Loading...
HomeMy WebLinkAboutPW13-108 - Original - Gary Harper Construction, Inc. - East Hill Well Motor Control Center & Generator Upgrades - 05/02/2013 Records Management. KENT Document WASH NGTON y" aiY ". 9C"_. CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Gary Harper Construction, Inc. Vendor Number: JD Edwards Number Contract Number: e1w 1. -iOR This is assigned by City Clerk's Office Project Name: East Hill Well Motor Control Center & Generator Upgrades Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: 2-i 3 Contract Effective Date: Date of the Mayor's Signature Termination Date. ios working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Dave Brock Department: PW Operations Detail: (i.e. address, location, parcel number, tax id, etc.): The protect consists of rep lacingthe Motor Control Center at the East Hill Well building, installation of an exterior rated standby diesel generator, construction of a shelter and elevated maintenance walkways for the generator, installation of a service rated automatic transfer switch, and other electrical and site work. CrA_. 44 014( r3 S'Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 A CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 BIDS ACCEPTED UNTIL BID OPENING March 26, 2013 March 26, 2013 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WA 5 H IN G T O N PUBLIC WORKS DEPARTMENT Timothy ] LaPorte, P E Public Works Director 400 West Gowe Kent, WA 98032 • T Fax- 253-856-6500 KEN WASHINGTOM PHONE: 253-856-5500 East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 ADDENDUM No. 1 March 25, 2013 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS - REVISIONS OR MODIFICATIONS The following changes are included in the attached replacement page 6 of the Bidder's Document. Bidders must use the replacement page. Page 6 - Schedule I REPLACE page 6 of the Bid Package with the revised page which REMOVES the DRAFT watermark. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer 3 Attachments: Bidder's Document - page 6 v Y U 3 3 3 0 MAYOR SUZETTE COOKE SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1000 Div. 10 1 Mobilization, Demobilzation, $ $ KSP LUMP SUM Site Preparation, and Per LS Clean-up 2000 Div. 10 1 Site Work $ $ KSP LUMP SUM Per LS 3000 Div. 10 1 Structural $ $ KSP LUMP SUM Per LS 4000 Div. 10 1 Electrical $ $ KSP LUMP SUM Per LS 5000 Div. 10 1 Force Account Work $25,000.00* $25,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 6000 Div. 10 1 Temporary Erosion/ $15,000.00* $15,000.00 KSP FORCE Sedimentation Pollution Per FA ACCOUNT Control *Common price to all bidders Sub Total $ 9.5% WA State Sales Tax $ Schedule I Total $ E Hill Well/Brock 6 March 25, 2013 Project Number 12-3009 PUBLIC WORKS DEPARTMENT Timothy]. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 • Fax, 253-856-6500 �•.• KENT WASHINGTON PHONE: 253-556-550 East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 ADDENDUM No. 2 March 26, 2013 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I. BID OPENING The bid opening has been rescheduled to Tuesday, April 9, 2013 at 11:00 AM, The City Clerk's office will receive sealed bids through 10:45AM. END OF ADDENDUM No. 2 a� 3-9s-13 Chad Bieren, P.E. Date City Engineer Ln o 3 C c v u 3 3 3 ® MAYOR SUZETTE COOKS L � PUBLIC WORKS DEPARTMENT Timothy I LaPorte, P E Public Works Director 400 West Gowe Kent, WA 98032 0 Fax: 253-856-6500 �•� KENT ` A5"'"GTO" PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 ADDENDUM No. 3 April 2, 2013 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I — APPENDIX 3 — TECHNICAL SPECIFICATIONS Section 16230 — Engine Generator Set — Diesel 2.03 — Performance Criteria — Page 16230-7 REVISE 2.03 M. as follows: M. Standby power output ratings shall be defined per IS08528 as delivering an average load factor of the standby power rating to a varying electrical load for the duration of power interruption of a reliable utility source 'cad for an unlimited (Standby) number of hours per year with a oboe !6% everlead eapability for standby emergency purposed 2.05 — Components — Page 16230-13 REVISE 2.05 R.7.d. as follows: d. Provide motorized louvers, on the air inlet only, to minimize air flow through f6 the enclosure when generator set is not operating. Louvers shall include provisions to prevent accumulation of ice or snow that might prevent operation. a� 3 3 3 0 MAYOR SUZETTE COOKE �.72av . 3 Section 16422 — Motor Control Center (MCC) 1.02 — Quality Assurance — Page 16422-1 REVISE 1.02 A.S. as follows: 5. The equipment shall be constructed to meet or exceed the requirements within NEMA ICS3-322 and UL845 for motor control centers. Each MCC section shall bear the UL label. The MGG section containing the main circuit breal c�. 2.02 — Motor Control Center — Page 16422-3 REVISE 2.02 3.3. as follows: 3. The operator mechanism design shall allow padlocking the disconnect in the 'OFF' position with up to three €ettr padlocks. 2.02 — Motor Control Center — Page 16422-4 REVISE 2.02 K.2. as follows: 2. A full height, vertical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical 0i shall separate the units frern the vertical wireway, and remiaiiv;. intact even when the units are - ed. The unit side plates shall serve as the barrier between the vertical wireway and the unit interior. REVISE 2.02 L.7. as follows: 7. An auxiliary eenteet shall be provided on the discenneet for purposes 0 N saiating the external source of control voltage. One central eireuit fuge shall be provided. Specification paragraph not used. 2.02 — Motor Control Center — Page 16422-5 REVISE 2.02 M.1. as follows: 1. Hour meter (elapsed time meters) shall be round 2 3:12 '-_'- square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments if provided and shall have black trim with white face. The meters shall have a s+Xseven- digit non-reset register with the last digit indicating tenths of an hour. The manufacturer of the hour meter shall be 4th Dimension. 2 2.02 - Motor Control Center - Page 16422-6 REVISE 2.02 Q.S. as follows: 5. Previde adjustable time relays an all alarrm and shut dowm circuits to prevent nuisance tripping of ather alarm points. Time delay relays for these functions 11 0 iihewn on the plans; however, provide as Specification paragraph not used. REVISE 2.02 R.2. as follows: 2. The manufacturer of the Motor Control Center (MCC) shall provide the automatic power factor control equipment. The manufacturer of the power factor correction capacitors shall be Myron Zucker. 2.02 - Motor Control Center - Page 16422-7 REVISE 2.02 S.1. as follows: 1. Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double-sided-and supplied with removable covers to prevent accidental contact with liv-e eircuits. Terminals shall have permanent, legible identification, clearly visi with the protection eaver removed. REVISE 2.02 S.2. as follows: 2. All wires between panel-mounted equipment and other equipment shall be terminated at terminal blocks. Control wiring Switches shall be terminated at the terminal blocks with crimp-type, pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. 2.02 - Motor Control Center - Page 16422-8 REVISE 2-02 V.1. as follows: 1. The Manufacturer of the MCC shall determine all requirements for transmitting data to the telemetry system and shall include in the panel all required devices and equipment for interfacing contact closures. The power monitor unit and all motor operating equipment, including overload units and Solid State Reduced Voltage Starter (SSRVS) shall communicate with the telemetry system via a Profibus DP networking system. Telemetry system programming shall be provided by the City. 3 5 II - PLANS REVISE Sheet E02 as follows: Electrical note 9 was deleted and the one line diagram was updated to reflect the deletion. REVISE Sheet E03 as follows: The wiring to the Corrosion Control Building is shown terminating in the fourth section of the Motor Control Center. REVISE Sheet E05 as follows: The Motor Control Center Layout and list of Devices has been updated. REVISE Sheet E06 as follows: A flag note on the Generator Exhaust Piping Detail - Side View has been changed as follows: STAINLESS STEEEL EXHAUST PIPE - SIZE AS RECOMMENDED BY ENGINE MANUFACTURER. PROVIDE '// FIBERGLASS EXHAUST iNSU1 ATIf\A4 BLANKET FOR ON UNDERSIDE OF ROOF. BLANKET SHALL BE RATED TO WITHSTAND A MINIMUM TEMPERATURE OF 721 P0E WRAP r�rrcvTv�rl�lr�-r:sr�v�rr-r 73 PF�����-�EP7-Prrcr�-vrcc-vTrr9v�-- ENTIRE E\ T SYSTEM WITH iNS BLANKET. PROVIDE zr�-r=Tcc-c�H�PtH$T.ar��-r�r-�rrrrrrr���IA�V-B EAnic WITH PIPE SUPPORT IPPO T SYSTEM. REVISE Sheet 07 as follows: The fast-acting SCR fusing was removed from the Diagram 1: Well Pump. END OF ADDENDUM No. 3 Chad Bieren, P.E. Date City Engineer Attachments: Plan Sheets E02, E03, E05, E06, E07 4 and I o I nl a -Yt _ i o _ 0 $All @@@ y 4 +O RE °m Z JJ I :pq z = N ^ 5$ I V I b G £I I EBiMRBWSIERPYMY I` ;/ ' I � I o I I I z I m i ' I u � W61vnxEuvwv �� I i�� ' --=-�--'- ------ i 00 A to s g 4 ��Ao €n' g �AiR — III T NP o € € 5v g 8 mgQ �8 Y LL m g m iQ nP I?:j l : ZOO - ,_ 5R o�9 x :a� m o 9E m Y 8 FAQ^ �g FF � m It tn C K } Y m a om pCrnT. �� $g I41 �a o _ fi gR 9F 5 m rli r -� • F m so a m S i a Z n IM �� C "w f- � I o Z � n f F _ f � I 1 z� s ti O a3 m .£. �I mf AA x '" o Cr o 0 pA v�pp 00 Z F - e , Rig __ _ H M .> Z }§ � | !° , H3,)! | / ;r| 2 � z� a 0 w ! > , ! .c \\\ } $ � \ ; 7\! s ] < k , K � < § ) }\ � � t • ! ! R ; / ; $Ir C 9 C z qyyQ m o z c H N O O ma � m O tl m 3 N D D Z= m=ran m �u i N I' 9 S� � �cm? �N �� • / / 9 F � ¢ Z ,(\ pa Z O •' b� a ^� �a A = o cm $$s k ; ;gy m. ,3 g WMI I Z�z m0 „s= IF A €mo a Z p c 5 M z s g =mOM a 2 $6EOZ~O K�M ZIZ / "�� A O m� n 3 �x YY(mowl s$ L7i / gg oo� o�n m NiX -4 d a 4L0 Gay eZ A —1 z OMINU v D Z HU t! gig ( B O z z� d ^_ii • " g ? zz ' O � my pns m ni mm a 7 - M1 �, E ZSE a °;rs m M y \. $a azz n � n o z all yo f" \tl O wr O one m'1 Ng E s I I I � 6 D I � d PPP a I� I�j Ipp m a r I I r r r r� � c iL I_v I.i I I —9d I xa I wo TLIPI ref; ai R 'i II sa p � s I y m � 111 i � S n ¢¢ pp $$ • s x F(7 O I ¢9¢F S ppfi 3 3 I L_-_---_-_-___---_-_-_� I I i o -- c 3 � � I I I O I E I E I 1 I.ai I I w AF} fny yj� ZZC Ty[ Zr o y (rn O 9 9g 9� 9� kg qA '3 00 00 51 TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Technical Specifications Tab 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 BIDS ACCEPTED UNTIL BID OPENING March 26, 2013 March 26, 2013 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S... Kent, WA 98032-5895 p A. wCy1 was O TIMOTHY J. LAPORTE, P.E. a4` wasy .p 9 PUBLIC WORKS DIRECTOR 36878 O 4 A�C�tS'sttie ��QA ��A 45i�� sslaN�Lti���� G' �S�ONAL � -// Kent Special Provisions & *] Technical Specifications Technical Specifications ■ Divisions 10, 16, & 17 Division 1 Only. w A s H I N G T O N Only. BIDDER'S NAME C�ns�f -�IDn CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 BIDS ACCEPTED UNTIL BID OPENING March 26, 2013 March 26, 2013 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 4^4� KENT W A 5 M I N G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Technical Specifications Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through March 26, 2013 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 The East Hill Well Motor Control Center & Generator Upgrades Project consists of replacing the Motor Control Center at the East Hill Well building, installation of a exterior rated standby diesel generator, construction of a shelter and elevated maintenance walkways for the generator, installation of a service rated Automatic Transfer Switch, and other electrical and site work stated in the bid documents. The Engineer's estimated range for this project is approximately $550,000.00 - $625,000.00. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Dave Brock at (253) 856- 5658. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole Judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 4tn day of March, 2013. BY: onald F. M,qpiee, City erk Published in Kent Reporter on March 15, 2013 Daily Journal of Commerce on March 12 and 19, 2013 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order *11246) Date 9/mCA 0/,, 4z013 This statement relates to a proposed contract with the City of Kent named East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 I am the under bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BID ER BY: i nature/Title �- ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) E Hill Well/Brock 1 March 4, 2013 Project Number 12-3009 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically Identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of , 2013. By: For: Title: Date: /09I�3 E Hill Well/Brock 2 March 4, 2013 Project Number 12-3009 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. E Hill Well/Brock 3 March 4, 2013 Project Number, 12-3009 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that C,IT/L�1 N (�v/1STfl �fjn � has examined the job site and construction details of the work as outlined on t e plans and described in the specifications for the project named East Hill Well Motor Control Center & Generator Upgrades/Project Number: 12-3009 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced In this Improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered In sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid Items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. E Hill Well/Brock 5 March 4, 2013 Project Number, 12-3009 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1000 Div. 10 1 Mobilization, Demobilzation, $ P116'OL $ UV KSP LUMP SUM Site Preparation, and Per LS Clean-up 2000 Div. 10 1 Site Work $ ay, 3Qo o�$ KSP LUMP SUM Per LS 3000 Div. 10 1 Structural $ 9S, 100. 00 $ 15 7d4 KSP LUMP SUM Per LS 4000 Div. 10 1 Electrical KSP LUMP SUM Per LS 5000 Div. 10 1 Force Account Work $25,000.00* $25,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders 6000 Div. 10 1 Temporary Erosion/ $15,000,00* $15,000.00 KSP FORCE Sedimentation Pollution Per FA ACCOUNT Control *Common price to all bidders Sub Total $ In,), Aj 9.5% WA State Sales Tax $_y�, 4/0• 50 Schedule I Total $ J2�'Zi q , 6_0 E H01 Well/Brock 6 March 25, 2013 Pro]ect Number' 12-3009 BID SUMMARY Schedule i 1/Q 1 ,5-6 TOTAL BID AMOUNT E Hill Well/Brock 7 March 4, 2013 Project Number 12-3009 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid Item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 Subcontractor Name 94244t104 Item Numbers yy Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE E Hill Well/Brock 8 March 4, 2013 Project Number. 12-3009 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: Ig ature of idder Date E Hill Well/Brock 9 March 4, 2013 Project Number 12-3009 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction The city has an obligation and a duty to Its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. E Hill Well/Brock 10 March 4, 2013 Project Number 12-3009 a If the bidder falls to request a modification within the time allowed, or falls to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the Information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading'.. SUBMITTED BY: G�i/Lf-f J�ClYLJ�� V�����C�� �Or1� G NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: sr— �t?f/1G/yl/�d'L�,GI PHONE: a 9�3- FAX: ;6 J S� --311i�� 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. / 1.2 Provide your current state unified business Identifier number. i� (act/ loQ0 &;7-0 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary / companies or affiliated companies under majority ownership or under Vcontrol by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). E Hill Well/Brock 11 March 4, 2013 Project Number 12-3009 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? /�_�111(s 2.2 How many years has your organization been in business under its present business name? /�- ,/ r-5 2.2.1 Under what other or former names has your organization operated? M / 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: A//-7/1995' 2.3.2 State of Incorporation: Cat 2.3.3 President's name: &eznt )q. garpai-^ 2.3.4 Vice-president's name(s): S-2,yn1 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: )N 2.4.1 Date of organization: 141.E 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: l(� 2.5.1 Date of organization: 2.5.2 Name of owner: �2.1¢ If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. n IA 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. t?e�„f,/cfirn ��kca.+w��- /G�� 'l. f �-rl CGI/ /d le.ce C0.,Gpfe 4.2 Cl/aims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? n/ E Hill Well/Brock 12 March 4, 2013 Project Number 12-3009 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or Its officers? U 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization / has In progress, giving the name of project, owner, architect or design vengineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: /79, �9 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, / architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: �/i 769,ell 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 , list your major equipment. Ga-f 3o-f' �xca�-G�or GAG f -?ao Eek CCt VC..ff�f 5. REFERENCES �.r� s-yvsc 5.1 Trade References: ,2 ' � 5.2 Bank References: dri/6n A9,4 Gts Al� 5.3 Surety: 5.3.1 Name of bonding company: / j9 , fGx /1 5.3.2 Name and address of agent: 6. FINANCING ��`L�,/ion �OGU 6.1 Financial Statement. After bid o eninq, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. E Hill Well/Brock 13 March 4, 2013 Project Number 12-3009 6.1.1 Attach a financial statement, preferably audited, Including your organization's latest balance sheet and income statement showing the following Items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued Income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this J day of , 2013. Name of Organization: l Lo17 By: Title: 4,t 7.2 , being duly sworn, deposes and says that the irdorm, led herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this ?.�X dayQfl%% , 2013. Notary Public: "FrA�.�9� My Commission Expires: 3j///7 = " NOTARY N: PUBLIC :2 �A: Qlt ,• O E Hill Well/Brock 14 0,�F �� � March 4, 2013 Project Number 12-3009 ."fill WArj`T`��� DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONTR GENERAL REGIST.# EXP.DATE CCOI GARYHC1055LF 6/1/2013 EFFECTIVE DATE 6/6/1995 GARY HARPER CONSTRUCTION INC 14831 223RD ST SE SNOHOMISH WA 98296-3989 F625-052-000(M?9 Detach And Dnpldy Certificate ------------------------------------------------ Per RCW 82 14 local sales BUSINESS LICENSE and use tax must be coded LICENSE MUST BE RENEWED ANNUALLY BY No 1715 for all qualified JANUARY 31 TO AVOID PENALTY sales within the city of KEN T Issuance of License Does Not Imply Licensee's Kent wn s�I.G T o� Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS Year : 2013 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLOC-2120594 GARY HARPER CONSTRUCTION, INC MAYOR 14831 223RD ST SE The City of Kent SNOHOMISH, WA 98296 At2204TH AVE So KENT WASHMGTON 98032 1. 3 MM GORY HARPER CONSTRUCTION INC I 14831 223rd Street SE Snohomish, WA 98296-3989 (360) 863-1955 Fax (360) 863-1966 March 26,2013 City of Kent 220 4th Ave S Kent,WA 98032 Re. East Hill Well Motor Control Center&Generator Upgrades Project No. 12-3009 This statement,signed by Gary A. Harper, President affirms that Gary Harper Construction Inc (GHC), having no subsidiary companies or affiliated companies under majority ownership or under control by the owners of the GHC, are not and have not been in the past three (3) years,disqualified from bidding on any public works contract under RCW 39.06.010 or 39 12 065(3). Sincerely, Gary A. er President q•q Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic# GARYHC1055LF 2013 Public Works in Process as a General Contractor King County Name of Contract South Plant Odor Control Modifications Dept of Natural Resources Engineer King County Engineering 1200 Monster Road SW Contact Keven Sandquist, KC Project Manager(206) 263-5434 Renton, WA 98057 95% Complete, scheduled completion -4/15/13 JOB COSTS: $386,100 Covington Water District Name of Contract Sugarloaf Estates Booster Pump Station Rehabilitation 18631 SE 300th PI Engineeer PACE Engineers, Inc (425)827-2014 Covington, WA 98042 Contact- Fred French, Project Manager(253)631-0565 Scheduled to start 5/2/13, scheduled completion 5/31/13 JOB COSTS: $266,438 Alderwood Water& Name of Contract- Lockwood Road Pressure Reducing Valve Station Wastewater District Engineer Gray& Osborne, Inc (360)454-5490 3626 156th St SW Contact Chris Schumacher, PE -Project Engineer(425) 743-4605 Lynnwood, WA 98087 Awarded 4/2/13, Estimated start zc. �s JOB COSTS: $266,340 Z✓ ( 46(d' d ZLtA 30 2013 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic# GARYHC1055LF , 2012 Public Works Jobs and Major Projects as a General Contractor JRK Residential Group Type of Work- Greens at Merrill Creek Lift Station-Replace existing sewer lift station with new 11766 Wilshire Blvd, 15th FI manhole, pumps, pipe, fittings, valves, valve vault and generator Los Angeles, CA 90025 Contact John McAlpine, PACE Engineering (425)827-2014 JOB COSTS: $220,018 City of Issaquah Type of Work Blending Modifications, Phase 11- Install new fluoridation systems and controls Public Works Operations in building Install new 20' X 8'vault with pipes, valves and controls for controlling 2 water zones PO Box 1307 Contact. Greg Keith Issaquah,WA 98027 (425) 837-3470 JOB COSTS: $374,222 LBL Associates, LLC Type of Work• Chateau at Bothell Landing Memory Care Remodel -Sawcut and excavate for 17543 102nd Ave NE new concrete steps and landing Form, pour and finish new steps, sidewalks, etc Bothell, WA 98011 Contact Joe Carlson (206)931-2886 JOB COSTS: $42,021 City of Granite Falls Type of Work• WWTF Aeration Rotor No 1 Replacement- Replace existing Aeration Rotor 206 S Granite Ave with new rotor Granite Falls, WA 98252 Contact Harry Sellers, PE-Gray&Osborne, Inc (206)284-0860 JOB COSTS: $63,639 City of Snoqualmie Type of Work- Kimball Creek Lift Station Improvements- Demolish concrete and fill of existing 38624 SE River St pump bay Pour concrete for new pump Install new pipe fittings and valves Install owner Snoqualmie, WA 98065 supplied pump Improve existing meter vault by removing 1 flow meter and installing 2 new flow meters for 2 discharge lines Contact Greg Nicoll, PE -Gray& Osborne, Inc. (206) 284-0860 JOB COSTS: $200,258 City of Seattle Type of Work- Kent Highlands Flare Improvements - Remove existing 8'diameter flare and 700 5th Ave replace with new 4'diameter flare Install new actuator on existing butterfly valve Modify PLC Seattle, WA 98104 Install safety screen around flare Paint flare and safety screen Contact Dan Ellinger, Inspector (206)423-2571 JOB COSTS: $219,110 Department of Corrections Type of Work: Diesel Oxidation Units at Clallum Bay Corrections Center Install 2 new diesel PO Box 41112 oxidation units on 2 existing emergency generators,test and startup generators Olympia, WA 98504 Contact. Fred Brower, DOC Project Manager (360) 725-8343 JOB COSTS: $46,716 Snohomish County Type of Work: RPBA Installation-Install 2 new RPBAs at 2 locations. Includes all pipe, 3000 Rockefeller Ave fittings, valves and enclosures for RPBAs, site restoration Everett, WA 98201 Contact Hal Gausman (360)805-6729 JOB COSTS: $58,745 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2011 Public Works Jobs and Major Projects as a General Contractor Highlands Sewer District Type of Work Lift Station No 2 Rehabilitation -Remove old Sewer Lift Station and construct 181 NW 155th St a new one, temporary pumping, grading, concrete drive, landscaping, install ornamental gate Shoreline, WA 98155 Contact Scott Christensen, CHS Engineers (425)637-3693 JOB COSTS: $442,180 Mukilteo Water&Wastewater Type of Work Big Gulch WWTF Digester Aeration Impv/Effluent Filter-Replace Aeration District pipe with new Sanitaire equipment Install new blower, demolition, construct slab for effluent PO Box 260 filter, install effluent filter, pipe, valves, fittings, etc Install new electrical, controls, restore site Mukilteo, WA 98275 Contact Harry Sellers, Gray&Osborne (206) 284-0860 JOB COSTS: $623,404 King County, Dept of Natural Type of Work Lakeland Hills Pump Station Wet Well Improvements- Demo existing catwalk Resources & Parks and ladder Coat interior walls of wet well Install new catwalk, ladder and slab top with access 1200 Monster Rd SW Contact Glen Hiraki, Project Manager Redmond, WA 98057 (206) 684-2442 JOB COSTS: $106,923 Dept of Corrections Type of Work Diesel Oxidation Units- Install new 10" Diesel Oxidation Units on two existing Contract Unit 1000 KW Mitsubishi Generators Install new exhaust supports PO Box 41112 Contact Mark Beardemphl, KMB Design Olympia, WA 98504 (360) 352-8883 JOB COSTS: $46,716 City of Redmond Type of Work Well No 4 Chemical Feed Modifications-Install new chemical injection PO Box 97010 equipment and controls in Well No 4 building Redmond, WA 98052 Contact Mike Haley, PE Project Manager (425) 556-2843 JOB COSTS: $111,405 Eastside Public Safety Type of Work Canyon Park Radio Site - Install new cell Tower, 20 KW Generator and Communications Agency controls at fire station, site restoration PO Box 97010 Contact Scott Hatfield, Operations Manager Redmond, WA 98052 (425) 556-2516 JOB COSTS: $136,124 Snohomish County Type of Work Vault Lid &Valve Replacement at South West Recycle Transfer Station - 3000 Rockefeller Ave Demo old vault lid and ladder Install new slab top with access hatch, ladder and valve Everett, WA 98201 Rotate tank 90 degrees, reinstall piping and electrical Contact Larry Brewer, Project Manager (425) 388-3488 JOB COSTS: $34,566 Midway Sewer District Type of Work Office Building Generator Installation - Install new 100 KW Generator with 3030 S 240th St electrical and controls Site restoration Kent, WA 98089 Contact Skip Grodt, PE URS Corporation (206)438-2700 JOB COSTS: $125,829 x; Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic# GARYHC1055LF 2010 Public Works Jobs and Major Projects as General Contractor King County Dept of Natural Type of Work Generator Fuel Storage Upgrades - Installed one Resources & Parks/WTP underground and one aboveground fuel storage tank Removed the 12503 Bel-Red Rd, Ste 200 existing fuel storage tanks Bellevue, WA 98005 Contact Bruce Herman, Project Representative (206)684-1821 JOB COSTS: $ 274,489 Woodinville Water District Type of Work PRV Vault No 21 Repairs- Installed new access hatch 17238 Woodinville-Duvall Rd and ladder on existing PRV Woodinville, WA 98072 Contact Bill Pearson, District Inspector (425) 487-4135 JOB COSTS: $ 11,644 Chateau Retirement Type of Work Chateau RPBA Installation-Removed existing RPBA and Communities, LLC installed new RPBA 17543 102nd Ave NE Contact Joe Carlson, Superintendent Bothell, WA 98011 (206) 931-2886 JOB COSTS: $ 13,048 City of Lynnwood Type of Work Lift Stations No 10& 12 Generator Exhaust Repairs- PO Box 5008 Installed new generator exhaust roof thimbles and roof modifications Lynnwood, WA 98046 at two lift stations Repaired fire damage on one lift station Contact Brian Delp, Inspector (425)670-5224 JOB COSTS: $45,242 Baker Main, LLC Type of Work Baker Main Utilities- Provided temporary sewer bypass %Su Development Installed utilities to new high rise commercial/condominium building 1100 106th Ave NE, Ste 101 Contact Ray Michlig, Superintendent Bellevue, WA 98004 (425) 753-9631 JOB COSTS: $ 181,966 King County Dept of Natural Type of Work Lake Forest Park Water Dist Water Supply Project, Resources& Parks/WTP Phase 2 - Directional drilled two new water mains Installed open cut 12503 Bel-Red Rd, Ste 200 water main and fittings Installed new PRV, demolished the existing PRV Bellevue, WA 98005 Contact Marty Noble, Project Representative (206) 263-9488 JOB COSTS- $439,091 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2009 Public Works Jobs and Major Projects as General Contractor City of Bellevue Type of Work Meydenbauer Creek Sewer Replacement& Bank Stabilization - Bypassec 450 110th Ave NE Meydenbauer Creek and sanitary sewer Install new 8" sewer line and manholes on augercast Bellevue, WA 98009 piles and pile caps Installed Cathodic Protection on new sewer line and sheet pile wall New curbs, gutters, sidewalks, asphalting, landscape and traffic control Installed temporary sewer bypass Contact Scott Taylor, PE, City Engineer (425)452-4108 JOB COSTS: $ 1,263,525 City of Bellevue Type of Work Bel-Red Inlet Station Retrofit- Installed new piping, valves, replace slab top on 450 110th Ave NE vault New electrical controls, asphalting, curbs, gutters, sidewalks, landscaping, water system Bellevue, WA 98009 construction and excavating Contact Laurie McCuistion, Contract Administration (425) 452-5360 JOB COSTS: $493,6" City of Snohomish Type of Work- Champagne& Hill Park Lift Station Upgrades-Installed two generators and 116 Union Ave Automatic Transfer Switches Snohomish, WA 98290 Contact Max Selin, PE, City Engineer (360) 282-3196 JOB COSTS: $ 110,133 Mukdteo Water& Type of Work* WWfP Aeration System Modifications-Installed new blower and stainless steel Wastewater District pipe and fittings in Aeration ditch This project required keeping the rest of the facility operational 7824 Mukdteo Speedway Contact Bjarne Jacobsen, PE, Gray &Osborne, Inc (206) 284-0860 Mukilteo, WA 98275 JOB COSTS: $ 240,902 City of Auburn Type of Work Green River Pump Station Modifications- Replaced piping and fittings in Booster 25 W Main St Pump Station Auburn, WA 98001 Contact Ryan Vondrak, Project Engineer (253) 931-3086 JOB COSTS: $57,321 City of Federal Way Type of Work 20th Place SW Emergency Roadway &Slide Repair- Installed soldier pile wall PO Box 9718 new drainage, widened and restored asphalt drive, excavation and storm drainage Federal Way, WA 98063 Contact John Mulkey, Project Engineer (253) 835-2722 JOB COSTS: $189,866 Port of Seattle Type of Work Southeast Pond Baseflow Bypass at SeaTac IAP- Installed new storm system 2421 S 192nd, Ste#4 to dram existing retention pond SeaTac, WA 98188 Contact Jim Rosmond, Project Manager (206) 787-6704 JOB COSTS: $45,600 Gary Harper Construction, Inc. 14831 223rd St SE, Snohomish, WA 98296-3989 Ph (360) 863-1955, Fax (360) 863-1966 Lic # GARYHC1055LF 2008 Public Works Jobs and Major Projects as General Contractor City of Bainbridge Island Type of Work SR305 Pump Station Upgrades, Phases I & II - Replace 280 Madison Ave N pumps and valves, Install new controls at existing Sewer Lift Station Instal Bainbridge Island, WA 98110 temporary sewer bypass to complete work Contact Larry Ward, PE -City Engineer (206) 780-3746 JOB COSTS: $ 330,849 City of Bainbridge Island Type of Work Head of the Bay Booster Pump Station Upgrades- Upgrade 280 Madison Ave N mechanical and electrical at existing Booster Pump Station Bainbridge Island, WA 98110 Contact Larry Ward, PE -City Engineer (206) 780-3746 JOB COSTS: $ 277,632 City of Bothell Type of Work Valhalla Lift Station Replacement- Rebuild and Upgrade an 9654 NE 182nd St existing Sewer Lift Station Install new FRP grating platform Install temporary Bothell, WA 98011 sewer bypass to complete work Contact Steve Monkawa, PE -City Engineer (425)486-2768 JOB COSTS: $436,314 Cityof Marysville Type of Work Edward Springs Well 1 R- Install a vault um pipe, valves rY Yp , pump, P P . 