �513-603-2400 617-357-9500 StBtUS'�ACTIVE _._.__. .r _. Admitted date: oa/io/19z5 Ownership type: STocK ^bxck[o,lop Types of coverage authorized to sell o Insurancetypes Casualty Disability htarine Ocean�.Marine Property Surety Vehicle ?back to.top Agents and agencies that represent this company (Appoi'nfinents) o Viewagents Viewagencies ^back to mp Company complaint history o View complaints R back ro top Orders issued since 2015 0 No orders are laund ^back[o,[op https://www.insurance.wa:gov/consumertoolkiUCompany/CompanyProfile.aspx?WAOIC=.:. 4/13/2016 Page 2,of 2 Disciplinary orders 2008-2014 0 Year Order Number -� I2012 12-0253 - PDF not available Looking for other types of orders? Our Pre 2015 orders search allows you to search orders prior ta 2015. . .. . _ . . . . . . .... ^back ro,(op Premium tax fil.ings by tax year o 2015 2014 2013 2012 2011 _ ...._. ......_..... _. ......._........ ^beck Io,lo.p National information on insurance companies Want more information about this company? The NAIC s Consumer Information (CIS),page allows you to�etrleve national fnancial andtomplaint informatlon an.insurance�companies, plus-has informatfon and tips to�help you understand cur�entinsu�anceissues. ^: backro_fop Ratings by financial organizations The foltowing organizations rate insurance companies on theirFlnanclal strength and stabiiity. Some of these companies charge for their services. � P,.M. Best Weiss�Grou .Ratin�s Standard and Poor's��Cor . ......_...... . ..... Mood '�s Investors Service Frtch IBCA, Duff and Phel �s Ratings ^Cack to_cop https://www.insixrance.wa.gov7consumertoolkidCompanylCompanyProfile.aspx?WAOIC=::. 4/13/2016 A.M. Best's Consumer Insurance Information Center Page I of 1 A�.yM�p.pB�e��sptp's6 �p�� /� : � MYfF4�V�[.. M N41�i��.]IR �R� �Membar Cemer.�oa In�&an uo NeeO Coverage7 � How Does Vour Inaurer Rate9 State Insure�e Infomiatlon FM inwnn by eNro a covenpe ryp. Em«�Lanpeny Heme � Seiea a SNe Conwme�Home I Terms ro Krow I '�Y e BesCs Ra4np is Impo'bM � CantaU Uf e I.Hs 8 ReNrement Q Xea1N 6"Dlsablilry Q Car 8 Home O OUer Life Evenb Ohio Casualty Insurance Company LaJ Pnnl mis oaoa p mert4rtal UbM MWtl Imm�CampmM�) /�.M.B�q�'.WJi! NWCf]IO]� FEMf31-0]BE100 AdCreee: 175 Barkaley SUeal PMna: 513E03-2900 � Boetan,MAOYHB Par. 513�G0331]9 UNITED$TATES VJeb: waw.LlbertvMutualGrouo.com BesYs Ratings w�o.rmuo� Need more Intormetlon7 Financial Sirenpih RetinB� A Purchase en Inaurer report,camplete wIM Outlaoh: Stebl9 iating history,merkel ehere entl e Ilat of EReGiva Deta: OcW6e�08,4016 AflUmetl wmpetllive ineurers br E 9.95. ( � ViewSamoleRaoort Finenciel Siza Ceteqory:� XV(St Blllfon or greater) _ LkBI16G8: The Wmp9ny i4licensetl in Ihe Disind d Columbia aM all states. TopLine�a�olBuainees (GrEuponprMPm'wma4Nltl�n� t ONerLlablliry,(Occunence)lukwcen�eb�� 2. Commercial Muttipla Peril maw o�nbo� 3. Suretyy�.oan�ua�1 4. Auto(CommBRleq iv oennnbn) 5. Inlend MerinB MA+oern,mon) Top Sfate(6)of Bubineu�w..a�poo ou.a rnmi��vmv.�� 1. CalHomia s. Was�ington 3. NewJerney a. Tanas 5. NewYork Visll our NewaRoom tw Ihe leroat Newe end Press Releases for this company antl ib A.M.Beal Group. �__ — -- _—_—'___—"_"—...'_'_'__'"____"_'__'"___—______'_---__'— Terms of Uee All IMormetion Orovidetl on Ihe A.M.Beet webaite,inclutling Eirt rrot Iimite0 to text,Oete,retinps,reports,imagas,photos,grsphics,anC charts is ownetl by or licensetl to A.M.Bast Compeny entl ia prolactatl by Unitetl Slates coOYriqht laws and intemationai Veery pmvleione.A.M.Best and its Ilcenaors retain all wpyright and other proprietary np�la lo t�e webaite contant. Beafa Cretlil Ratinge,oblaineE Nrcugh any sou¢e,may not Ge re0rotluceE,tliatribWetl to T�irtl Perties.or storetl in a tlataEase or revieval system in any brm for commerciel purpoaes wAhoul Ma prior written pertniesion o/lhe A.M.Best Canpany.All unaut�onzetl usa o/Besfe CreElt RalinOs or other publishad iMormation is striply prohbited.By bgping Inlo Besfe MemOer Cenler or accessinp U�ie sde,you accept antl agree ro ba OounE by our complete Temis ol Use. Costomer Service �Protluct Su000rl �Mam7er Center I Contad Inro I Careers About A M.Best � ita Ma �Prrvacv Policv � ecuril I Tertns of Use �Leoal 8 Licensina CopydqM�2016 A M.Besl Company,Inc.anC/or ils aRliates ALL RIGHTS RESERVED. http://www3.ambest.com/Consumers/CompanyProfile.aspx?BL=36&ambnum=002378&P... 4/13/2016