80 Columbia Ave and controls to an existing drilled well Marysville, WA 98270 Contact Paul Federspiel, PE -City Engineer (360) 363-8278 JOB COSTS: $ 287,907 City of Seattle Type of Work Leschi Basin CSO Retrofit- Install motor activated slidegates 700 Fifth Ave to existing sewer system Seattle, WA 98124 Contact Joe Carter, Supervising Civil Engineering Specialisl (206) 684-5070 JOB COSTS: $458,297 City of Bellevue Type of Work Water Quality Improvements, Forest Hills Reservoir& Clyde 450 110th Ave NE Hill 465 Standpipe- Install vault, piping, valves and controls to improve water Bellevue, WA 98009 system at two sites Contact Laurie McCuistion, Contract Administration (425)452-5360 JOB COSTS: $ 346,075 City of Bellevue Type of Work Internal Point Repairs- Performed cured in place spot repairs 450 110th Ave NE on existing storm and sewer lines Bellevue, WA 98009 Contact Steve Costa, PE (425) 452-2845 JOB COSTS: $ 126,474 Island County Public Works Type of Work Saratoga Road 24" Pipe Installation - Installed owner supplied 1 NE 6th St 24" HDPE pipe under roadway in existing 30" casing Coupevtlle, WA 98239 Contact Phil Cohen, PE -Surface Water Manager (360) 240-5546 JOB COSTS: $ 112,063 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred five (105) working days after Issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s /, �, , ✓ to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. 1 d DATE: 013 C�Cmm A TAr rayl(r&IM16� :r1r. NAM OF Bib - BY: Ignature (Print Name and Title) Address slo_holrlz�x zz� E Hill Well/Brock 15 March 4, 2013 Project Number. 12-3009 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Gary Harper Construction, Inc as Principal, and — nP Plovers Surety and Indemnity Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of the Total Amount Bid Dollars, For the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for East Hill Well Motor Control Center & Generator Upgrades/Project Number: 12-3009 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter Into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 21st DAY OF March 2013. Gary Harper on, I RpAdp Developers Surety and Indemnity Company SUR Na Hill,Attorney-in-Fact 20 Received return of deposit in the sum of $ March 4, 2013 16 E Hii well/Brock project Number, 12-3009 f_ POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA92623 (949)263-3300 KNOW ALL BY THESE PRESENTS That except as expressly limited,DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint ***Steven W Palmer, Holly E Ulfers, Mary A Dobbs, Heather Allen,Angela D Tonnon, Roxana Palaclos, Nancy N Hill,jointly or severally'*' as their true and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attorney(s)-in-Fact,pursuant to these presents, are hereby ratified and confirmed This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008 RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the atlomey(s)named in the Power of Attomey to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship and that the Secretary or anyAssislant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney, RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power ofAttomey or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this November 16,2012 By U7/�r.�" �,c�y AND �yo•• OMPANYO Daniel Young,Senior Vice-President S`JQ; ItL POA R G PO T i as.•4tyP '9 VOP AqT 9 OCT1 .4� z ? fk By OCT 5 regg N O ice-President ' '?a,°., 19 3 6 '_ga O 2 ZIFO State of California , * ,,�•'` + County of Orange On November 16,2012 before me, Antonio Alvarado,Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Gregg N Okura Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are su bscnbed to the within instrument and acknowledged to me that helshe/they executed the same in hislherltheir authorized ANT4N10 ALVARADO capacxty(tes),and that by hiaerltheir signature(s)on the instrument the person(s),or the entity upon behalf of aOw COMM M 1880843 which the persons)acted,executed the instrument NOZW PUBLIC CALIFORMA� I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is ORANGE COUNTY true and correct comm.sow Aug.9,2013 WITNESS my hand and official sealL A#�� /- Place Notary Seal Above Signature ' Antonio Alvarado,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate This Certificate is executed �innthe City of California,this,/�y of , By Mark J Landon,Assistant Secretary ID-1380(Rev 11112) CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed In the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified In the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein Is true to my knowledge and belief. East Hill Well Motor Control Center & Generator Upgrades Project Number: 12-3009 NAME OF PROJECT 07 NAME OF BIDDEVS FIRM IGNATURE OFAUPM12E6 REPRESENTATIVE OF BIDDER E Hill Well/Brock 17 March 4, 2013 Project Number- 12-3009 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required t for this Change Order -0- Working days Revised Time for Completion Working days E Hill Well/Brock 18 March 4, 2013 Project Number 12-3009 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, Including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this pro]ect to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte , P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: E Hill Well/Brock 19 March 4, 2013 Project Number 12-3009 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................12 Order of Contents.................................................................................V Invitation to Bid................................................................................... Contractor Compliance Statement........................................................ED/ Date.............................. ......................................................f Have/have not participated acknowledgment............................. E Signatureand address ................................................................0 Declaration - City of Kent Equal Employment Opportunity Policy ........p' Dateand signature ..................................................................... AdministrativePolicy ........................................................................... Proposal...............................................................................................Fd First line of proposal - filled in ...................................................FY,� Unitprices are correct ................................................................1� Subcontractor List (contracts over $100K) ..........................................1 Subcontractors listed properly....................................................M// Signature....................................................................................Cc�' Subcontractor List (contracts over $1 million).....................................II/ Subcontractors listed properly....................................................E Date and signature .................................................................... Contractor's Qualification Statement ...................................................fix Completeand notarized . ............................................................ Proposal Signature Page......................................................................1ia,*� AllAddenda acknowledged .........................................................F� Date, signature and address .......................................................1� BidBond Form .....................................................................................23' Signature, sealed and dated .......................................................ZY Power of Attorney.......................................................................Z],�, (Amount of bid bond shall equal S% of the total bid amount) CombinedDeclaration Form.................................................................lEr// Signature . ............................................................................ ] ChangeOrder Form.............................................................................. Bidder's Checklist ................................................................................ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. E Hill Well/Brock 20 March 4, 2013 Project Number- 12-3009 PAYMENT AND PERFORMANCE BOND TO CITY OF KENT KENT Bond no. 338352P a.a,nnur o. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Gary N.arn .r Construction, Inc . as Principal, andand Indemnity Company a Corporation organized and existing under the laws of the State of Iws a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT In the penal sum of $ 564 , 910 . 50 , together with any adjustments, up or down, In the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT I Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of East Hill Well Motor Control Center & Generator Upgrades/Project Number: 12-3009 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. E Hill Well/Brock 21 March 4, 2013 Project Number 12-3009 TWO WITNESSES: Gary Harper Construction, Inc . PRINCIPAL (enter nc al's n ove) BY: TITLE: Gary Harper, President DATE: (2 DATE: 420/3 Q7 S�I CORPORATE SEAL: PRINT NAME—� DATE: � Developers Surety and Indemnity Company SURETY CORPORATE SEAL: BY: 1LI � DATE: 4/19/13 Roxana Palacios TITLE: Attorney-in-Fact ADDRESS: 9750 Third Ave . ,NE, Ste . 305 Seattle WA 98115 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY E Hill Weil/Brock 22 March 4,2013 Project Number: 12-3009 r 1 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263-3300 KNOW ALL BYTHESE PRESENTS that except as expressly limited,DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint "'Steven W Palmer, Holly E Ulfers, Mary A Dobbs, Heather Allen,Angela D Tonnon, Roxana Palacios, Nancy N Hill,jointly or severally' as their true and lawful Attorney(s)-m-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attorney(s)-m-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Alto rney(s)-in-Fact,pursuant to these presents, are hereby ratified and confirmed This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008 RESOLVED,that a combination of any two of the Chairman of the Board,the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorneys)named in the Power of Attorney to execute,an behalf of the corporations,bonds,undertakings and contracts of suretyship,and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney, RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power ofAtiomey or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached IN WITNESS WHEREOF,DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and atttested�by yythtthheir respective Secretary or Assistant Secretary this November 16,2012 cam_—�!R//'+/"'r' .,.,..mo.u4..,r t AND ,yn M O 61+ __ _ � v 7 PANY Daniel Young,Senor Vice-president .°�QF;: •••.OF•% �O T s'�'/.'� ORgTF?i'Z',�_ _ti GOPPOR�9�,Y OCT By °O a 1936 of w 1967 regg N 101ce-Presdent 0:70wA ,�aL'� O� C,g41FOP�\e,a2 State of California ....,r••• al County of Orange "... On November 16,2012 before me, Antonio Alvarado Notary Public Dale Here Insert Name and Title of the Officer personally appeared Daniel Young and Gregg N Okura Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)islare subscribed to - - - - - the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized AN7 �ALVAHADO capacitypes),and that by his/her/their signatures)on the instrument the person(s),or the entity upon behalf of CA)MM N 1860643 which the person(s)acted,executed the instrument g NOI PUI"CIJ.IFORNIA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is a3t OAANGEOIDRJTY ^� tine and correct �I MY oomm,00"Aug 9,2013 o WITNESS my hand and official seal Place Notary Seal Above Signature ' Antonio Alvarado,Notary Public CERTIFICATE The undersigned,as Secretary orAssistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Ceruf cal - This Certificate is executed in the City of Irvine,California,this 19th dai_ AV0 2013 By Mark J Lansdon,Assistant Secretary ID-1380(Rev 11112) CONTRACT THIS AGREEMENT, made in duplicate, is entered Into between the CITY OF KENT, a Washington municipal corporation ("City"), and r�r. 2rQdf Cor,s�ru ion T C. , organized under the laws of the State of uz located and doing business at /y'i3/ �aa'- rn S-f 5f. SrI0h0il11L� L 9/6 �7�� �0 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: East Hill Well Motor Control Center & Generator Upgrades/Project Number: 12-3009 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall Include all project specifications, provisions, and plans; the City's general and special conditions; the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications Including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred five (105) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. E Hill Well/Brock 23 March 4, 2013 Project Number. 12-3009 5. Contractor shall defend, Indemnify, and hold the City, Its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or In connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, Including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. E Hill Well/Brock 24 March 4, 2013 Project Number 12-3009 CITY OF KENT aU ZE E 'O KE, MAYOR ATTE RONALD F. _ OR ITY CLE K APPROVED AS TO F RM: KE T LAW DEPARTMENT CONTRACTOR BY: � PRINT NAME: TITLE: DATE: I�� E Hill Well/Brock 25 March 4, 2013 Project Number: 12-3009 EXHIBIT A INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain Insurance of the types described below: 1. Commercial General Liability Insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, Independent contractors, products-completed operations, personal injury and advertising Injury, and liability assumed under an Insured contract. The City shall be named as an Insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional Insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per accident. E Hill Well/Brock 26 March 4, 2013 Project Number 12-3009 EXHIBIT A (Continued) C. Other Insurance Provisions The Insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability Insurance: 1. The Contractor's Insurance coverage shall be primary Insurance as respect the City. Any Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required Insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit Is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same Insurance requirements as stated herein for the Contractor. E Hill Well/Brock 27 March 4, 2013 Project Number 12-3009 Client# 579845 GARYHARPI ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE 4125/2013 YY) /2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the pollcy(Ies)must be endorsed If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER NAMEACT Klbble&Prentice, a USI Co SC (lAC,,No,E.t1 206 441-6300 I�AAfc,Not 610-362-8530 601 Union Street,Suite 1000 E-MAIL ADDRESS Select@KPcom coin Seattle,WA 98101 NSURER(S)AFFORDING COVERAGE NAIC# INSURERA James River Insurance Company 12203 INSURED INSURER B Ohio Casualty Insurance Company 65315 Gary Harper Construction, Inc. INSURER C 14831 223rd Street SE INSURER D Snohomish,WA 98296-3989 INSURERE INSURER F COVERAGES CERTIFICATE NUMBER REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS _ IN SR ADL SUBR'I POLICY EFF POLICY EXP LIMITS IN R TYPE OF INSURANCE INSDR'WVD� POLICY NUMBER MWMNYYY)_LMMIDDIYYYYI A GENERAL LIABILITY X 1 000431572 5/01/2012 05101/2013 EACHOCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $50 000 _ CLAIMS-MADE L ","OCCUR I MED EXP(Anyone person) $ X BI1PD Ded 2,500 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $2,000,000 -X POLICY —]fEo-� LOC S B AUTOMOBILE LIABILITY X TBA51355107635 5I0112012 05/011201 °rnBiNEosiNcCEtinnlr- 51,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY tPer accident) $ AUTOS ALIT S NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS I X AUTOS (Peracadenh __- ` Med Payments $$5,000 A UMBRELLA LIAB X OCCUR X 000432042 05/01/2012 05/01/2013 EACHOCCURRENCE s20, 00,000 I X EXCESS LIAB CLAIMS-MADE AGGREGATE $2 000 000 DIED RETENTION$ S WORKERS COMPENSATION WC STATU- JOTH, STORY JIdT5 IFR -AND EMPLOYERS LIABILITY A ANY PROPR ETOR,PARTNERIEXECUTIVEYlN - 000431572 — 5/01/2012 05/01/201 E L EACH ACCIDENT_ _ $1 000,000 OFFICERIMEMBER EXCLUDED? EN NIA (MandatorymNH) WA STOP GAP EL DISEASE-EA EMPLOYEE S1,000,000 If yes,descr be under DESCRIPTION OF OPERATIONS below __ _Y_ E L DISEASE-POJCY LIMIT 51,000,000_ B Inland Marine BM01355107635 5101/2012 05/01/2013 $250,000 Limit Leased/Rented $500 Deductible E ui met DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,it more space is required) RE: East Hill Well Motor Control Center&Generator Upgrades-Project#12-3009 The General Liability and Auto Liability policy includes a blanket automatic Additional Insured endorsement that provides Additional Insured status to City of Kent,only when there is a written contract that requires such status,and only with regard to work performed on behalf of the named insured.The General Liability policy contains a special endorsement with Primary and Noncontributory wording.The Excess (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN a Washington Municipal Corporation ACCORDANCE WITH THE POLICY PROVISIONS Attn Public Works Department 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 n„r �,�„ —D w"�R'�©1988.200110 ACORD�CORPORATION All rights reserved ACORD 25(2010105) 1 of 2 The ACORD name and logo are registered marks of ACORD #S9649761/M9626284 RYBJU DESCRIPTIONS (Continued from Page 1) Liability policy follows form to the General Liability and Auto Liability polcies 30 day Notice of Cancellation or material change,including 10 days notice of cancellation included for non payment of premium SAGITTA 25 3(2010/05) 2 of 2 #S9649761lM9626284 POLICY NUMBER 00043157-2 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or amzation s : Locations Of Covered Operations Where required by written contract or agreement All operations of the Named Insured Information required to complete this Schedule if not shown above will be shown in the Declarations A. Section If — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the persons) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage' or 'personal and advertising injury "property damage"occurring after caused, in whole or in part, by 1. All work, including materials, parts or equip- 1. Your acts or omissions, or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the protect(other than service, maintenance behalf, or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insureds) at the locations) desig- covered operations has been completed or nated above 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing operations for a prin- cipal as a part of the same project CG 2010 07 04 0 ISO Properties, Inc , 2004 Page 1 of 1 O POLICY NUMBER 00043157-2 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Or anization s : tions Where required by written contract or agreement All operations of the Named Insured Information required to complete this Schedule, if not shown above will be shown in the Declarations Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tion(s) shown in the Schedule, but only with respect to liability for "bodily injury" or"property damage" caused, in whole or in part, by'your work" at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and included in the"products-completed operations hazard" CG 20 37 07 04 0 ISO Properties, Inc , 2004 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following ALL COVERAGE PARTS Name Of Additional Insured Person(s) Or Or anization s : If no entry appears above this endorsement applies to all Additional Insureds covered under this policy Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED AP5031US O4-10 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY LIMITATION - AMENDED AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS COMBINED LIABILITY POLICY SECTION III—LIMITS OF INSURANCE-The General Aggregate Limit applies separately to each"Project" of the Named Insured Notwithstanding the application of the General Aggregate Limit to each"Project' of the Named Insured, under no circumstances will we pay more than$10,000,000 for all claims under this policy that are subject to the General Aggregate limit For the purpose of this endorsement,the following definition is added "Project" means all work done by you or on your behalf, away from premises owned or rented to you, to complete an individual bid or negotiated contract to provide services for a specified period of time Multiple jobs,work orders, purchase orders, or work done at multiple "locations" under one contract are not separate"projects' within the meaning of this coverage ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5012US 12-03 Page 1 of 1 Policy No. : BAS1455407635 COMMERCIAL AUTO CABS 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY.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 ACCIDENTAL AIRBAG DEPLOYMENT 12 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 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS(including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE - BROADENED COVERAGE 10 GLASS REPAIR - WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(includmg employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN I LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION 11-LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION 11 - LIABILITY COVERAGE, paragraph A.I. - 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 (1) Is a partnersh+p or joint venture, or (2) Is an Insured under any other automobile policy, or (3) Has exhausted Its Limit 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-insured retention plan available to that organization, 02010 Liberty Mutual insurance Company All rights reserved CA 88 10 01 10 Includes copyrighted material of insurance Services Office Inc-,with its Permrssion Page 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" that occurred before you acquired or formed the organization 2. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, paragraph A.I. - WHO IS AN INSURED is amended to 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 the scope of their employment by you Insurance provided by this endorse- ment is excess 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 re- lated to the conduct of your business and within the scope of their employment Insurance provided by this endorsement 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, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority,to add such person,or organization,or governmental or public authority to this policy as an "insured" However, such person or organization 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 "accident" which takes place after you executed the 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 COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs(2)and (4)are replaced by the following (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover We do not have to furnish these bonds (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to$500 a day because of time off from work 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those Iunsdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added. SECTION II • LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you awn or hire SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows. 8 HIRED AUTO PHYSICAL DAMAGE Paragraph A 4, Coverage Extensions 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 under the 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 i i "10 Liberty Mutual Insurance Company All rights reserved CA 88 10 01 10 Includes copyrighted material of hrsurance Services Office inc with its Permission Page 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 "accident" 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 quality, 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 equal to the broadest coverage applicable to any covered "auto" you own w D. Subject to a maximum of$750 per "accident", e 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 exceeds 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 type, "light truck" or "medium truck" is dis- abled 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 c. 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 $, PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE, is amend- ed to provide a Itmit of$50 per day and a maximum limit of$1,500 02010 Liberty Mutual Insurance Company All rights reserved. CABS 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,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 you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages We will pay only for those expenses Incurred after the first 24 hours following the "accident" or "loss" to the covered "auto " b. Rental Reimbursement will be based on the rental of a comparable vehicle, 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 reasonable speed and similar quality, up to a maximum of 30 days. c. We wilt also pay tip to$500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto" d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill 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 expenses which is not already provided under Paragraph 4 Coverage Extension f. No deductible applies to this coverage For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE,A.COVERAGE,we will pay for the expense of returning a stolen covered "auto" to you The maximum amount we will pay Is$1,000 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, Is amended by adding the following 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 over any other collectible insurance B. SECTION V- DEFINITIONS Is amended by adding the following. For the purposes of this provision, "personal effects" mean tangible property that is worn 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 is amended by adding the follow- ing If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty However, we agree to pay any deductible applicable to the other cov- erage or warranty 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B EXCLUSIONS, exception paragraph a. to exclu- sions 4.c.and 4.d.Is deleted and replaced with the following. 02010 Liberty Mutual Insurance Company All rights reserved CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc,with its Permission Page 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 or not designed solely for the reproduction of sound, if the equipment is permanently 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 covered "auto" and physical damage coverages are provided for the covered "auto"; or It 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 Imposed under a lease due to high mileage, excessive use or ab- normal 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 balances from previous loans or leases, e. Final payment due under a "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. Ali 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 applicable In Texas S. 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. 02010 Liberty Mutual Insurance Company All rights reserved. CA 88 10 01 10 includes copyrighted material of Insurance Services Office Inc,with its Permission Page 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 glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible 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 to carry while it is, a. In the charge of an "insured", b. Legally parked, and c. Unoccupied The "loss" must 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 Declarations 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 IV-BUSINESS AUTO CONDITIONS,Paragraph B.2. is amended by adding the following If you unintentionally fall to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Busmess 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 exposure 18 AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM,SUIT,OR LOSS 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 when R is known to 1. You, if you are an individual; 2. A partner, if you area 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 Injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., 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 "accident" or "loss", our rights are waived also 02GIO Liberty Mutual Insurance Company All rights reserved CA 88 10 01 10 Includes copyriubted material of Insurance Services Office Inc,with its Permission Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period,Coverage 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, paragraph A. - CANCELLATION condition applies except as fol- lows. 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 effective date of cancellation This provision does not apply in those states which require more than 60 days prior notice of cancella- tion 02010 Liberty Mutual Insurance Company All rights reserved CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc,,with its Permission Page 7 of 7 Client#:579845 GARYHARPI DATE(MW=1YYYYI ACORD. CERTIFICATE OF LIABILITY INSURANCE 1 4130/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT.If the certificate holder Is an ADDITIONAL INSURED,the policy(his)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In I'NIu of such endorsement(s). PRODUCER czwrxdr- NAME Kibble fir Prentice,a USI Co SC PHJA�J N0.� 206441-6300 AIC N, 610 3628530 601 Union Street,Suite 1000 $ADDRESS-MAIL A Select@KPcom.com Seattle,WA 98101 INSUREW AFFORDING COVERAGE NAIC If IvSURERA.James River Insurance Company 12203 INSURED INSURERB•Ohio Security Insurance Company 24082 Gary Harper Construction,Inc. INSURERC.Ohio Casualty Insuance Company 24074 14831 223rd Street SE INSURERO Snohomish,WA 98296-3989 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED N07WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS tTq TYPE OF INSURANCE A gpLsy yp POLICY NUMBER MWOO EFF rPM ICY E%P LIMITS A GENERALUABRITY 000431673 DSIOI12013 OW0112014_❑EAACCHHOCCURRENCE $1,000000 X COMMERCIAL GENERAL LIABILITY PREMISES EaEaNcturtOarlce S50 000 CLAIMS-MADE C,OCCUR MED EXP(Any one person) $ PERSONAL BADV INJURY $1 00O 000 GENERALAGGREGATE s2,000,000 GENL AGGREGATE LIMIT APPLIES=ER PRODUCTS-COMMOPAGG s2,000,000 POLICY I X1 PECT17LOC S B AUTOMOBILE LIABILITY BAS1456107635 5/01/2013 0510112014CLI 31,000,000 X ANY AUTO BODILY IN LACY IPar Person) S ALL DINNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS I PROPERTY DAMAGE S X HIRED AUTOS X AUTOS Per accident X IM MED PAYMENTS $$5,000 A UMBRELLA UAB N OCCUR 000432043 05101112013 0510112014 EACH CCCURRENCE $2 000 000 X EXCESS UAB CLAIMS-MADE AGGREGATE $2 000 000 DED RE7E4TIOV S S WORKERS COMPENSATION WO STATU. OTH- FR AND EMPLOYERS'LIABILITY A ANY PROPRIEYORIPARTNERAEXECUTIVE YIN 000431573 5/01/2013 05/011201 EL EACHACCIDENT S1 000 000 OFFICHIIMELIBEREXCLUDED7 NIA (Mandatary In NH) WA STOP GAP E L DISFASE EA EMPLOYEE S1,000,000 11ye desrn0e under s DESCRIPTION OF OPERATIONS below E L DISEASE POLICY LIMIT $1,000,000 C Equipment Leased BM01465107636 610112013 6/0112014 $250K-DED:$600 or Rented From From Others DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IAltach ACORD 101,Additional Remarks Schedule,If Mare apace is requlred) RE:East Hill Well Motor Control Center&Generator Upgrades-Project#12-3009. The General Liability and Auto Liability policy includes a blanket automatic Additional Insured endorsement that provides Additional Insured status to City of Kent,only when there is a written contract that requires such status,and only with regard to work performed on behalf of the named insured.The General Liability policy contains a special endorsement with Primary and Noncontributory wording.The Excess (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ABOVE DESCRIBED IE L CANCELLED City of Kent THEEXPIRATION DATETHEREOF,, NOTICEWILLBE D BEFORE DELIVERED IN a Washington Municipal Corporation ACCORDANCE WITH THE POLICY PROVISIONS Attn:Public Works Department 400 West GOwe AUTHORIZED REPRESENTATIVE Kent,WA 98032 „r p 0. , r1PV,RD 'I W a'`•"`®1988-20110 ACORD CORPORATION.All rights reserved. ACORD 25(2010/06) 1 of 2 The ACORD name and logo are registered marks of ACORD #S96756521M9674663 SKVZP DESCRIPTIONS (Continued from Page 1) Liability policy follows form to the General Liability and Auto Liability polcies.30 day Notice of Cancellation or material change,including 10 days notice of cancellation included for non payment of premium. f sAatrrA 25 3(2010105) 2 of 2 #59675652JM9674563 POLICY NUMBER 00043157-2 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modes insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Locations Of Covered Operations Where required by written contract or agreement Ail operations of the Named Insured Information required to complete this Schedule if not shown above will be shown in the Deciarabons A. Section II —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply with respect to liability for"bodily injury", "property This insurance does not applyto damage" or "personal and advertising Injury" "property damage"occurring bodily injury"a after, caused,in whole or in part, by 1. Your acts or omissions,or 1. All work, including materials, parts or equip- ment furnished in connection with such work, 2. The acts or omissions of those aging on your on the project(other than service, maintenance behalf, or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed,or nated above 2. That portion of 'Your worts' out of which the injury or damage arises has been put to its in- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing operations for a prin- cipal as a part of the same project CG 2010 07 04 0 ISO Properties, Inc, 2004 Page 1 of 1 Q POLICY NUMBER: 00043157-2 COMNERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the foliovnng. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Or anization s : tions Where required by written contract or agreement All operations of the Named Insured_ Information required to complete this Schedule if not shown above will be shown in the Declarations Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organize- tion(s) shown in the Schedule, but only with respect to liability for"bodily injury' or"property damage"caused, in whole or in part, by"your work'at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and included in the"products-completed operations hazard". CG 20 37 07 04 C ISO Properties, Inc.,2004 Page 1 of 1 O THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Name Of Additional insured Person(s) Or Or anizatlon s : If no entry appears above,this endorsement applies to all Additional Insureds covered under this policy Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary,excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP6031US O410 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY LIMITATION - AMENDED AGGREGATE LIMITS OF INSURANCE PER PROJECT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS COMBINED LIABILITY POLICY SECTION III—LIM ITS OF INSURANCE-The General Aggregate Limit applies separately to each"Project"of the Named Insured Notwithstanding the application of the General Aggregate Limit to each"Project'of the Named Insured,under no circumstances will we pay more than$10,000,000for all claims under this policy that are subject to the General Aggregate limit For the purpose of this endorsement,the following definition is added- "Project'means all work done by you or on your behalf, away from premises owned or rented to you to complete an individual bid or negotiated contract to provide services for a specified period of time Multiple jobs,work orders, purchase orders, or work done at multiple"locations" under one contract are not separate°projects"within the meaning of this coverage ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP5012US 12-03 Page 1 of 1 COMMERCIAL AUTO CA88100110 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. . BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the fallowing: 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 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM,SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO,VISUAL AND DATA ELECTRONIC EOUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS(including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE-BROADENED COVERAGE 10 GLASS REPAIR -WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN 1 LEASE GAP 14 PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II.LIABILITY COVERAGE Is amended as follows: 1. BROAD FORM INSURED SECTION 11 -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: (1) Is a partnership or joint venture;or (2) Is an Insured under any other automobile policy,or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. 12) 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-insured retention plan oval table to that organization; 02010 Liberty Mutual Insurance Company.All rights reserved CA B810 01 10 Includes copyrighted material of Insurance Services Office Inc.,with ds Permission Page 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" that occurred before you acquired or formed the organization 2. EMPLOYEES AS INSUREDS SECTION it - LIABILITY COVERAGE, paragraph A.I.-WHO IS AN INSURED is amended to 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 the scope of their employment by you Insurance provided by this endorse- ment Is excess over any other insurance available to any"employee" g. An "employee" of yours white operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment Insurance provided by this endorsement is excess overany 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, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority,to add such person,or organization,or governmental or public authority to this policy as an "insured", However,such person or organization 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 "accident" which takes place after you executed the 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 COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs(2)and(4)are replaced by the following: (2) Up to $3,000 for cost of bad bonds (including bonds for related traffic violations) required because of an "accident'we cover We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings 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 entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added- SECTION 11 - LIABILITY, exclusion B.S. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto"you own or hire SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows: S. HIRED AUTO PHYSICAL DAMAGE Paragraph AA,Coverage Extensions 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 under the 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 i i 02010 liberty Mutual insurance Company All rights reserved CA 88 10 01 10 includes copyrighted matenaf of Insurance Services Office Inc,with ns Permission Page 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 anyone"accident" 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 quality,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 equal to the broadest coverage applicable to any covered"auto"you own, i D. Subject to a maximum of$750 per"accident",we will also cover the actual toss 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 exceeds 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 type, "light truck" or "medium truck" is dis- abled: 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 c. 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-PHYSICAL DAMAGE COVERAGE,is amend- ed to provide a limit of$50 per day and a maximum limit of$1,500 02010 Liberty Mutuet Insurance company All rights reserved. CA 88 10 01 10 Incivdes copyrighted material of Insurance Services Ol ice trio,with its Permission Page 3 of 7 F S. 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 you for the rental of an "auto" because of "accident" or"loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered"auto b. Rental Reimbursement will be based on the rental of a comparable vehicle, 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 reasonable speed and similar quality,up to a maximum of 30 days e. We will also pay up to$500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto" d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill a. 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 expenses which is not already provided under Paragraph 4.Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision,materials and equipment do not include"personal effects" as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION Ili-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,we will pay for the expense of returning a stolen covered"auto" to you The maximum amount we will pay is$1,000 11. PERSONAL EFFECTS COVERAGE A. SECTION Ili - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following 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 over any other collectible insurance. B. SECTION V-DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment,jewelry, money or securities. 12, ACCIDENTAL AIRBAG DEPLOYMENT SECTION ill -PHYSICAL DAMAGE COVERAGE,B. EXCLUSIONS is amended by adding the follow- ing 11 you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag, Any Insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION llt - PHYSICAL DAMAGE COVERAGE,B. EXCLUSIONS, exception paragraph a.to exclu- sions 4.c.and 4.d.is deleted and replaced with the following 02010 Liberty Mutual Insurance Company Alt rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc with its Permission Page 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 or not designed solely for the reproduction of sound, if the equipment is permanently 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 covered "auto" and physical 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 imposed under a lease due to high mileage, excessive use or ab- normal 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 balances from previous loans or leases, e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the"total loss" of a covered"auto", 9. 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", 1. 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"foss". 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 applicable 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. 02010 Liberty Mutual Insurance Company All rights reserved. CA 88 10 01 10 Includes copyrighted material or insurance Services Office Inc,with its Permission. Page 5 of 7 s 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 glass damage if the glass is repaired rather than replaced 16. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following. The deductible does not apply to "toss" caused by collision to such covered "auto" of the private passenger type or fight weight truck with a gross vehicle weight of 10,000lbs,or less as defined by the manufacturer as maximum loaded weight the"auto'is designed to carry while it is: a. In the charge of an "insured", b. Legally parked,and c. Unoccupied. The"loss"must 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 Declarations 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 IV.BUSINESS AUTO CONDITIONS,Paragraph B.2.is amended by adding the following, If you unintentionally fail to disclose any hazards, 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 exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM,SUIT,OR LOSS SECTION iV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following- In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to 1. You,it you are an individual; 2. A partner,if you are a partnership; 3. Member,if you are a limited liabdltycomperty; 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 injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., 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 "accident' or "loss",our rights are waived also. 0200 Liberty Mutual insurance Company,All rights reserved. CA 88 10 0110 Includes copyrighted material of Insurance Services office Inc,with its Permission, Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV-BUSINESS AUTO CONDITIONS, paragraph B.T.,Policy Penod,Coverage 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, paragraph A.- CANCELLATION condition applies except as fol- lows. K we cancel far 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 effective date of cancellation.This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. ®late Liberty Mutual Insurance Company All rights reserved CABS 10 01 10 Includes copyrighted material of Insurance Services Office Inc.with its Permission. Page 7 of 7 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms.........................................................1-1 1-02 Bid Procedures and Conditions.............................................1-2 1-03 Award and Execution of Contract..........................................1-6 1-04 Scope of the Work .............................................................1-7 1-05 Control of Work ............................................................... 1-10 1-06 Control of Material ........................................................... 1-18 1-07 Legal Relations and Responsibilities to the Public.................. 1-18 1-08 Prosecution and Progress .................................................. 1-23 1-09 Measurement and Payment ............................................... 1-28 1-10 Temporary Traffic Control ................................................. 1-30 DIVISION2 EARTHWORK.............................................................2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ............................2-1 2-02 Removal of Structures and Obstructions................................2-1 2-03 Roadway Excavation and Embankment .................................2-2 2-05 Well Protection ..................................................................2-4 2-06 Subgrade Preparation .........................................................2-4 2-07 Watering ..........................................................................2-5 2-08 Hazardous Lead Materials ...................................................2-5 DIVISION 4 BASES.......................................................................4-1 4-03 Gravel Borrow ...................................................................4-1 4-04 Ballast and Crushed Surfacing .............................................4-1 4-06 Asphalt Treated Base .........................................................4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control...........................8-1 8-12 Chain Link Fence and Wire Fence .........................................8-6 8-14 Cement Concrete Sidewalks ................................................8-6 8-26 Bollards............................................................................8-7 8-30 Project Signs.....................................................................8-7 DIVISION 9 MATERIALS...............................................................9-1 9-03 Aggregates .......................................................................9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls .........................9-4 9-14 Erosion Control and Roadside Planting ..................................9-4 9-16 Fence and Guardrail ...........................................................9-5 DIVISION 10 MEASUREMENT AND PAYMENT .............................. 10-1 E Hill Well/Brock March 4, 2013 Project Number. 12-3009 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 TECHNICAL SPECIFICATIONS.......................................................... A-3 PREVAILING WAGE RATES............................................................... A-4 E Hill Well Brock / March 4, 2013 Project Number 12-3009 KENT SPECIAL PROVISIONS The following Kent Special Provisions ( Kent Special Provisions") modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3. "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: E Hill Well/Brock 1 - 1 March 4, 2013 Project Number. 12-3009 r 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract Includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." 5. The current edition of the "International Building Code." 6. The current edition of the "International Plumbing Code." 7. The current edition of the "International Mechanical Code." 8. The current edition of Standards for the "American Water Works Association." k 9. The current edition of Standards for the "American National Standards Institute." 10. The current edition of Standards for the "American Standards Association." 11. The current edition of Standards for the "American Society for Testing and Materials." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain E Hill Well/Brock 1 - 2 March 4, 2013 Project Number 12-3009 t+ the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTIONS: 1-02.2(A) Reuse of Documents Contractor and any Subcontractor or Supplier shall not: 1. Have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. Reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 3. The prohibitions of this Paragraph will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 1-02.2(B) Electronic Data 1. Data furnished by Owner or Engineer to Contractor, or by Contractor to Owner or Engineer, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. E Hill Well/Brock 1 - 3 March 4, 2013 Project Number 12-3009 2. Because data stored in electronic media format can deteriorate or be modified Inadvertently or otherwise without authorization of the data's creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 30 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 30-day acceptance period will be corrected by the transferring party. 3. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond E Hill Well/Brock 1 - 4 March 4, 2013 Project Number. 12-3009 (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. E Hill Well/Brock 1 - 5 March 4, 2013 Project Number. 12-3009 SECTION 1-02.13 IS REVISED BY DELETING ITEM I(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING; 1-02.13 Irregular Proposals a. The bidder Is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included In the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed In two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. E Hill Well/Brock 1 - 6 March 4, 2013 Project Number• 12-3009 Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: E Hill Well/Brock 1 - 7 March 4, 2013 Project Number. 12-3009 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Supplemental Special Provisions (Technical Specifications) 4. Contract Plans S. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. E Hill Well/Brock 1 - 8 March 4, 2013 Project Number 12-3009 SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to Its intended use. Limits of construction are Indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that It has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. E Hill Well/Brock 1 - 9 March 4, 2013 Project Number 12-3009 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's E Hill Well/Brock 1 - 10 March 4, 2013 Project Number. 12-3009 operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by Incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal Imes, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one Initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, Illumination and slgnalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Vacant 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by Its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of E Hill Well/Brock 1 - 11 March 4, 2013 Project Number 12-3009 control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or Its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work reauests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer Intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition E Hill Well/Brock 1 - 12 March 4, 2013 Project Number 12-3009 stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet Is supplied. The Contractor, at its own expense, shall stake all other Items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other Items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at Its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) III umination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic Interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. E Hill Well/Brock 1 - 13 March 4, 2013 Project Number 12-3009 SECTION 1-05.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-05.6 Inspection of Work and Materials The Contractor is responsible for coordinating all Inspections. It is the Contractor's responsibility to be proficient in, and follow all Inspection requirements for each permitting agency. Failure to follow proper inspection and notification procedures may result in on-site work stoppages all at the Contractor's expense. No additional contract time shall be provided to Contractor for his failure to follow notification procedures. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or falls to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, Including the use of City forces or other contractors. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. E Hill Well/Brock 1 - 14 March 4, 2013 Project Number• 12-3009 a SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the pro3ect, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized Interruption of city facilities, the work necessary to correct the Items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notifythe Engineer and request in writing that the 9 q 9 Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. E Hill Well/Brock 1 - 15 March 4, 2013 Project Number 12-3009 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work Incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the E Hill Well/Brock 1 - 16 March 4, 2013 Project Number 12-3009 Engineer may determine their suitability for the purpose for which they were Installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be Included in the various contract bid Item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. E Hill Well/Brock 1 - 17 March 4, 2013 Project Number 12-3009 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. E Hill Well/Brock 1 - 18 March 4, 2013 Project Number 12-3009 The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. E Hill Well/Brock 1 - 19 March 4, 2013 Project Number 12-3009 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: Building and Diesel Fuel Tank Permits Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. E Hill Well/Brock 1 - 20 March 4, 2013 Project Number 12-3009 SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give Individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or Its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of burled facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. E Hill Well/Brock 1 - 21 March 4, 2013 Project Number 12-3009 The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Centuryl-i nk Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the Insurance requirements in the project Contract, which constitute the Contractor's Insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, It being understood that, in these matters, they are acting solely as agents of the City. E Hill Well/Brock 1 - 22 March 4, 2013 Project Number 12-3009 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall re ort in writing to the Engineer an conflict, error or promptly P 9 9 Y discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. (See Technical Specifications Section 01300) 2. A preliminary construction schedule. (See Technical Specification Section 01300) 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See Technical Specification Section 01300 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. E Hill Well/Brock 1 - 23 March 4, 2013 Project Number. 12-3009 SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 4:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8- hour working period for the contract shall be established at the preconstructlon conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 4:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours In advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 4:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. E Hill Well/Brock 1 - 24 March 4, 2013 Project Number: 12-3009 The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. i-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. E Hill Well/Brock 1 - 25 March 4, 2013 Project Number 12-3009 The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH. 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. E Hill Well/Brock 1 - 26 March 4, 2013 Project Number: 12-3009 SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific Impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. SECTION 1-08.9 IS SUPPLEMENTED WITH THE FOLLOWING: 1-08.9 Liquidated Damage Time allowed to complete the well shutdown and power transfer portion of the work as found in Technical Specifications Section 01010.1.02.A (Work Sequence) effects the City wide water delivery system. Failure to complete the work within the time allowed will harm the City. The well shut down and power transfer portion of the work shall have stand alone liquidated damages in addition to the liquidated damages covering the overall project. Because the City finds it impractical to calculate the actual cost of delay for failure to complete the work in Technical Specifications Section 01010.1.02.A on time it has established the following amounts for liquidated damages. For failure to complete the work in Technical Specifications Section 01010.1.02.A (Work Sequence) on time the Contractor agrees to pay liquidated damages for each working day beyond 10 working days at the rate of $750 for each additional working day necessary to complete this work including passing all inspections. Accordingly, the Contractor authorizes the City to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated damages related to overall project time for competition can be found by referencing WSDOT Standard Specifications Section 1-08.9. E Hill Well/Brock 1 - 27 March 4, 2013 Project Number. 12-3009 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING 'TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique Identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following Information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's Identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.7 Mobilization Mobilization shall be paid pursuant to the language within Division 10 of these Kent Special Provisions. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: E Hill Well/Brock 1 - 28 March 4, 2013 Project Number 12-3009 1. The cost of defective work not remedied. 2. Fees Incurred for material Inspection, and overtime engineering and Inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and Inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. E Hill Well/Brock 1 - 29 March 4, 2013 Project Number 12-3009 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from Injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Providing, installing, and removing construction signs will be considered incidental. SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this Item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control E Hill Well/Brock 1 - 30 March 4, 2013 Project Number 12-3009 devices, unless the contract provides for furnishing a specific temporary traffic control device under another Item. The Item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. Providing, installing, and removing all temporary traffic control devices will be considered incidental. E Hill Well/Brock 1 - 31 March 4, 2013 Project Number 12-3009 DIVISION 2 — EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP THE FIRST PARAGRAPH OF SECTION 2-01.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-01.1 Description Clearing and grubbing shall be performed by the Contractor to remove and dispose of unwanted debris, vegetative matter, and other Items within the construction limits shown on the plans or directed by the Engineer. Do not remove organic material including plants, grasses, trees and native topsoil unless it is required to be removed to facilitate construction or directed by the Engineer. In Instances where the Contractor is allowed to clear areas to facilitate construction but is not required to, any areas disturbed by construction shall be surface restored to existing or better condition Including matching surface restoration as directed by the Engineer. Where the Contractor is allowed to clear areas to facilitate construction, surface restoration shall be completed at no additional cost to the owner. Protect root system of remaining plants and trees from smothering. Restrict vehicular traffic to prevent any compaction of soil over root systems. Excavate within drip line of trees only where shown on the plans or directed by the Engineer. Where trenching Is required within drip line, tunnel under or around roots by methods that do not tear or compromise the health of the roots. Do not cut main lateral roots exceeding 2-Inches in diameter. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this pro3ect: E Hill Well/Brock 2 - 1 March 4, 2013 Project Number 12-3009 1. 2. The salvaged materials listed above shall be removed, hauled and stored at the following site(s): 1. 2. All Improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement to an approved off-project disposal site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed or new pavement, sidewalk, or curb that is to be added. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 3. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 4. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.1 Description All excavated material shall be removed from project site by Contractor to a Contractor-provided disposal site with the exception of any native material the Engineer determines Is suitable for backfill. The Engineer E Hill Well/Brock 2 - 2 March 4, 2013 Project Number 12-3009 will determine the suitability of native material use the moment before placement. Excavation shall include the digging, scraping, and removing existing native material, abandoned or Interfering utilities, abandoned or interfering structures and any other obstacles necessary for the construction of the Improvements shown on the plans. Structural excavation shall be performed to the limits shown on the plans and / or established by the Engineer. The base of the excavation shall extend laterally a minimum of 2 feet beyond the structure unless specified otherwise. Excavated material may be stockpiled within the construction limits only. SECTION 2-03.3 7 C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. I The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. Compaction tests will be performed in the following locations: A. Trench backfill crossing roads and site access road and parking areas. B. Access road and parking areas for both fill materials and native subgrade. C. Generator inertia pad and structure for both fill materials and native subgrade. All compaction tests if required will be performed by the City. Areas of native undisturbed subgrade shall be visually inspected by the Engineer prior to placement of any material overtop. Contractor shall coordinate with the Engineer a minimum of 48 hours prior to inspection being needed. E Hill Well/Brock 2 - 3 March 4, 2013 Project Number 12-3009 DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-05 WELL PROTECTION 2-05.1 Well and Aquifer Protection The existing on-site potable water wells must be protected by Contractor at all times. The Contractor is responsible for aquifer water quality during the entire construction phase and shall take all means necessary to protect the water quality. The Contractors equipment shall be clean and free of leaks prior to delivering it to the project site. The Engineer will inspect the Contractors equipment for cleanliness and leaks at the site upon delivery, and throughout the duration of the project. At the Engineers sole discretion, he may order the Contractor to remove and replace the equipment and / or order the use of vegetable oil in hydraulic equipment. Contractor shall prepare a Spill Response Plan and submit a copy of said plan to Engineer. The Contractor shall maintain a spill response kit on site and immediately contain and cleanup any spills that occur during construction. Contractor shall notify Engineer of any spills. Equipment refueling shall be performed on an impervious surface outside of the 100-foot well radius identified on the plans. During Construction, if there is any toxic spill or release discharged into the environment, report the location, quantity, date and time of the spill or release to the Washington State Emergency Management at 1- 800-258-5990 and the Engineer. Spills shall be monitored, contained, and cleaned up to applicable codes and to the satisfaction of the Engineer at the Contractor's expense. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. E Hill Well/Brock 2 - 4 March 4, 2013 Project Number. 12-3009 SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be Included by the Contractor in the unit contract price of other bid Items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-08 HAZARDOUS LEAD MATERIALS 2-08.1 Presence of Lead Material Unless noted otherwise on the project plans or specifications, the Owner is not aware of any hazardous lead containing materials on or in the project site. If the Contractor discovers hazardous lead materials, they shall notify the Owner as to where hazardous lead materials are located. Due to the OSHA Right to Know Laws, the Owner is required to notify the Contractor that hazardous lead materials exist or if not known but discovered, the Owner is required to mitigate the removal of the hazardous lead materials. E Hill Well/Brock 2 - 5 March 4, 2013 Project Number 12-3009 The Contractor shall follow all requirements and regulations for hazardous waste removal and disposal. The Contractor shall meet the following qualifications to be eligible to be selected to perform lead removal and demolition or disposal work for this project: 1. Meet State and Local OSHA and WSHA requirements for lead abatement. 2. Meet State hazardous removal requirements (Department of Ecology). 3. Not have received a citation from the Puget Sound Air Pollution Control Agency related to lead abatement within the last year. 4. Possess occurrence based liability insurance coverage. E Hill Well/Brock 2 - 6 March 4, 2013 Project Number 12-3009 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the Imes, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans or as directed by the Engineer. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth In Section 4- 04.4. 4-03.5 Payment Contractor shall include the costs of specified material in other bid items contained in the Proposal. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. E Hill Well/Brock 4 - 1 March 4, 2013 Project Number 12-3009 SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed z inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement Is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs Incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. 4-06 ASPHALT TREATED BASE SECTION 4-06.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-06.3(6) Spreading and Finishing ATB shall be compacted In lifts not to exceed 4 Inches unless otherwise directed. SECTION 4-06.3(7) IS REVISED BY REPLACING THE FIRST SENTENCE WITH THE FOLLOWING: 4-06.3(7) Density ATB shall be compacted to a density of at least 85 percent of maximum theoretical density (rice density). E Hill Well/Brock 4 - 2 March 4, 2013 Project Number 12-3009 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also Includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BYADDING THE FOLLOWING; 5-04.1 Description Section 5-04 of the WSDOT Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt" as included, except as modified herein. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 400± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. E Hill Well/Brock 5 - 1 March 4, 2013 Project Number 12-3009 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, Is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class 1/2" asphalt concrete shall be 1 1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered In the State of Washington. SECTION 5-04.3(.10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 2 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. E Hill Well/Brock 5 - 2 March 4, 2013 Project Number 12-3009 At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactlbllity of the mix design. Compactlbllity shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge In accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction E Hill Well/Brock 5 - 3 March 4, 2013 Project Number 12-3009 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01.3(2)B and 9-14.2 Fertilizer ...............................8-01.3(2)B and 9-14.3 Mulch and Amendments ..........8-01.3(2)D and 9-14.4 Tackifier ...............................8-01.3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per Contractors approved Temporary Erosion/Sedimentation Control Plan (TESCP) and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be considered Incidental. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. E Hill Well/Brock 8 - 1 March 4, 2013 Project Number 12-3009 During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS DELETED AND REPLACED WITH THE FOLLOWING: $-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall prepare and submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Temporary Erosion and Sediment Control (TESC) Plan 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual E Hill Well/Brock 8 - 2 March 4, 2013 Pro3ect Number 12-3009 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate Implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas disturbed as part of this project shall be hand seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, seeding of the approved areas shall begin immediately. Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. 1. Grass seed shall be uncoated, purchased from a recognized distributor, and shall be applied pursuant to the recommendations of the manufacturer including the rate of application. E Hill Well/Brock 8 - 3 March 4, 2013 Project Number 12-3009 The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the seeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas, or other method approved by the Engineer. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. E Hill Well/Brock 8 - 4 March 4, 2013 Project Number: 12-3009 1 SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed or re- mulch as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place on the project site. Fuel, oil, and chemicals shall be dispensed only during daylight hours with equipment located on an impervious surface outside of the 100 foot well radius shown on the plans. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No process waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. E Hill Well/Brock 8 - 5 March 4, 2013 Project Number 12-3009 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified In accordance with the plans, these specifications, and In reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall match the existing fencing as directed by the Engineer. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be In general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street Intersections, curb return driveways, or other locations In accordance with these specifications and In reasonable close conformity to the dimensions and cross-sections shown In the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed In the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. E Hill Well/Brock 8 - 6 March 4, 2013 Project Number 12-3009 After trowling and before Installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-Inch premolded joint filler. 8-26 BOLLARDS 8-26.1 Description This work shall consist of providing WSDOT Type 1 Removable Bollards, then installing them at the locations shown on the plans and described by the specifications and details. 8-26.2 Materials Foundation shall be cement concrete class 3000 and rebar shall be A60 steel. Bedding shall by 5/8 inch crushed gravel. If the Contractor damages the painted finish of the bollards, the Contractor shall retouch the bollards with a paint type specified by the design detail. 8-26.3 Construction Requirements The bollard shall be installed plumb, and spaced as shown on the plans or directed by the Engineer. The foundation shall not be less than 18 inches in diameter and 24 Inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of a project sign where shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. E Hill Well/Brock 8 - 7 March 4, 2013 Project Number 12-3009 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 Inch x 6 Inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. E Hill Well/Brock 8 - 8 March 4, 2013 Project Number 12-3009 DIVISION 9 - MATERIALS Note: All Imported fill material shall be free of hydrocarbons (e.g. gasoline, diesel, oil, etc.), pesticides, herbicides and other hazardous volatile organic compounds (VOC's) and synthetic organic chemicals (SOC's). The Contractor shall provide certification from an independent testing laboratory to the Engineer that demonstrates imported materials used on this project are free of these products / chemicals. Imported fills or materials found not to be compliant with regulatory standards shall be over excavated, hauled off site, and disposed of properly, at the sole expense of the Contractor. Contractor shall prepare and submit to Engineer submittals for all materials proposed to be used on the project. 9-03 AGGREGATES SECTION 9-03.9(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.9(3) Crushed Surfacing Crushed surfacing meeting the requirements of this section shall be used for fill placed below, beside and against building components, building structures, vaults, manholes, handholes, slabs, sidewalks, drives, and for fill used In all other areas unless called for on the plans. Material shall bear on a firm base and be placed in uniform layers not exceeding 12-inches in loose thickness. The placement area shall be free of standing water and the subgrade soils must be stable. Each layer of material shall be compacted to at least 95 percent of Its maximum dry density. The word "substantially" is deleted from the second sentence. SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 Inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. E Hill Well/Brock 9 - 1 March 4, 2013 Project Number 12-3009 SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized In advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted In the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.14(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.14(3) Common Borrow Common Borrow shall be used for all fill required for this project that is not specifically defined as another type of material. The material shall be free of individual particles having a maximum dimension larger than 5 inches. The moisture content of the material and weather conditions at the time of placement will be used by the Engineer to determine the suitability of using native materials for backfi I I. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. E Hill Well/Brock 9 - 2 March 4, 2013 Project Number. 12-3009 Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.19 IS SUPPLEMENTED BYADDING THE FOLLOWING: All material placed above the pipe bedding in a trench shall meet the requirements of this section, except the top 2-inches which shall be top- soil conforming to 9-14.1(3). Material shall be placed and compacted in uniform layers not to exceed 24-Inches in loose thickness to 2-inches below finished grade elevation. Each lift shall be compacted to at least 85 percent of its maximum dry density. SECTION 9-03.21(i)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. E Hill Well/Brock 9 - 3 March 4, 2013 Project Number 12-3009 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and contain no fertilizers or manure. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 9-14.1(1)A Rotted Manure Topsoil shall contain no manure. 9-14.1(1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) .... 100% Passing 1 mm sieve............................. 80% minimum Passing 0.15 mm sieve ........................ 15% maximum E Hill Well/Brock 9 - 4 March 4, 2013 Project Number 12-3009 a SECTION 9-14.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-14.2 Seed Grass seed shall be uncoated, purchased from a recognized distributor, and shall be applied pursuant to the recommendations of the manufacturer Including the rate of application. SECTION 9-14.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-14.3 Fertilizer No fertilizer shall be used on site. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, manure or toxic or otherwise harmful materials. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-Inhibiting Ingredients. It shall be manufactured in such a manner that after addition and agitation In slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-16 FENCE AND GUARDRAIL SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: E Hill Well/Brock 9 - 5 March 4, 2013 Project Number 12-3009 Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width, height, top and bottom finish of the fabric shall and mounting hardware shall match existing fencing. E Hill Well/Brock 9 - 6 March 4, 2013 Project Number. 12-3009 _9 DIVISION 10 - MEASUREMENT AND PAYMENT 10.0 - GENERAL Bid proposal items listed in this section shall be paid as described herein; and shall supersede any conflicting provisions of this Contract, the Standard Specifications, Amendments, GSPs, Technical Specifications, and previous section(s) of the Kent Special Provisions. For further description and requirements of the work and material, see the appropriate portion of the Standard Specifications and Amendments. Also see the sections referenced herein the Kent Special Provisions and General Special Provisions. Any item of work, labor, materials or equipment not listed as a specific bid item in the Bid Proposal is incidental to the Proposal Bid Items. BID ITEM NO. 1000 — MOBILIZATION, DEMOBILIZATION, SITE PREPARATION AND CLEAN-UP Lump sum price covers complete cost of furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare site for construction operations; maintain site and surrounding areas during construction; move all personnel and equipment off site after contract completion, and provide as-built data; cleanup site prior to final acceptance; and accomplish all other items of work not specifically listed in other divisions. Payment shall be lump sum. No more than 50 percent of bid amount for this item will be paid before final payment request, and this bid amount may not be more than 5 percent of value of total contract. BID ITEM NO. 2000 — SITE WORK Lump sum price shown shall cover the complete cost of providing all site work relating to construction of Improvements as shown on the Plans and specified herein. Work Includes, but is not limited to: structure excavation, backfill, and compaction; site grading and paving; temporary construction fencing; temporary erosion and sedimentation control; disposal of excess material; control of water; landscaping; trenching; excavation; removal of unsuitable materials; select bedding; backfill; appurtenances; dewatering; restoration for underground utilities; and all other work necessary for a complete installation of all sltework and underground utilities. Payment shall be lump sum. BID ITEM NO. 3000 - STRUCTURAL Lump sum price shown shall cover the complete cost of providing all materials, equipment and labor necessary for constructing the generator shelter structure, elevated walkways, generator inertia pad, equipment pads, and all other structural work complete as shown on the Plans and detailed in the contract specifications including: cast-in-place concrete, pre-cast concrete, miscellaneous metal work, ceilings, insulation, carpentry, roof, waterproofing, patching, repairing, and testing. Payment shall be lump sum. E Hill Well/Brock 10 - 1 March 4, 2013 Project Number 12-3009 BID ITEM NO. 4000 - ELECTRICAL The lump sum price shown shall cover the complete cost of providing all labor, materials, equipment, permitting, and coordination necessary for constructing the electrical work shown on the Plans and detailed in the contract specifications. Payment shall be lump sum. BID ITEM NO. 5000 — FORCE ACCOUNT WORK This Item establishes a fixed amount set aside to be used to pay for force account work at the City's discretion. BID ITEM NO. 6000 — TEMPORARY EROSION/SEDIMENTATION POLLUTION CONTROL This item establishes a fixed amount set aside to be used to pay for force account work, at the City's discretion, for temporary erosion/sedimentation pollution control above and beyond those provision required of Contractor as stated within the Kent Special Provisions. E Hill Well/Brock 10 - 2 March 4, 2013 Project Number 12-3009 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-2 Temporary Hydrant Connection it E Hill Well/Brock A - 1 March 4, 2013 Project Number 12-3009 ISCHARGE/FLUSHING APPROVED CROSS DECHLORINATION CONNECTION CONTROL DEVICE AND METER SUPPLY HOSE �, 1 / TEMPORARY TEST SAMPLING FAUCET BLOCKING CONTROL VALVE NEW WATER MAIN TEMPORARY CAP OR PLUG I APPROVED CROSS DISCHARGE/FLUSHING CONNECTION CONTROL DECHLORINATION DEVICE AND METER TEMPORARY BLOCKING SAMPLING FAUCET CONTROL VALVE \\-� NEW WATER MAIN TEMPORARY CAP OR PLUG NOTES: NOTE. THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. THE USER SHALL PROVIDE THEIR SOSEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OWN GATE VALVE BETWEEN THE `I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1�METER AND DISCHARGE POINT pF WASH THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST "'ti, CITY OF KENT 2 CROSS CONNECTION CONTROL z ENGINEERING DEPARTMENT DEVICE AND METER SHALL BE SUPPORTED IF NOT RESTING ON TEMPORARY HYDRANT THE GROUND -o R 21493 p .•.....To. CONNECTION DESIGNED FS�OhI AI` DRAWN SCALE NONE STANDARD PIAN CHECKED DATE 6-11-99 3—r� oxpwem APPROVED L Septe,nre,2009 WSDOT STANDARD PLANS ROADSIDE AND SITE DEVELOPMENT H-60.10-01 Bollard Type 1 E Hill Well/Brock A - 2 March 4, 2013 Project Number. 12-3009 a w a w z Foo ww F .aiIL j m c s a m is z q 0 � w ; U v O o c H zn Z' NIM.a' niw v' c .s W w� z x yO v z � Z Q� LLkl Qa N iSz a x6 6N .DtZ-,t a Z ¢U •N N< H gFQ F m 'O zU 1 � leWW OK Fm a a� w S a v w w u $ W age a_ r y w}a} Z U) z a awa a q1N w Jo @ U CL uz N nN0 C O N,, O z r o� j rz zm K @ m f a •a m W L°a g H p 89 __ 5 1° a � - 5 V NIW.l W re MMM"a a a � �z � 3 r--�T 77-77, e S 5 N a zz w� > 2 `� aka �rc chi W U' ?WO f O O,O ar sa Z WUa_ gg a . U ZZ LL a 0_ e�s o @0 O O SN3213811IS AS NMVUa 0 TECHNICAL SPECIFICATIONS SECTION DESCRIPTION DIVISION 1 GENERAL REQUIREMENTS 01010 SUMMARY OF WORK AND CONTRACT CONSIDERATIONS 01040 COORDINATION AND PROJECT REQUIREMENTS 01190 SEISMIC REQUIREMENTS 01300 SUBMITTALS 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01700 CONTRACT CLOSEOUT DIVISION 2 SITEWORK NOT USED IN THIS PROJECT DIVISION 3 CONCRETE NOT USED IN THIS PROJECT DIVISION 4 MASONRY NOT USED IN THIS PROJECT DIVISION 5 METALS NOT USED IN THIS PROJECT DIVISION 6 CARPENTRY NOT USED IN THIS PROJECT DIVISION 7 THERMAL AND MOISTURE PROTECTION NOT USED IN THIS PROJECT DIVISION 8 OPENINGS NOT USED IN THIS PROJECT DIVISION 9 FINISHES NOT USED IN THIS PROJECT E Hill Well/Brock A - 3 March 4, 2013 Project Number 12-3009 DIVISION 10SPECIALTIES 10400 IDENTIFYING DEVICES DIVISION 11 EQUIPMENT NOT USED IN THIS PROJECT DIVISION 12 FURNISHINGS NOT USED IN THIS PROJECT DIVISION 13SPECIAL CONSTRUCTION NOT USED IN THIS PROJECT DIVISION 14CONVEYING SYSTEMS NOT USED IN THIS PROJECT DIVISION 15 MECHANICAL NOT USED IN THIS PROJECT DIVISION 16 ELECTRICAL 16010 BASIC REQUIREMENTS 16030 TESTING 16060 GROUNDING AND BONDING 16120 CONDUCTORS 16130 CONDUITS, RACWAYS, BOXES, AND FITTINGS 16135 SITEWORK 16140 WIRING DEVICES 16210 UTILITY SERVICE 16230 ENGINE GENERATOR SET - DIESEL 16410 SWITHCES AND CIRCUIT BREAKERS 16411 TRANSFER SWITCHES 16422 MOTOR CONTROL CENTER 16440 PANELBOARDS 16460 DRY-TYPE TRANSFORMERS 16500 LIGHTING DIVISION 17AUTOMATIC CONTROL 17000 AUTOMATIC CONTROL E Hill Well/Brock March 4, 2013 Project Number, 12-3009 SECTION 01010 SUMMARY OF WORK AND CONTRACT CONSIDERATIONS PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work generally consists of replacing the Motor Control Center at the East Hill Well building, installation of a exterior rated standby diesel generator, construction of a shelter and elevated maintenance walkways for the generator, installation of a service rated Automatic Transfer Switch, and other electrical and site work stated in the contract documents. 1.02 WORK SEQUENCE A. Construct work in phases to accommodate Owner's continued use and operation of existing facilities. Coordinate construction schedule with Engineer. The Owner's existing well, treatment facilities, and site have a downtime requirement of a maximum of 14 calendar days. The downtime shall occur between July 15th and August 22nd and shall be met by the Contractor. The Contractor shall coordinate with the Engineer to provide 14 days notice prior to beginning the downtime. Contractor shall have all required permits and materials in his possession prior to commencing work during this downtime period. The Contractor shall schedule his work such that one Utility power outage will be used to construct all of the electrical improvements at the East Hill Well building including replacement of the PSE Contact Transformer, installation of the new service rated automatic transfer switch, installation of the new Motor Control Center (MCC), conduit and conductor installation from the existing well and the MCC, conduit and conductor installation from the new MCC and the existing Corrosion Control building, installation of the new generator disconnect, and all other improvements identified for the East Hill Well Building and / or site that need to be performed within this specified time period to only shut down power to the production well and Corrosion Control building one time during construction. Contractors bid shall include the cost of premium time to perform work on weekends or outside of normal working hours and more than one shift to complete said work in this time frame including successfully passing all required inspections. 1.03 CONTRACTOR'S USE OF SITE AND OWNERS CONTINUED OPERATIONS A. The Contractor shall confine his use of the site for work and storage to the limits shown on the Drawings and imposed by any permits. The Contractor's use of adjacent lands and roads for access to move onto and off of the site and for daily access of works, material and equipment shall be arranged and scheduled to minimize interference with the Owner's continued operations. Summary of Work and Contract Considerations 01010-1 March 5, 2013 Project Number 12-3009 B. The Owner intends to continue operation of its existing well and Corrosion Control building throughout the construction period, except for the time period described in 01010.1.02.A. The Contractor shall plan and schedule its work to minimize impacting both the Owner's continued operations and shall, at all times, maintain safe access for the Owner's operating personnel and equipment. Contractor shall not block access to private property. C. The Contractor shall be responsible for maintaining safe emergency exiting for the Owner's, Engineer's, and Contractor's personnel and private property owners in all areas affected by the Contractor's work. D. If operation of the Owner's existing facilities are adversely affected by the Contractor's work, the Owner may suffer a financial loss and may make a claim against the Contractor to recover its loss. 1.04 DOCUMENTING EXISTING CONDITIONS A. Prior to commencing the Work, tour the site with the Owner. Examine and document photographically and in writing the condition of existing buildings, paving, equipment, improvements, and landscape planting on or adjacent to the site. This record shall serve as a basis for determination of subsequent damage due to the Contractor's operations and shall be signed by all parties making the tour. Record existing conditions on a Video Tape. Provide the Owner with a copy of the tape and written observations of the conditions prior to starting work. 1.05 SHUTDOWN OF EXISTING UTILTIES, SERVICES OR OPERATIONS A. Obtain the Owner's approval at least 72 hours prior to the shutdown of any utility, service, or operation of any existing facility. However, a minimum of 14 days notice shall be provided requesting approval to shut down the East Hill Well building and PSE power source (see 01010.1.02.A). Give required notice and make appropriate arrangements with utility owners and other affected parties prior to shutdown of any utility service. The Contractor's Bid shall include the cost of premium time to perform work requiring utility shutdowns on weekends or outside of normal work hours. B. Schedule utility service of operation shutdowns for periods of minimum use and at the Owner's convenience. Have all required material, equipment, and workers on site prior to beginning any work involving a possible shutdown. Perform work as required to reduce shutdown time to the minimum. In some cases, this may require increased numbers of workers and/or premium time, night, or weekend work. The Contract Price shall include the cost of additional workers and premium time work required to minimize the impact of utility service or operations shutdowns. C. Coordinate any shutdown with the service utility, Owner, and the Engineer. Submit a detailed plan for proposed shutdown with estimated time to the Engineer for favorable review at least two weeks before shutdown. Summary of Work and Contract Considerations 01010-2 March 5, 2013 Project Number 12-3009 1.06 SCHEDULE OF VALUES A. Submit the Schedule of Values at least 20 days prior to the first application for payment. B. The Contractor's Schedule of Values shall be in a form acceptable to the Engineer and have at least the following level of detail: a separate line item for each technical specification section, for site mobilization, for Construction Scheduling, for bonds and insurance, for final cleanup and for final deliverables. Subdivide final deliverables into: Record Drawings; Operation and Maintenance Manuals with Parts Lists; and Special Guarantees. Include the appropriate specification section and paragraph number for each line item. Subdivide major trades or portions of the work into multiple line items that relate to the bid items to aid monthly progress evaluations in accordance with the following example: Concrete Work Foundations Slab on grade Standby generator & fuel tank Generator structure Elevated generator walkways Trenching & Conduit Motor Control Center Automatic Transfer Switch Paving, etc. C. Uniformly pro-rate overhead and profit over all items in the Schedule of Values. The Schedule of Values shall represent the actual cost of each segment of the work and shall not allocate higher costs, overhead or profit to work items scheduled for early completion. Revise and resubmit the Schedule of Values, if the Engineer objects to the allocation of cost or the level of detail provided. 1.07 APPLICATION FOR PAYMENT A. Contractor shall submit an application for payment to the Engineer on the 251h of each month based on the work performed to that date. Line items on the Application for Payment shall be the same as those used on the Schedule of Values. The Engineer will meet with the Contractor to review the line item amounts proposed for payment by the Contractor. The Engineer will review the amounts and make the final determination of the appropriate amount to be paid. 1.08 CONTRACT MODIFICATIONS A. Methods of modifying the Contract Documents are covered in the Standard Specifications Section 1-04.4 Changes as modified by the Kent Special Provisions. B. The following documents may be used by the Engineer: Summary of Work and Contract Considerations 01010-3 March 5, 2013 Project Number. 12-3009 1. Request for Quotation: Issued by the Engineer, a Request for Quotation is used to describe a proposed change and requests a cost quotation from the Contractor but does not authorize a change in the Work or in the Contract Time or Price. 2. Change Order: Signed by the Engineer signifying its recommendation, and signed by the Contractor and Owner signifying their acceptance, a Change Order changes the Scope of Work and possibly the Contract Price and/or Contract Time. 3. Work Directive Change: Signed by the Owner (and in some cases by the Contractor) signifying their acceptance and issued by the Engineer, a Work Directive Change is used: (1) to direct the Contractor to do extra work on a cost accounting basis with a fixed maximum sum when the Owner and Contractor have not agreed on the price and time for the change, and (2) to direct the Contractor to do work that the Contractor contends is not included in the contract scope. Work done under case 1 will be converted to a Change Order when the Contractor and Owner agree on the change in price and time. The Contractor may make a claim under the Standard Specifications as modified by the Kent Special Provisions for recovery of cost and time extension for work done under case 2; but if the claim is denied because the work is determined to be included in the contract scope, then the Contract Time and Price will not be changed. Work done under both cases 1 and 2 shall be done in accordance with the requirements for work done on a cost accounting basis described in the Kent Special Provisions. 4. Response to Request for Information: Issued by the Engineer, a Response to Request for Information is used to order or document minor changes in the work consistent with the intent of the Contract Documents and NOT involving a change in price or time. Information issued on a Response to Request for Information shall NOT authorize a change in Contract Price or Contract Time and shall not be considered a Constructive Change Order. If the Contractor considers that a Response to Request for Information would cause a change in Contract Price or Time, it shall notify the Engineer in writing within 5 days of receipt of the Response to Request for Information and shall not proceed with the work. 5. The Contractor hereby expressly waives any claim or right to make a claim for an increase in contract time or price without written notice to the Engineer of the Contractor's intent to make a claim 5 days prior to proceeding to execute the work or portion thereof giving rise to such claim. 6. The Contractor agrees that it shall not consider any Response to Request for Information, order, instruction, clarification, suggestion or any other communication either written or oral, given intentionally or unintentionally by the Engineer, Owner or any other person as authorization or direction to do any work that would cause a change in contract Time or Price unless it is a formal written Change Order or Work Directive Change signed by the Owner. 1.09 REGULATORY REQUIREMENTS A. The codes and regulations adopted by the State and other governmental authorities having jurisdiction shall establish minimum requirements for Summary of Work and Contract Considerations 01010-4 March 5, 2013 Project Number 12-3009 this project. This project shall comply with the most recent publication of those identified in Kent Provisions 1-01.3. B. The latest edition of the requirements in effect at the date of submission of bids shall apply. C. The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations, codes, and lawful orders of public authorities bearing on furnishing and performing the Work. D. Before starting work, the Contractor shall carefully study and compare the Contract Documents with each other and with existing site conditions and field measurements. The Contractor shall immediately report any discovered deficiencies including code violations to the Engineer, in writing. The Contractor is not responsible for finding all deficiencies but will be held responsible for construction required to correct deficiencies or code violations that the Contractor had knowledge of or should reasonably have had knowledge of and did not report to the Engineer in writing. Report deficiencies prior to proceeding with the Work. E. Paragraphs addressing Pre-Engineered Systems and Performance Specifications in other Sections cover the Contractor's responsibility to comply with code requirements when (1) performance specifications are used to describe all or portions of Work or items and (2) when pre- engineered (contractor designed) systems are specified. F. In cases where the Contract Documents are more restrictive than applicable codes, the Contractor shall comply with the Contract Documents. 1.10 REFERENCE STANDARDS A. When these specifications state that Work or tests shall conform to specific provisions in a referenced standard, specification, code, recommendation, or manual published by an association, organization, society, or agency the referenced provisions shall be considered a part of these specifications as fully as if included in total. When these specifications or applicable codes contain higher or more restrictive requirements than those contained in referenced standards these specifications or applicable codes shall govern. B. The latest edition of a referenced standard published at the time of submission of bids shall apply unless a specific date for the referenced standard is cited in these specifications. C. Provisions in referenced standards, specifications, manuals, or codes shall not change the duties and responsibilities between any of the parties involved in this work from those described in the Contract Documents. Provisions in referenced standards with regard to measurement and payment shall not apply to this Work unless specifically cited. Summary of Work and Contract Considerations 01010-5 March 5, 2013 Project Number 12-3009 1.11 SPECIFICATION LANGUAGE AND STYLE A. Many parts of the Specifications as well as notes on the Drawings are written in the active voice and are addressed to the Contractor. 1. When words or phrases requiring an action or performance of a task are used, it means that the Contractor shall provide the action or perform the task. For example: provide, perform, install, furnish, erect, connect, test, operate, adjust, or similar words mean that the Contractor shall perform the action or task refereed to. 2. When words or phrases requiring selection, acceptance, approval, review, direction, designation, or similar actions are referred to, it means that such actions are the Owner's or the Engineer's prerogative and that the Contractor must obtain such action before proceeding. B. Requirements in the Specifications and Drawings apply to all work of a similar type, kind, or class even though the work "all" or "typical" may not be stated. 1.12 DEFINITIONS A. The following terms, when used in the Contract Documents, shall have the meanings listed: ACCEPTABLE "acceptable to the Engineer" PERFORM "perform all operations required to complete the work referred to in accordance with the intent of the Contract Documents" PROVIDE "furnish and install the work referred to including proper anchorage, connection to required utilities or other work, testing, adjustment, and startup ready to put in service and perform the intended function" REQUIRED "required by the Contract Documents or required to complete the Work and produce the intended results" SATISFACTORY "acceptable to the Engineer" SHOWN "as indicated on the Drawings" SITE "geographical location of the Project and land within the work area shown on the contract drawings and within which the Work will be installed or built" SPECIFIED "as written in the Contract Documents including the Specifications and the Drawings" SUBMIT "submit to the Engineer" Summary of Work and Contract Considerations 01010-6 March S, 2013 Project Number 12-3009 1.13 ABBREVIATIONS A. The following acronyms or abbreviations are used in these specifications for the organizations listed. Abbreviation Stands for AASHTO American Association of State Highway and Transportation Officials AAMA Architectural Aluminum Manufacturers Association ABMA American Boiler Manufacturers Association ACI American Concrete Institute ADC Air Diffusion Council AGA American Gas Association AGMA American Gear Manufacturers Association AI Asphalt Institute AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standard Institute (formerly United States of America Standards Institute) APA American Plywood Association API American Petroleum Institute APWA American Public Works Association AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWPA American Wood-Preservers' Association AWS American Welding Society AWWA American Water Works Association CAGI Compressed Air and Gas Institute CBM Certified Ballast Manufacturers CBR California Bearing Ratio CI Chlorine Institute CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CPSC Consumer Products Safety Commission CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standards for the U.S. Department of Commerce CTI Cooling Tower Institute DFPA Douglas Fir Plywood Association DOE Washington State Department of Ecology EIA Electronic Industries Association EPA U.S. Environmental Protection Agency ETL Electronic Testing Laboratory FM Factory Mutual Insurance Company FPS Fluid Power Society FS Federal Specifications Summary of Work and Contract Considerations 01010-7 March 5, 2013 Project Number 12-3009 HI Hydraulic Institute HMI Hoist Manufacturers Institute IAPMO International Association of Plumbing and Mechanical Officials IBC International Building Code ICPO International Conference of Building Officials IEEE Institute of Electrical and Electronic Engineers IES Illuminating Engineering Society IFC International Fire Code IGSS Insulating Glass Certification Council IMC International Mechanical Code IPCE International Power Cable Engineers Association ISA Instrument Society of America NAAMM National Association of Architectural Metal Manufacturers NBS National Bureau of Standards NCPI National Clay Pipe Institute NEC National Electric Code NEMA National Electrical Manufacturers Association NETA International Electrical Testing Association NFPA National Fire Protection Association NGVD National Geodetic Vertical Datum NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Act PCA Portland Cement Association RCW Revised Code of Washington REA Rural Electrification Administration SAMA Scientific Apparatus Makers Association SMACNA Sheet Metal and Air Conditioning Contractors National Association SSPC Structural Steel Painting Council TCA Tile Council of America UPC Uniform Plumbing Code USDC U.S. Department of Commerce UL Underwriters Laboratories WAC Washington Administrative Code WCLIB West Coast Lumber Inspection Bureau WIC Woodwork Institute of California WISHA Washington Industrial Safety and Health Act WSS Washington State Department of Transportation (WSDOT)/American Public Works Association (APWA) Standard Specifications for Road Bridge and Municipal Construction END OF SECTION Summary of Work and Contract Considerations 01010-8 March 5, 2013 Project Number 12-3009 SECTION 01040 COORDINATION AND PROJECT REQUIREMENTS PART 1 - GENERAL 1.01 PROJECT COORDINATION A. Coordinate scheduling, submittals, and work of various Sections of the Specifications and subcontractors to assure efficient and orderly sequence of interdependent construction. 1.02 MECHANICAL AND ELECTRICAL COORDINATION A. The Contractor's superintendent or a specially assigned assistant shall be designated in writing as the mechanical/electrical coordinator and shall coordinate the exact location, space priorities and sequence of installation of all mechanical and electrical work with each other and with all other trades. The mechanical/electrical coordinator shall assure compliance with the requirements of this paragraph 1.02. B. The location of mechanical and electrical work may be indicated diagrammatically on the Drawings. Actual locations shall follow locations shown on the Drawings as closely as practicable but shall be altered or adjusted in the field by the mechanical/electrical coordinator as required by the following: 1. In finished spaces install mechanical and electrical work concealed within the space available. 2. Organize mechanical and electrical work to make efficient use of space. Combine similar items into groups, make all runs parallel to or at right angles with building lines. 3. Layout and install work to provide adequate space and access for adjustment, servicing, and maintenance and maximize space available for future installation of additional services or replacement of existing services. 4. Assure that all access doors required by code or required for adjustment, servicing or maintenance are provided in accordance with the Contract Drawings. Locate access doors to provide convenient access and to coordinate with finished visual elements. 5. Coordinate location of fixtures, registers, grills, outlets, switches, panelboards, pullboxes, access doors, and other exposed mechanical and electrical items with functional and visual elements. Verify location of questionable items with Engineer before proceeding. C. Prepare large scale coordinated detailed installation drawings showing the work of all affected trades to coordinate the actual installed location of all equipment and of all mechanical and electrical work. Review coordination drawings with Engineer and all affected trades before proceeding. D. Review Shop Drawings and Product Data prior to submission for the Engineer's Review to assure that equipment dimensions, physical Coordination and Project Requirements 01040-1 March 5, 2013 Project Number 12-3009 characteristics, and service requirements are compatible with contract requirements , field conditions, and other items submitted. E. Verify that required services such as electrical power characteristics, control wiring, and utility requirements of items and equipment submitted and furnished are compatible with services provided. Notify Engineer of potential problems prior to ordering items or equipment and prior to installing services or completing construction in areas where services would have to be installed. F. Schedule installation sequence of various elements of mechanical and electrical work to achieve optimum compliance with requirements under Mechanical and Electrical Coordination in this Section. G. Conduct regular coordination meetings with Engineer to establish and maintain coordination and resolve conflicts or disputes. Said meetings shall take place weekly when Contractor is physically performing work on site and one week preceding work being performed on site. 1.03 CUTTING, FITTING, AND PATCHING A. Provide cutting, fitting, or patching required to complete the Work and to make all of its parts fit together properly. Include cutting, fitting, and patching required to: 1. Fit the several parts together and to integrate with other work. 2. Uncover work to install or correct ill-timed work. 3. Provide openings in elements of work for penetrations or mechanical and electrical work. 4. Remove and replace defective and non-conforming work. 5. Remove samples of installed work for testing. B. Request guidance from the Engineer prior to beginning cutting or altering construction which affects: 1. Structural integrity of any element. 2. Functional performance of any element. 3. Integrity of weather-exposed or moisture-resistant elements. 4. Efficiency, maintenance, or safety of elements. 5. Visual qualities of sight-exposed elements. C. Execute cutting and patching using workers that specialize in and are skilled in installing the type of work being cut or patched. D. Perform work in accordance with the Contract Documents or in the absence of specific requirements comply with best trade practice for the work involved. 1. Execute work by methods that will avoid damage to other work. 2. Provide proper support and substrates to receive patching and finishing materials. 3. Cut concrete materials using core drill. Locate all reinforcing steel, conduits and pipes with electronic detecting devices prior to core drilling. Coordination and Project Requirements 01040-2 March 5, 2013 Project Number 12-3009 4. Replace or patch work with new materials meeting the requirements of these specifications or if not specified matching materials and finishes of existing or adjacent work. 5. Cut wall, ceiling and floor finished to fit snugly around pipes, sleeves, ducts, conduit, and other penetrations. Provide fire and/or acoustical caulking as required by code or conditions of use. 6. Maintain integrity of wall, ceiling, or floor construction; completely seal voids against smoke, fire and water. 7. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. 8. Report any hazardous or unsatisfactory conditions to the Engineer. 1.04 ALTERATION PROTECT PROCEDURES A. Plan, schedule, and perform alteration work as required to minimize impacting the Owner's continued operations. See Section 01010 paragraph titles "Contractor's Use of Site and owner's Continued Operations." B. Perform cutting, fitting, and patching in accordance with provisions in other paragraphs of this Section. Where new work abuts or aligns with existing work, provide a smooth even transition. C. Provide new construction in accordance with the technical specifications and Contract Drawings. If not specified or shown, provide new construction matching adjacent or similar existing work in material and finish. 1.05 CONNECTIONS TO UNDERGROUND UTILITIES, CONDUITS, OR PROCESS PIPING A. Obtain best available current information on location, identification, and marking of existing utilities, piping, and conduits and other underground facilities before beginning any excavation. Prior to beginning any underground excavation, notify Utilities Underground Location Center at (800) 424-1555 for location of utilities at least 48 hours in advance of beginning work. Give Engineer 48 hours notice before beginning work. B. The location of existing utilities and underground facilities known to the Design Engineer are shown in their approximate location based on information available at the time of preparing the Drawings. The actual location, size, type, and number of utilities and underground facilities may differ from that shown and utilities or underground facilities may be present that are not shown. See Standard Specifications and Kent Special Provisions for the Contractor's responsibilities and for differing conditions that warrant a change in Contract Price. C. Use extreme care when excavating or working in areas that may contain existing utilities, process piping, conduits, or other underground facilities. Use careful potholing, hand digging and probing to determine the exact location of underground installation. Some locations contain multiple pipes or conduits. Prior to performing any subsurface work, investigate, Coordination and Project Requirements 01040-3 March 5, 2013 Project Number 12-3009 determine and prepare a plan to turn off or disconnect each utility believed to be within the subsurface work in the event of an accidental breach of a utility conduit. D. Where connections to existing utilities or other underground facilities are required or where new piping or conduits may cross or interfere with existing utilities or underground facilities, carefully excavate and uncover existing installations to a point 1 foot below the pipe or conduit to determine the actual elevation and alignment. Call the Engineer's attention to differing existing conditions that may require a clarification or change. E. Shutdown of existing utilities, services or operations shall be done in accordance with Section 01010. 1.06 PRECONSTRUCTION MEETINGS A. Prior to beginning the Work, the Contractor and its key personnel and Subcontractors including the Contractor's Superintendent, Project Manager, and Field Engineer shall attend a meeting with the Owner and the Engineer to discuss the following: 1. Name, Authority, and Responsibilities of Parties Involved 2. Project Procedures: a. Progress meetings b. Correspondence C. Notification d. Submittal of Project Data, Shop Drawing Samples, and Proposed Equivalents e. Requests for Information f. Response to Requests for Information g. Requests for Quotation h. Work Directive Change i. Change Orders j. Engineer's "items of Concern List" 3. Temporary Schedule and Contractor's Construction Schedule 4. Schedule of Submittals 5. Temporary Facilities and Control 6. Testing During Construction 7. Contractors Coordination 8. Mechanical/Electrical Coordination 9. Maintenance of Record Drawings 10. Final Testing, Startup, and Balancing 11. Punch Lists and Project Closeout Procedures 12. Final Deliverables including Record Drawings, Operation and Maintenance Manuals, and Special Guarantees 1.07 PROGRESS MEETINS A. The Engineer will conduct progress meetings with Contractor at the job site. Attendance is required by Contractor's project manager, superintendent and affected Subcontractors and suppliers. The Engineer will prepare, maintain and distribute agenda and dated record of: (1) actions required and taken and (2) decisions needed and made. Coordination and Project Requirements 01040-4 March 5, 2013 Project Number 12-3009 B. Agenda: 1. Review critical items/action list. 2. Review work progress. Compare actual progress with planned progress shown on Contractor's Construction Schedule. Discuss Corrective action required. Compare actual and projected progress with Contractor's Construction Schedule, propose methods to correct deficiencies. 3. Review status of Submittals; review delivery dates and date of need for critical items. 4. Review coordination problems. 5. Schedule needed testing and critical inspections. 6. Review critical requirements for each trade or major piece of equipment prior to beginning work or installation. 7. Discuss Contractor Quality Control 8. Discuss open items on Engineers "Items of Concern List." 9. Discuss Impact of proposed changes on progress Schedule. 10. Other business. 1.08 PERFORMANCE SPECIFICATIONS AND CONTRACTOR DESIGNED WORK A. Work under this Contract may be specified by a combination of descriptive, performance, reference standard and proprietary specifications. In the event of conflict between any of the various specification methods used to specify a single item the order of precedence shall be the order in which the methods are listed in the preceding sentence. The terms used to describe types of Specifications are taken from the Construction Specification Institute (CSI) Handbook of Practice. B. Where Specifications are used to define the characteristics of Contractor designed systems, items, or components, the Contractor shall be fully responsible to design, engineer, manufacture, and install the systems, items, and components to meet the specified functional requirements, performance requirements, quality standards, durability standards, and conditions of use as well as all applicable codes, regulations, and referenced trade or industry standards. The Contractor shall perform such design by employing engineers licensed in the State of Washington. The Contractor's design submittals shall include calculations and assumptions on which the design is based and shall be stamped and signed by appropriately licensed engineers. C. Where Contractor designed systems are specified, the Owner and the Engineer shall have the right to rely on the expertise and professional competence of the Contractor's design. Favorable review of the Contractor's design submittal shall be limited to acknowledgement that the design was prepared with the intent of meeting the specified performance criteria. The Engineer's review shall not constitute a review of the design itself, of the designer's calculations, or of the effectiveness of the design in actually satisfying the specified criteria. Review of the Contractor's design submittal shall not relieve the Contractor from full responsibility for the adequacy of the Contractor design. Coordination and Project Requirements 01040-5 March 5, 2013 Project Number 12-3009 1-09 MATERIAL AND EQUIPMENT A. General: Verify that products delivered meet requirements of Contract Documents and the requirements for Favorably Reviewed submittals. B. Compatibility of Equipment and Material: 1. Similar items, equipment, devices, or products furnished under a single specification section shall all be made by the same maker and have interchangeable parts. 2. In addition, but only if so stated in each affected Specification Section, similar items furnished under two or more Specification Sections shall be made by the same maker and have interchangeable parts. 3. All similar materials or products that are interrelated or used together in an assembly shall be compatible with each other. C. Transportation and Handling: 1. Transport and handle products in accordance with manufacturer's instructions. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D. Storage and Protection: 1. Store and protect products in accordance with manufacturer's instructions. Seals and labels shall be intact and legible. 2. Store moisture sensitive products including finish woodwork, gypsum products, acoustical products, motors, electrical equipment, instruments, and controls in weathertight, humidity, and temperature controlled enclosures. 3. For exterior storage of fabricated products, place items on sloped supports aboveground. 4. Cover products subject to deterioration from moisture, dust, or sunlight with opaque watertight but breathable sheet covering. Provide ventilation to avoid condensation. 5. Provide offsite storage and protection including insurance coverage when site does not permit onsite storage or protection. 6. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. 7. Provide facilities, equipment, and personnel to store products by methods to prevent soiling, disfigurement, or damage. 8. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. E. Installation Standards and Manufacturers' Recommendations: 1. Install all products and materials in strict compliance with the most restrictive of the following: a. The manufacturer's or provider's written instructions or recommendations. Follow step by step installation procedures. b. Recommendations of referenced trade associations or standards. Coordination and Project Requirements 01040-6 March 5, 2013 Project Number 12-3009 c. These specifications and drawings. 2. Where conflicts exist, present alternatives with advantages and disadvantages to Engineer for decision. F. If reference standards or manufacturer's instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. 1.10 BACKING, SUPPORTS AND FASTENERS A. Provide backing, supports, bracing, fasteners and other provisions required for the proper support and attachment of all work. Backing, supports, bracing and fasteners shall be sized to resist vertical and horizontal loads including seismic and wind-loads required by codes listed under Regulatory Requirements in Section 01010 and in accordance with Seismic Design Requirements in Section 01190. Where finishes in existing facilities must be removed to install backing or where finished are installed in new construction prior to installing backing the Contractor shall remove finishes, install backing and reinstall finishes. B. Use of explosive powder-driven fasteners is NOT PERMITTED. 1.11 SAFETY A. In accordance with generally accepted construction practice, applicable law and the Specifications, the Contractor shall be solely and exclusively responsible for: 1. Construction means and methods. 2. Safety of employees engaged in the work while on and off the site. 3. Safety of the Owner, the Engineer, and others who may visit or be affected by the work. 4. Safety of the work itself including material and equipment to be incorporated therein. 5. Safety of other property at the site or adjacent thereto. 6. Safety programs, equipment, and protective devices required to assure the safety of persons and property for whom/which the Contractor is responsible. B. The duties of the Engineer in conducting review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's work methods, equipment, bracing, scaffolding, or safety measures in, on, or near the construction site. C. The Contractor is hereby informed that work on this project could be hazardous. The Contractor shall carefully instruct all personnel working in potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as required to prevent injury to personnel and damage to property, and to comply with all applicable laws and regulations including WISHA, Federal OSHA, and other regulations referenced in these Contract Documents. Coordination and Project Requirements 01040-7 March 5, 2013 Project Number 12-3009 D. The Contractor shall, at all times, maintain the job in a condition that is safe for the Owner, the Engineer, and their Consultants to make site visits and to conduct construction reviews. If the Owner or the Engineer cannot allow personnel to visit the job because it is not safe, the Contractor is not providing required safe access to the Work as required. E. The Contractor shall prepare a Safety Plan meeting the requirements of applicable regulations. As a minimum, the Contractor's Safety Plan shall set forth definite procedures for informing workers about safety, for instructing workers in safe practices, for assuring that workers are using appropriate safety equipment and safe work practices and for reporting accidents. 1.12 EXCAVATION AND TRENCHING; WORK WITHIN CONFINED SPACES A. Comply with all applicable laws and regulations governing excavation and trenching. B. Work Within Confined Spaces: Work within confined spaces is subject to applicable laws, regulations, and safety orders. C. The foregoing provisions do NOT reduce the requirement for the Contractor to maintain safety in ALL operations performed by the Contractor or its Subcontractors. 1.13 CONTRACTOR'S QUALITY CONTROL A. The Contractor shall be fully responsible for inspecting the work of its suppliers and Subcontractors to assure that the work when completed will comply with the standards for materials and workmanship required by the Contract Documents. B. Inspections, periodic observations, and testing performed by the Owner or the Engineer are for the Owner's benefit and information only and shall not be construed as partial or incremental acceptance of the work and shall not be deemed to establish any duty on the part of the Owner or the Engineer to the Contractor, its subcontractors, or suppliers. C. The Contractor shall: 1. Monitor quality control over suppliers, manufacturer, products, services, site conditions, and workmanship, to produce work of specified quality. 2. Comply fully with manufacturer's installation instructions, including performing each step in sequence as recommended by the manufacturer. 3. Request clarification from Engineer before proceeding with work when manufacturers' instructions or reference standards conflict with Contract Documents. 4. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. Coordination and Project Requirements 01040-8 March 5, 2013 Project Number 12-3009 5. Perform work by persons specializing in the specific trade and class of work required and qualified to produce workmanship of specified quality. 6. Secure products in place with positive anchorage devices designed and sized to withstand seismic, static and dynamic loading, vibration, and physical distortion or disfigurement. D. If reference standards or manufacturers' instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. E. The Contractor shall provide assistance required by the Engineer to adequately inspect the Work including ladders, scaffolding, lighting, ventilation, and other aids to facilitate access and provide a safe working environment. 1.14 OWNER STANDARD LOCKS AND KEYS A. All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, panelboards, etc. shall have BEST locking devices with removable cores to match Owners standard lock and keys at the conclusion of the improvements. If construction cores are utilized during the project, they shall all be keyed the same and Contractor shall provide Owner with a minimum of four (4) construction keys for all temporary locks. END OF SECTION Coordination and Project Requirements 01040-9 March S, 2013 Project Number 12-3009 n SECTION 01190 SEISMIC REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. This Section is applicable to the following secondary structural system elements, non-structural components, and/or equipment supported by structures. 1. Mechanical, electrical, and plumbing equipment and appurtenances. 2. Conduit, piping, cable trays, raceways, ducts and similar systems. 3. Tanks and vessels (include contents), including support systems. 4. Storage racks, suspended ceilings, light fixtures, raised floors, partitions, store-front, windows, louvers, architectural features and other non-structural components. 1.02 REFERENCES A. International Building Code (IBC) with Amendments adopted by the Washington State Building Code Council and the City of Kent. B. American Society of Civil Engineers Standard for Minimum Design Loads for Buildings and Other Structures, ASCE/SEI 7-05. 1.03 DEFINITIONS A. Engineer of Record: The Engineer responsible for the preparation of Contract Documents. B. Specialty Engineer: Structural or Civil Engineer provided by the Contractor licensed in the State where the project is being built responsible for specific elements of the primary structural system, the secondary structural system, non-structural elements and/or equipment supported by structures. 1.04 GENERAL DESIGN REQUIREMENTS A. The Contractor is responsible for producing designs that resist the total seismic forces in accordance with the seismic design criteria. The Contractor is responsible for coordinating between the Engineer of Record and the Specialty Engineer. B. The seismic design for non-structural components and equipment shall be in accordance with the IBC Chapter 16 and ASCE 7-05, and the required coefficients and factors for determining the total design seismic forces are shown on the Drawings. C. Coordinate the layout so that adequate space is provided between items for relative motion. Provide additional supports and restraints between items of different systems when necessary to prevent seismic impacts or interaction. Seismic Requirements 01190-1 March 5, 2013 Project Number 12-3009 D. Total seismic forces shall be determined in accordance with the following seismic design criteria coefficients for elements of structures, non- structural components, equipment supported by structures, and nonbuilding structures: 1. Occupancy Category III. 2. Seismic Importance Factor, I = 1.25. 3. Mapped Spectral Accelerations, SS = 1.281 and S1 = 0.435. 4. Site Class C. 5. Site Coefficients Fa = 1.0 and Fv = 1.365. 6. Spectral Response Coefficients, SoS = 0.854 and Sp1 = 0.396. 7. Seismic Design Category D. 8. Basic Seismic Force Resisting System(s): Bearing Wall System with Special Reinforced Masonry Shear Walls 9. Component Importance Factor, Ip = 1.5. 10. Components Coefficient, ap = 1.0 to 2.5. 11. Components Coefficient, RP = 1.5 to 6.0. 12. Response Modification Factor, R = 1.25 to 3.5 E. Design anchorages of all elements of structures, nonstructural components, equipment supported by structures, and nonbuilding structures to resist static and dynamic operational loads, plus total seismic loads specified in the IBC and as follows: 1. For suspended equipment, multiply dead load by 1.2 to account for vertical seismic effects in the downward direction. 2. For anchorage uplift, multiply dead load by 0.9 if used to reduce vertical seismic effects. F. Design anchorages utilizing a Component Coefficient, RP = 1.5, unless supporting documentation for embedment length is provided for expansion anchor bolts, chemical anchors, or cast-in-place anchors. 1.05 DESIGN REQUIREMENTS FOR PIPING, CONDUIT, AND DUCTS A. The Contractor is responsible for producing designs for support of piping, conduit, duct or other systems to resist total seismic forces based on the seismic design criteria coefficients specified above, unless shown on the Contract Documents. Except where the technical specifications give specific exemption from resistance of seismic forces, all supports shall be designed to meet seismic criteria. B. Where possible, pipes, conduit, and their connections shall be constructed of ductile materials (e.g., copper, ductile iron, steel or aluminum and brazed, welded or screwed connections). Pipes, conduits and their connections, constructed of nonductile materials (e.g., cast iron, no-hub pipe and plastic), shall have the brace spacing reduced to one-half of the spacing allowed for ductile material. C. Seismic restraints may be omitted for the following conditions, where flexible connections are provided between components and the associated ductwork, piping and conduit: 1. Fuel piping less than 1-inch inside diameter. Seismic Requirements 01190-2 March 5, 2013 Project Number 12-3009 2. All other piping less than 2.5-inches inside diameter or all piping suspended by individual hangers 12 inches or less in length from the top of the pipe to the bottom of the structural support for the hanger or electrical conduit less than 2.5-inches trade size. 3. All rectangular air-handling ducts less than 6 square feet in cross- sectional area or all round air-handling ducts less than 28-inches diameter or all ducts suspended by individual hangers 12 inches or less in length from the top of the duct to the bottom of the structural support for the hanger, where the hangers are detailed to avoid bending of the hangers and their connections. D. All trapeze assemblies supporting pipes, ducts and conduit shall be braced to resist the total seismic forces considering the weight of the elements on the trapeze. Pipes, ducts and conduit supported by a trapeze where none of those elements would individually be braced need not be braced if connections to the pipe/conduit/ductwork or directional changes do not restrict the movement of the trapeze. If this flexibility is not provided, bracing will be required when the aggregate weight of the pipes and conduit exceed 10 pounds/foot. The weight shall be determined assuming all pipes and conduit are filled with water. E. As an alternative to designing the supports and anchorage, where an approved national standard provides a basis for the earthquake-resistant design, submit standard, data, and details for piping, conduit, duct or other systems: 1. For ductwork, mechanical piping, process piping and electrical conduits, follow Guidelines for Seismic Restraints of Mechanical Systems by SMACNA modified as follows: a. Seismically brace piping regardless of size or location. Provide transverse braces at all changes in direction and at the end of all pipe runs. Space transverse braces not more than 20 feet apart. Provide longitudinal braces at 40-foot centers. b. Seismically brace all ductwork regardless of size or location. Provide transverse braces at all changes in direction and at each end of run. Space braces not over 20 feet apart. Provide longitudinal braces at 40-foot centers. 2. For fire protection systems, follow NFPA 13 modified as in paragraph 1.b above. Ensure that no seismic interaction occurs with items of other systems. 1.06 SUBMITTALS A. Submit in accordance with Section 01300. B. Shop Drawings: Submit signed and sealed structural calculations and detailed drawings for the following listed elements: 1. Standby Generator C. Structural calculations and detailed drawings shall be prepared by a Specialty Engineer licensed in the state where the project is being built. D. Structural calculations and detailed drawings shall clearly show the total design seismic forces which will be transferred from the elements of the Seismic Requirements 01190-3 March 5, 2013 Project Number 12-3009 structural system, non-structural components, and/or equipment and their attachments to the primary structure. E. The Engineer's review of items within a Specification Section cannot be completed until all related items have been coordinated and submitted for review. F. Quality Assurance Submittals 1. Test Reports: Submit test reports for tension testing of anchors. 2. Where required in the equipment specifications submit certification that the equipment itself is designed to resist all internal seismic forces based on the seismic design criteria for the project. 3. Where required in the equipment specifications, submit signed and sealed structural calculations and detailed drawings from a specialty Structural or Civil Engineer licensed in the State where the project is being built for the attachments and anchorage to the primary structure. 4. Where required in the equipment specifications, submit certification that the attachments and anchorage are designed to resist all seismic forces based on the seismic design criteria for the project. 1.07 QUALITY ASSURANCE A. Qualifications: The Contractor is responsible for submitting signed and sealed structural calculations and detailed drawings from a Specialty Structural or Civil Engineer licensed in the State where the project is being built. B. Regulatory Requirements: Comply with the State of Washington adopted and amended versions of International Building Code (IBC) plus clarifications and additions specified in this Section. PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. Site Tests: Tension testing of expansion or adhesive anchors utilized for anchorage shall be done in the presence of the inspector. B. Inspection: Special inspection shall be provided for high strength bolting or bolts installed in concrete where determined by the Engineer. END OF SECTION Seismic Requirements 01190-4 March 5, 2013 Project Number 12-3009 SECTION 01300 SUBMITTALS 1.01 SUBMITTAL PROCEDURES A. Accompany each submittal with a Submittal form, which contains the following Information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and Identifying number. 3. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. B. Submit the number and type of copies for each submittal and follow the procedures described below or in other paragraphs in this Section. Submit four copies of submittals not covered in this Section 01300. 1. Designation of Superintendent: Submit three copies for information. Include name, address, cell and home telephone number. 2. List of Subcontractors and Major Suppliers: Submit three copies for information. Include address, telephone number and name of responsible party. 3. Schedule of Values, in a form acceptable to the Engineer: Submit three copies for information. No copy will be returned. See Specification Section 01010 for additional requirements. 4. Subcontractors'/Suppliers'/Manufacturers' Affidavits. Submit three copies for items specified in the Technical Specifications. 5. Environmental Protection Plan. Submit three copies for information. 1.02 SCHEDULE OF SUBMITTALS A. Submit three copies for information. No copy will be returned. B. Contractor shall submit a Schedule of Submittals showing the date by which each submittal required for Product Review or Project Information will be made at the Preconstruction Meeting. Identify the items that will be included in each submittal (see paragraph 1.05 of this Section) by listing the item or group of items and the Specification Section and paragraph number under which they are specified. Indicate whether the submittal is required for Product Review or Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. Keep the Schedule of Submittals current for the Engineer's information and coordinated with the Contractor's construction schedule. 1.03 PLAN OF OPERATIONS A. Submit three copies. B. Before beginning on site work, submit a plan showing Contractor's intended use of the site assigned to it. Show location of enclosing fence, access points and gates. Show location of Contractor's and Subcontractor's work areas and storage areas. Submittals 01300-1 March 5, 2013 Project Number 12-3009 1.04 CONSTRUCTION SCHEDULE A. Submit for the Owner's and the Engineer's information a construction schedule for the Work at the Preconstruction Meeting. The submittal shall be graphic and in electronic form (CD-ROM). B. Submit five copies for information. No copy will be returned. Coordinate the schedule of submittals with the construction schedule. Allow 30 days for the Engineer's review of each submittal and resubmittal. C. Unless a specific type of schedule is specified, the form of schedule may be selected by the Contractor but the schedule shall show the beginning and ending date for each major construction task by each trade and the interdependencies between tasks, and shall identify the critical sequence of tasks (or "Critical Path") that determines the shortest time required to complete the Work. The schedule shall reflect input from the Contractor's subcontractors and suppliers. It shall include an allowance for normal unfavorable weather and enough float time to accomplish all clarifications, request for information or changes required in the Contract Documents, and shall not exceed time limits specified in the Contract Documents. If the Contractor's schedule shows a shorter construction period than provided in the Contract Documents, the Contractor's schedule shall be a Critical Path Method (CPM) type schedule, shall be prepared in sufficient detail to demonstrate the feasibility of early completion. This CPM schedule shall show all required submittals and dates for ordering, shipping and receiving critical materials and equipment. Contractor's submittals shall be submitted with sufficient time to permit 30 days for a response and not impact Contractor's schedule. D. It is agreed that the Contract Price includes the Contractor's office and field overhead, profit and related charges for the full Contract Time. The Contractor may, at its option, complete the Work in a shorter period than the Contract Time but the Contractor may not make a claim for extended overhead or other charges for (1) delays that extended completion beyond the date planned by the Contractor but not beyond the Contract Time, and (2) delays contemplated by the Contractor and the Owner. All float in the schedule shall first be for the benefit of the Owner, the Engineer, the Design Engineer and then for the benefit of the Contractor. To the fullest extent permitted by law, the Contractor on behalf of itself and its subcontractors, waive any and all claims for damages attributable to delays, interference, or acceleration caused by the Owner, the Engineer, the Design Engineer and each of their officers, employees, agents and consultants and the Contractor and its subcontractors shall be entitled to an extension of the Contract Time as their exclusive remedy. E. If the Construction Schedule does not reflect the format requirements, the specified work, or the Contract Time, it will be returned to the Contractor for modification. Submittals 01300-2 March 5, 2013 Project Number: 12-3009 F. The construction schedule shall provide for expeditious and practicable execution of the Work and shall be revised and submitted monthly with the Application for Payment unless excused by the Engineer in writing. The Contractor shall conform to the most recent schedule. Revise the Construction Schedule and resubmit within seven (7) days following any monthly meeting to review Contractor's Application for Payment. Note the Owner's right per Standard Specification 1-08.3 to withhold progress payments if the Contractor fails to submit the required schedule and schedule updates that are approved by the Engineer. G. Accelerated Work if Required to Meet Schedule: The Contractor shall proceed expeditiously with adequate forces and achieve final completion within the Contract Time. If the Contractor's performance falls behind schedule, the Contractor shall accelerate the Work as required to get back on schedule at no additional cost to the owner. Accelerated work Includes air or express delivery of materials and equipment, increasing the number of workers, working overtime, working Saturdays, Sundays, and holidays, and working additional shifts. Give Engineer three (3) days prior notice of construction that will take place outside of normal work hours or work days. Compensate owner for extra inspection cost caused by Accelerated Work required to meet Schedule. H. Give Engineer three (3) days prior notice of normal work days on which construction will not take place or of scheduled construction that will not take place. Compensate Owner for extra inspection cast resulting from failure to give notice. 1.05 SHOP DRAWING, PRODUCT DATA AND SAMPLES SUBMITTED FOR PRODUCT REVIEW A. This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review referred to as Product Review submittals in the Technical Specifications. Submittals required for information only are referred to as Product Information submittals in the Technical Specifications and are covered in paragraph 1.07 of this Section. B. Number and type of submittals: 1. Shop Drawings: Submit five clear, sharp high contrast copies one of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit five clear copies. One copy will be marked, stamped and returned. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturers' full range of colors and finishes. Comply with requirements in Technical Specification Sections. One sample will be returned to Contractor. Submittals 01300-3 March 5, 2013 Project Number 12-3009 C. The Contractor shall make all Product Review submittals early enough to allow adequate time for the Engineer's review, for manufacture and for delivery at the construction site without causing delay to the Work. Submittals shall be made early enough to allow for unforeseen delays such as. 1. Failure to obtain Favorable Review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. 2. Delays in manufacture. 3. Delays in delivery. D. Content of Submittals: 1. Each submittal shall include all of the items and material required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Include information on characteristics of electrical or utility service required and verification that requirements have been coordinated with services provided by the Work and by other interconnected elements of the Work. 4. Provide verification that the physical characteristics of items submitted, including size, configuration, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. 5. Label each Product Data Submittal, Shop Drawing and Sample with the information required in paragraph 1.01A of this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 6. Additional requirements for Product Review submittals are contained in the Technical Specification sections. 7. Designation of work as "NIC" of "by others," shown on Shop Drawings, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who has prepared the Shop Drawings. E. Compatibility of Equipment and Material: Verify that items contained in the same or in different submittals meet the requirements in the paragraph titled "Material and Equipment" in Section 01040 especially the subparagraphs titled "Compatibility of Material and Equipment." F. Requirements for Contractor Designed Items and for First Specified (Name) Items: Verify that items meet the requirements in the paragraph titled "Performance Specifications and Contractor Designed Items" in Section 01040. G. The Contractor shall review, stamp, date and sign submittals before sending them to the Engineer. By making such submittal, the Contractor makes the following warranty and shall include the warranty statement on the letter of transmittal. Submittals 01300-4 March 5, 2013 Project Number: 12-3009 "The Contractor Warrants. 1. Work or Items submitted meet the requirements of the Contract Documents, or else any deviations are Identified and described in a separate letter accompanying the submittal. 2. Work or Items submitted have been coordinated with and meet the requirements of other submittals, field conditions and the Work as a whole and quantities and dimensions are correct. 3. Proposed Equivalent Items are at least equal in quality, utility and appearance to the first specified Item, or else any deviations are Identified and described in a separate letter accompanying the submittal. 4. Adjustments to other work required to accommodate Proposed Equivalent items Including second named Items have been delineated on the submittal and will be made at the Contractor's expense. 5. This submittal Includes all Items needed for a particular specification section or assembly for which submittals are required." H. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Engineer's Favorable Review of the submittal shall not relieve the Contractor from responsibility for deviations from the Contract Document requirements unless the deviations are specifically called out to the Engineer's attention in a separate letter accompanying the submittal and the Engineer favorably reviews the deviation in writing. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the Owner. 3. State the reduction in Contract Price, if any, that is offered to the Owner. I. Engineer's Review Procedure and Meaning: 1. The Engineer will stamp and mark each Product Review submittal prior to returning it to the Contractor. The stamp will indicate whether or not the review was favorable and what action is required of the Contractor. Review categories "No Exceptions Taken" and "Make Corrections Noted" both indicate Favorable Review. 2. The Engineer's Favorable Review is contingent on the Contractor's warranties required herein and is subject to all of the limitations and conditions stated herein. Favorable Review is also contingent on: a. The compatibility of items included in a submittal with other related or interdependent items included in previous or future submittals. b. Future submittal of items related to or required to be part of this submittal that was not included with this submittal. 3. Favorable Review of a submittal does not constitute approval or deletion of items required as part of the submittal but not included with the submittal. Favorable Review of items included in the Submittals 01300-5 March 5, 2013 Project Number 12-3009 submittal does not constitute deletion of specified features, options or accessories that were not Included in the submittal. 4. The action required by the Contractor for each category of review is as follows: a. NO EXCEPTION TAKEN. NO RESUBMITTAL REQUIRED. b. MAKE CORRECTIONS NOTED: (1) NO RESUBMITTAL REQUIRED. The Contractor shall make corrections noted prior to manufacture. (2) PARTIAL RESUBMITTALS REQUIRED. The Contractor shall submit related accessory or optional Items as noted which are required but were not Included with the submittal and/or shall resubmit unsatisfactory portions or attributes of Items as noted. The Contractor may proceed to manufacture those portions of the submittal that will be unaffected by required resubmittals. C. AMEND AND RESUBMIT. The Contractor shall amend and resubmit the submittal as noted or required to comply with the Contract Documents. d. REJECTED — RESUBMIT. The Item submitted does not comply with the Contract Documents in a major way. Resubmit Items that comply with the requirements of the Contract Documents. 5. The letter of transmittal accompanying the returned Product Review submittal may contain numbered notes. Marking a corresponding number on a Shop Drawing or Product Data submittal shall have the same effect as applying the entire note to the submittal. 1. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the change. The Engineer's Favorable Review of a resubmittal does not include a review of changes made by a Contractor to a previous submittal that were not requested by the Engineer unless the Contractor specifically calls the Engineer's attention to the nonrequested changes in a separate letter accompanying the submittal. K. Favorable Review Required Prior to Proceeding: Do not proceed with manufacture, fabrication, delivery or installation of items prior to obtaining the Engineers Favorable Review of Product Review submittals. Work for which a submittal is required and Favorable Review has not been obtained shall be considered defective. L. Intent and Limitation on Engineer's Review: 1. The Engineer's review of submittals is done solely for the Engineer's and Owner's benefit. The Engineer has no duty to the Contractor or any of its subcontractors or suppliers for the accuracy, completeness, or adequacy of the Engineer's review of submittals. 2. The Engineer's review of submittals is for compliance with the design intent and requirements of the Contract Documents and is based solely on information provided by the Contractor and on the Contractor's warranty that the work or items submitted meet the requirements of the Contract Documents, and the Work as a whole. If later information reveals that work or items submitted or furnished do not meet the requirements of the Contract Documents Submittals 01300-6 March 5, 2013 Project Number 12-3009 or the Work as a whole, the Engineer's Favorable Review shall be void and the Items of work shall be considered defective. 3. The Engineer's Favorable Review shall not Include an examination of methods or means of construction or required safety precautions. 4. The Engineer's Favorable Review: (1) shall not include a review of quantities or dimensions, (2) shall not relieve the Contractor from responsibility for errors or omissions in submittals, (3) shall not relieve the Contractor from responsibility for complying with the requirements of the Contract Documents, (4) shall not constitute a Change Order, and (5) shall not constitute final acceptance of a product, item or portion of the Work. 5. The Contractor has primary responsibility for submitting and providing work that complies with the requirements of the Contract Documents. That responsibility cannot be delegated in whole or in part to subcontractors or suppliers. Neither the Engineer's Favorable Review nor the Engineer's failure to notice or comment on deficiencies in the Contractor's submittals shall relieve the Contractor from the duty to provide work, which complies with the requirements of the Contract Documents. M. Repetitive Review 1. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates. The Owner will deduct said expenses from Contractors next progress payment. 2. The need for more than one resubmission or any other delay in obtaining the Engineer's review of submittals will not entitle the Contractor to an extension of Contract Time. 1.06 SPECIFIED ITEMS AND PROPOSED EQUIVALENTS A. Submit Proposed Equivalent cover letter and comply with the submittal requirements for Shop Drawings, Product Data, and Samples submitted for Product Review in another paragraph of this Section. B. When the first specified item is followed by a second maker's name and "or equal," the Contractor may submit Proposed Equivalent items for the Engineer's review. Proposed Equivalents that are in the Engineer's judgment equal to the first specified item in quality, utility, and appearance, will be Favorably Reviewed. Where a product description and first maker's name is followed by "or equal" with no section maker's name, it means the specifier knows of no equivalent product and the Contractor may submit Proposed Equivalent product by other makers for review. Where the term "or equal" is omitted, it means that the named item is required to meet the Owner's needs; no products or makers other than those specified will be considered. C. Time of Submittal: 1. Submit Proposed Equivalents within 5 days of the Pre-Construction Conference including adequate technical information to fully describe the function and quality of the item. Submittals of Proposed Equivalent items that are not made within 5 days of Pre- Submittals 01300-7 March 5, 2013 Project Number• 12-3009 Construction Conference will be rejected unless the Engineer has agreed in writing to a later submittal date and the contractor agrees to comply with all conditions of the Engineer for the late submittal. Requests for a later submittal date shall be made in writing within 5 days of the Pre-Construction Conference. The request shall Identify the Item, give the Specification reference, and proposed manufacturer and model number of the Item that will be submitted and the proposed submittal date. 2. The Engineer's agreement to a later submittal date shall be in writing and shall not be construed as Favorable Review or acceptance of the manufacturer or item proposed. D. If the Contractor's first attempt to obtain Favorable Review of a Proposed Equivalent is unsuccessful, the Contractor shall submit the first specified item. E. Content of submittals shall be the same as that required for Product Data, Shop Drawings and Samples submitted for Product Review in another paragraph of this Section. In addition, the Contractor shall provide information on several recent similar installations of the item to verify its suitability. The Information shall include the project name and location, the Owner's name, address, current telephone number and name of a knowledgeable person to contact for Information on performance of the product. F. If a non-equivalent substitute is submitted for review, it shall be accompanied by a proposed reduction in Contract Price which include the increased cost of Engineering service required to evaluate the proposed substitute (which will be deducted from Contracts next progress payment whether or not the substitute is accepted) plus the greater of 1) the difference in price between the first specified item and the item submitted and 2) the difference In value to the Owner between the two items. G. Inclusion of a second maker's name indicates the maker is acceptable but does not necessarily indicate the maker offers a standard product equal to the first specified item. Items by the second named maker are subject to the same conditions of review and compatibility as other Proposed Equivalent items. Inclusion of a maker's name and/or model number after a specification description is not a representation that the maker will furnish an item meeting the Contract requirements at bid time or the time of need. It is the Contractor's sole responsibility to furnish items meeting Contract requirements. H. Where items are specified with a description followed by a maker's name and trade name or model number, the item shall be provided with all of the custom modifications, special features, accessories and options described even though such things may not normally be included by the maker or provider as part of the model specified. Where there is a conflict between the written description of an Item and maker's trade name and/or model number, the written description shall take precedence. Submittals 01300-8 March 5, 2013 Project Number. 12-3009 I. The design is based on first specified items including all described custom modifications, special features, accessories and options as made by the first named maker. The Contractor shall be responsible for all cost including redesign required to accommodate a Proposed Equivalent Item including Items by the second named manufacturer. 1.07 PRODUCT INFORMATION SUBMITTALS A. Submit three copies. No copies will be returned. B. Product Information submittals are required for the Owner's permanent records and will be used for future maintenance, repair, modification or replacement work. Product Information submittals will be examined only to verify that the required submittals have been made; they will NOT be reviewed for compliance with the Contract Documents. C. Make Product Information submittals prior to delivering material, products or items for which Product Information submittals are required. D. The Contractor has the sole and exclusive responsibility for furnishing products and work that meets the requirements of the Contract Documents. E. The Engineer reserves the right to comment on any submittal and to reject any product or work delivered, installed or otherwise at any time that the Engineer become aware that It is defective or does not meet the requirements of the Contract Document. 1.08 OPERATION AND MAINTENANCE MANUALS AND PARTS LISTS A. Submit four (4) complete sets. B. Provide operation and maintenance manuals and parts list for all equipment furnished under this contract. Comply with the detailed requirements in Technical Specification sections. Include instructions for delivery, storage, assembly, installation, lubrication, adjusting, startup, operation and maintenance. 1. For all equipment include: a. Startup Instructions. b. Normal operation Instructions. c. Troubleshooting Instructions. d. Lubrication instructions. e. Maintenance and reinstallation Instructions. f. Parts identification. g. List of spare parts recommended to have on hand. h. Operator safety instructions. i. recommended preventative maintenance procedures and schedules. Schedule shall be provided for daily, weekly, monthly, quarterly, semi-annually and annual maintenance. j. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. 2. For all Electrical Equipment, provide the following additional information: Submittals 01300-9 March 5, 2013 Project Number: 12-3009 a. Equipment ratings. b. Calibration curves and rating tables if appropriate. C. Date of manufacturer and date of Installation on job site. d. Complete as-built elementary wiring and one-line diagrams. e. Complete parts list, by generic title and Identification number, complete with exploded views of each assembly. 3. For Complex Equipment provide in addition: a. Alternate specified operating modes. b. Emergency shutdown Instructions. C. Normal shutdown Instructions. d. Long-term shutdown Instruction. 4. Operation and maintenance manuals for systems composed of separate pieces of equipment, shall Include a system explanation of Items 1, a, b, and c, and 3a through c, as well as the Instructions for each separate piece of equipment. C. Submit at least 15 days prior to Startup and Training. D. Provide the number of copies specified. Bind each copy in one or more "D" ring, 8-1/2 x 11, 3-ring binders with clear view spine and cover, Avery E-Z - D View Binder; K&M; or equal. Prepare Titles for the spine and cover and a Table of Contents listing each piece of equipment. Organize the contents by Specification Section and paragraph number under which the equipment was specified. Provide labeled tab separators for each major item or group of smaller similar Items. When standard manufacturer's literature Is used highlight or mark all copies to shop specific items and options provided. E. Each manual shall include a neatly typewritten Title Page/Cover Sheet showing: 1. Identification of equipment covered by the manual by providing the process name and equipment tag numbers as shown on the Contract Drawings, and the Specification Section and paragraph. 2. Name of responsible principal, address, telephone number, and area of responsibility of: a. Contractor b. Subcontractor or installer C. Product manufacturer d. Nearest service center or maintenance contractor, as appropriate e. Nearest source of supply for parts, materials, supplies, or replacement products F. Printed and typewritten sheets shall be standard 81/2 inch x 11 inch size, conforming to the following: 1. Paper shall be white with standard three hole punch pattern, with punched edges of each sheet of final submittals reinforced with plastic, cloth, or metal. 2. All text shall be manufacturer's original printed sheets or neatly typewritten pages. 3. Drawings that are standard 81/2 inch x 11 inch size shall also have standard three hole punch pattern with punched edges of each sheet of final submittals reinforced with plastic cloth or metal. Drawings Submittals 01300-10 March 5, 2013 Project Number: 12-3009 larger than standard 81/2 inch x 11 inch size shall be folded and inserted into standard three hale punch pattern, 81/2 inch x 11 inch size, 0.0035 gauge pocket plastic sheet protectors. 4. All diagrams, drawings, and illustrations shall be of original quality, reproducible by the dry copy method. G. Electronic O&M Manual. Provide one electronic copy of all portions of the manual in Adobe Acrobat PDF format on CD-ROM appropriately labeled and numbered in sequence. Bookmark the file to identify items per manual's Table of Contents. Provide an additional copy of the drawing portion of the manual in AutoCAD format, appropriate labeled and numbered in sequence, along with a text file (*.txt) giving the pen assignments to be used in plotting. 1.09 MANUFACTURER'S CERTIFICATES A. Submit three (3) copies. B. When specified in Technical Specification section, submit manufacturers' certificate to Engineer for review. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. 1.10 RECORD DRAWINGS. A. Submit per Section 01700. END OF SECTION submittals 01300-11 March 5, 2013 Pro]ect Number 12-3009 SECTION 01S00 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.01 TEMPORARY UTILITIES A. Sanitary Facilities: Provide and maintain self-contained portable sanitary facilities for the Contractor's, subcontractor's, Engineer's, and Owner's use. Facilities shall comply with applicable regulations and shall be serviced, cleaned and disinfected frequently. Facilities shall be placed in a location approved by Engineer. B. Temporary Water, Power and Telephone Service: 1. Water: The Contractor is responsible for obtaining a hydrant meter from the City and paying the cost for the meter and water. The hydrant meter connection to the owner's water system shall be at a location approved by the Owner and shall conform to requirements for backflow prevention. 2. Power: The Contractor shall provide all temporary power service required for the project and shall pay all service connection and use charges. If a portable generator is used for temporary power, it shall be located in a location outside of the 100 well radius in a location approved by the Engineer. Generators shall be placed on a temporary containment pad provided by Contractor. During the site downtime (see 01010.1.02.A) Contractor shall provide temporary power to the sump pump located within the well vault. 3. Telephone: The Contractor shall provide separate temporary telephone service as required for the project and shall pay all service connection and use charges. C. Temporary Heat: Provide temporary heat for enclosed spaces to protect all work and moisture sensitive electrical equipment against injury, dampness and cold. Fuel, equipment, and installation shall comply with all applicable codes and regulations. Salamander heaters or other space heaters using kerosene are not permitted. Use permanent heating system after revisions have been completed, provided Contractor replaces or cleans filters on Completion. D. Temporary Ventilation: Provide equipment to ventilate enclosed areas to facilitate curing concrete, to dissipate humidity and to prevent accumulation of dust, fumes, or gases. F. Temporary Lighting: Provide and maintain lighting for construction operations and inspections. G. Temporary Fire Protection: 1. Provide and maintain fire protection equipment, including extinguishers, fire hoses, and other equipment required by law, insurance carriers, or necessary for proper fire protection during the course of the work. 2. Use fire protection equipment only for fighting fires. 3. Locate fire extinguishers in field offices, storage sheds, tool houses, temporary buildings, and throughout the construction site. Construction Facilities and Temporary Controls 01500-1 March 5, 2013 Project Number 12-3009 1.02 TEMPORARY CONSTRUCTION A. The Contractor is solely and exclusively responsible for the design, construction and maintenance of all temporary construction Including forms, falsework, shoring, scaffolding, stairs, ladders and all other similar Items. The Contractor is solely responsible for construction safety. B. Construct adequate and safe forms and falsework, to rigidly support partially completed structures. Provide temporary bridges and decking to maintain vehicular and pedestrian access. Design and construct temporary forms, falsework, bridges and decking in accordance with applicable regulations and codes. 1.03 BARRICADES, FENCES AND ENCLOSURES A. See Section 01040 regarding the Contractor's responsibility for safety. B. Barricades: Provide temporary guard rails, ladders, stairs, guards, and barricades to protect persons in accordance with applicable regulations. C. Fences: 1. If Contractor needs to remove any perimeter fencing to facilitate construction of the improvements, he shall provide a temporary 6- foot-high chain-link fence completely around areas where permanent fencing has been removed to exclude unauthorized persons from the site. D. Enclosures: 1. Provide protective dust covering at doors and other openings to contain dust within the construction area. 2. Provide temporary watertight closures for openings in exterior surfaces as required to protect interiors from weather, moisture, humidity and extreme temperature. 1.04 PROTECTION OF INSTALLED WORK A. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage. B. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by covering surfaces with nonstaining heavy-duty reinforced moisture resistant kraft building paper with joints continuously taped with waterproof tape. C. Provide heavy planking to protect curbs, gutters, culverts, paving and similar surfaces from damage by heavy equipment or vehicles. 1.05 SECURITY A. Provide security and facilities to protect the Work from unauthorized entry, vandalism, or theft. Construction Facilities and Temporary Controls 01500-2 March 5, 2013 Project Number 12-3009 1.06 ACCESS ROADS A. Access Roads: Maintain access to the surrounding properties. END OF SECTION Construction Facilities and Temporary Controls 01500-3 March 5, 2013 Project Number 12-3009 SECTION 01700 CONTRACT CLOSEOUT 1.01 FINAL CLEANUP A. Prior to Final Inspection clean the entire construction area and all other areas affected by the performance of work under this Contract. Perform cleaning using personnel specializing in and skilled in cleaning and maintenance work. Perform repair work using personnel skilled in executing the type of work being repaired. Perform all work to the highest trade standards applicable to that type of work. 1. Remove all temporary construction, signs, tools, equipment, excess material and debris. 2. Remove all lumps, splatters, spots and stains caused by paint, adhesive, asphalt, concrete, mortar, sealant or other foreign material from exposed or finished surfaces. Remove all temporary labels and provide them to Engineer in 3 ring binder. 3. Repair, patch or replace new or existing work Including pavement, sidewalks, curbs, gutters, catch basins, gratings, manholes, covers, landscaping, plant materials and other items that have been damaged, broken, cracked or chipped as a result of performing this Work. 4. Sweep clean and wash down all exterior pavement. Remove all hazardous material and material that may cause sediment in drainage systems prior to washdown. Remove all grease and oil stains on pavement caused by Contractor's equipment. 5. Rake all landscaped area; remove debris and cut lawns. Water and landscape materials. Replace damaged plant and landscape materials. 6. Patch any holes, chips or defects in construction including finished surfaces. 7. Touch up painted surfaces that are soiled, chipped, spotted or otherwise flawed. 8. Clean all lighting fixtures. 9. Broom clean the interior of buildings. 1.02 CONTRACTOR'S ACTION LIST OF ITEMS TO BE CORRECTED AND/OR COMPLETED A. During construction, the Contractor shall maintain an action list of items to be corrected and/or completed. The Contractor shall regularly add items and update the list as information becomes available or as requested by the Engineer. The Contractor shall deliver a current copy of the list to the Engineer at each progress meeting. 1.03 SEMIFINAL INSPECTION/SUBSTANTIAL COMPLETION A. When the Contractor considers the Work nearly complete, the Contractor shall review the Contract Documents, inspect the Work, and use the Contractor's action list to prepare a Contractor's Punch List of all deficient or uncompleted items. The Contractor shall complete or correct items on the punch List. When the Work is Substantially Complete in accordance Contract Closeout 01700-1 March 5, 2013 Project Number 12-3009 with the Contract Documents, the Contractor shall notify the Engineer in writing that the Contractor has reviewed the Contract Documents, Inspected the Work and believes that the Work is substantially Complete and ready for Semifinal Inspection. B. See Kent Special Provisions Section 1-04.11(2). 1.04 FINAL INSPECTION, FINAL COMPLETION AND FINAL PAYMENT A. See Kent Special Provisions Section 1-05.11. B. Final Submittals include: 1. Operation and Maintenance Manuals and Parts Lists 2. Record Drawings 3. Extra Materials 4. Special Guarantees 5. Insurance Certificate showing required continuation of coverage beyond Final Payment. 6. Release of Liens. 7. Waiver of Claims by Contractor. 8. And any other submittals required by the Contract Documents and not previously received. 1.05 RECORD DRAWINGS A. The Contractor shall maintain on the jobsite, a complete set of Contract Documents and a complete file of all addenda, contract modifications and favorably reviewed submittals. The Contractor shall prepare a set of Record Drawings in accordance with the Kent Special Provisions and the following: 1. Show the invert elevation of all gravity piping and the top of pipe, top of conduit or top of protective concrete encasement for other utilities. Elevations shall be related to a permanent visible elevation benchmark set on the building by the Contractor. The benchmark shall have the same datum as the City's datum used for this project. 2. Show the horizontal location of underground utilities measured from permanent visible physical features such as face of building, face of tank, or centerline of manhole. 3. Comply with detailed requirements in technical specification sections describing the type of information required on Record Drawings. The Contractor's copy of Contract Documents, Contract modifications and Record Drawings shall be available to the Engineer for weekly verification that the records are being currently updated. B. Submit Record Drawings and obtain acceptance prior to completion. 1.06 EXTRA MATERIALS A. Deliver specified extra materials and parts to Owner. Itemize all items on a transmittal letter in duplicate and obtain signature of receiving party. Submit copies of signed transmittals for all specified extra materials and parts prior to completion. Contract Closeout 01700-2 March 5, 2013 Project Number 12-3009 1.07 SPECIAL GUARANTEES A. Kent Special Provisions Section 1-05.10 and 1-05.12 covers the Contractor's responsibility to remedy defects due to faulty workmanship and materials, which appear within one year from the date of Final Completion and acceptance by the Owner. 1.08 TESTING, STARTUP, AND OPERATION A. Schedule The placing of all improvements in service shall consist of three parts: "testing", "startup", and "operation". Not less than 20 working days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: • Schedules for tests • Detail schedule of procedures for startup • Complete schedule of events to be accomplished during testing • An outline of work remaining under the contract that will be carried out concurrently with the operation phases The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. B. Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Final testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. C. Scheduling of Owner/Engineer Review for Testing The Contractor shall provide a minimum of 48-hours (2 complete working days) prior notification to the Engineer where witnessed testing or startup is required. The Contractor shall provide further notification Contract Closeout 01700-3 March 5, 2013 Project Number 12-3009 within 3 working hours of the scheduled test to the Engineer confirming that the Contractor has successfully completed all preliminary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other Items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 48 hours ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $150 per hour per Engineer or Owner Representative on site (minimum of $300 per scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner or Engineer at their discretion. The Contractor is required to have all systems pre-tested to their satisfaction prior to calling the Owner and Engineer for formal testing. D. Electrical and Control Systems Testing The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete. See Divisions 1 and 16 of the Technical Specifications for additional testing requirements. Engine Generator Automatic Transfer Switch Electrical Grounding Generator and Automatic Transfer Switch Alarms Local control Automatic control Soft-Starters Across-the-line starters Profibus Communication Network E. Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. Contract Closeout 01700-4 March 5, 2013 Project Number 12-3009 Authorized factory representatives shall be provided for the following Items: Motor Control Center and all components therein Engine Generator Automatic Transfer Switch 1.09 TRAINING AND DOCUMENTATION A. At the time that the facility is ready to be put into operation, the Contractor is to conduct an operation and maintenance training meeting (minimum 4 hour duration not including generator training) with the Owner to explain in detail the operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Owner may request multiple training meetings, with shorter durations, as construction phases are completed. No extra payment, or contract extension, will be provided to Contractor for multiple training meetings. Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. END OF SECTION Contract Closeout 01700-5 March 5, 2013 Project Number 12-3009 SECTION 10400 IDENTIFYING DEVICES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. This division covers that work necessary for fabricating and installing all equipment identification signs and labels. B. Related Technical Specification Division include, but are not necessarily limited to: 1. Division 1 Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all identification in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.goviTradesLicensing/Electrical/Install/default.asi) 2. National Electrical Code (NEC) 1.03 SUBMITTALS A. Shop Drawings: 1. Equipment nameplate drawings shall be submitted to the Engineer for review prior to fabrication. PART 2 - PRODUCTS 2.01 SIGNS AND LABELS A. Unless otherwise specified, text shall be white on a background color shown below. Purpose Plate Color General Black Warning Red Electrical Black Identifying Devices 10400-1 March 5, 2013 Project Number. 12-3009 2.02 EQUIPMENT SIGNS Equipment signs shall be plastic-laminated 1-inch high, by required length, by 1/8-Inch thick, with 1/2-Inch high letters in N-2 Standard Gothic characters. 2.03 ELECTRICAL AND CONTROL EQUIPMENT SIGNS A. Name plates and service legends shall be phenolic-engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/16- inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. B. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. PART 3 - EXECUTION 3.01 INSTALLATION A. Install signs/markers directly on the devices in a location that does not interfere with the device operation or maintenance. If the device Is too small or otherwise Impractical to mount marker, locate marker as close as possible to the device on an adjacent surface. 3.02 ELECTRICAL AND CONTROL EQUIPMENT SIGN INSTALLATION A. Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panel board, switchboard, motor control center, motor starter, disconnect switch, and fused switch. B. All components provided under this specification, both field- and panel- mounted, shall be provided with permanently-mounted nametags. The Engineer shall have complete control over the hardware to be labeled and the labeling provided. Provide labels as directed. C. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. D. Provide a nameplate for each control center unit door. E. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. END OF SECTION Contract Closeout 10400-2 March 5, 2013 Project Number 12-3009 SECTION 16010 ELECTRICAL — BASIC REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. The work specified in this section covers the work necessary for furnishing and Installing the basic electrical materials and electrical equipment required for this project as shown on the Drawings and as specified. Items not covered shall be suitable for their particular application. 2. Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The Intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. 3. The Contractor shall examine all mechanical and civil drawings and Specifications to determine actual locations, sizes, materials, and ratings of all equipment provided by others. B. Related Technical Specifications Divisions Include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 4. Division 17 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail unless otherwise stated. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensino/Electrical/Install/default.asiD 2. National Electrical Code (NEC) Electrical — Basic Requirements 16010-1 March 5, 2013 Project Number 12-3009 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association - US (CSA-US) 5. Electrical Testing Laboratories (ETL) 1.03 DEFINITIONS A. For the purposes of furnishing and installing electrical materials and equipment the following definitions shall be used: 1. Dry Locations: All those Indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not otherwise designated on the Plans. 2. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. 3 Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. 4 Provide: Furnish and Install. 5. Contractor: The party who furnishes and installs all tools, materials, and equipment to complete the work shown and implied in the drawings and these specifications. This Includes the Prime Contractor, the Electrical Contractor, and all other Contractors and Sub Contractors. 1.04 SUBMITTALS A. Shop Drawings: 1. Electrical submittals shall be submitted, bound in a three-ring binder, labeled with the project name and Contractor's name, and Project Managers name. An Index sheet shall be provided showing each product being submitted. Submittals shall be provided with section tabs per the electrical specifications by section and paragraph or equipment. Each equipment submittal sheet shall be labeled with the equipment individual name and number. 2 Submittals shall include: a. Manufacturers name, address, and telephone number b. Trade name, catalog model or number, nameplate data and size. c. Layout dimensions, capacity, project specification and paragraph reference. d. Local manufacturers representative (if applicable) name, address and telephone number. 3. Submittals shall be largely complete prior to the first submittal. Long lead items may be submitted separately. Each item shall be clearly marked and provided with adequate sales and technical Electrical - Basic Requirements 16030-2 March 5, 2013 Project Number 12-3009 Information to clearly show conformance with all aspects of the specification. Packages not provided as described above or largely Incomplete shall be returned to the Contractor, without review or comment. 4. The Contractor shall ensure that the material being proposed conforms to the contract requirements. In the event of an variance, the Contractor shall state specifically which portions vary and shall request variance in writing. 5. The Contractor shall certify that all furnished equipment is able to be installed in the spaces allocated by stating on each Item: "This equipment can be Installed in the spaces allocated." 6 The Contractor shall provide shop drawings on 11" x 17" sheets (maximum), and shall be scaled using standard engineering or architectural scales. Wiring diagrams shall Identify circuit terminals, and Indicate the Internal wiring for each Item of equipment and the Interconnection between each Item of equipment. 7. The Engineer will review the original submittal and one re-submittal on each Item. Subsequent submittal reviews shall be conducted at the Contractor's expense. The Contractor shall be billed at the Engineer's current hourly rate of $150 per hour for these subsequent submittal reviews. 8. Provide submittals of each Item specified in this division to engineer for approval in accordance with the submittals' sections of these specifications. Submittals for motor control centers, motor control panels, control panels, Instrumentation panels, and pump control panels shall Include as a minimum a wiring diagram or connection schematic and an Interconnection diagram. 9. Wiring Diagram or Connection Schematic: a. This plan or plans shall include all of the devices in a system and show their physical relationship to each other including terminals and interconnecting wiring in assembly. This diagram shall be in a form showing interconnecting wiring only by terminal designations (wireless diagram). 10. Interconnection Diagram: a. This diagram shall show all external connections between terminals of equipment and outside points, such as motors and auxiliary devices. References shall be shown to all connection diagrams which interface to the Interconnection diagrams. Interconnection diagrams shall be of the continuous line type. Bundled wires shall be shown on a single line with the direction of entry/exit of the individual wires clearly shown. All devices and equipment shall be identified. Terminal blocks shall be shown as actually installed and identified In the equipment complete with individual terminal identification. All 3umpers, shielding and grounding termination details not shown on the Electrical - Basic Requirements 16030-3 March 5, 2013 Project Number 12-3009 equipment connection diagrams shall be shown on the Interconnection diagrams. Spare wires and cables shall be shown. 11. Submittal Information shall be provided to the Owner for all materials Including the following items: a. Current Transformer Enclosure b. Service Entrance Rated Automatic Transfer Switch c. Surge Protection Device (SPD) d. Generator Disconnect e. Motor Control Center f. Digital Power Meter g. Solid State Reduced Voltage Starters (SSRVS) h. Power Factor Correction Capacitors i. Distribution Transformers j. Branch Circuit Panelboard k. Circuit Breakers I. Conduit and Fittings m. Outlet and Junction Boxes n. Wire and Cables o. Switches and Receptacles p. Light Fixtures q. Underground Marking Tape r. Grounding Equipment S. Panel Components t. Engine Generator Set u. Generator Exhaust Piping and Fittings v. Arc Flash, Protective Device, and Short Circuit Analysis w. Electrical Testing Results X. Other Electrical Components listed in this division and/or required by the Engineer. Electrical — Basic Requirements 16030-4 March 5, 2013 Project Number 12-3009 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Refer to Individual Division 16 sections. B. Provide all components of a similar type by one manufacturer. 2.02 SOURCE QUALITY CONTROL A. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer and the authority having jurisdiction. B. Identification of Listed Products: 1. Electrical equipment and materials shall be UL listed for the purpose for which they are to be used, by an independent testing laboratory. When a product Is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special Inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the Contractors original contract price. 2.03 MATERIALS A. Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. B. Equipment and materials shall be new and free from defects. All material and equipment of the same or a similar type shall be of the same Manufacturer throughout the work. Standard production materials shall be used wherever possible. C. Unless otherwise specified, electrical equipment and materials shall be painted by the Manufacturer. D. Where specified, galvanizing shall be hot dipped. 2.04 COMPONENTS A. Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to masonry or concrete walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt Is 3/8-Inch. Adhesive shall be two- component vinyl urethane methacrylate or vinylester based adhesive and hardener. The two-components shall be stored in a dual chamber foil capsule or glass capsule. The anchor rod or insert shall have chamfered threaded end for ease of starting nut on one and 45 degree chisel or cut point on opposite end. Furnish nuts and washers to meet the requirements of the rod or insert. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and In accordance with manufacturer's recommendations for allowable loads. Electrical - Basic Requirements 16030-5 March 5, 2013 Project Number 12-3009 Manufacturer: Hilts HVA Adhesive Anchor, Simpson Strong-Tie VGC Adhesive System, or equal. B. Unless otherwise noted, provide enclosures as follows: 1. Class 1, Division 1 &2 Locations: NEMA Type 7 2. Indoors unclassified Locations: NEMA Type 12 3 Corrosive Locations: NEMA Type 4X 4. Outdoors and/or Wet Locations: NEMA Type 4 5 Electrical rooms: NEMA Type 1 2.05 ACCESORIES A. Wire Identification: 1. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard Identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with preprinted plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 2.06 FINISHES A. Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. 2.07 NAMEPLATES A. Nameplates shall be provided on all electrical devices. This includes, but is not limited to motor control equipment, control stations, junction boxes, panels, motors, instruments, switches, indicating lights, meters, and all electrical equipment enclosures. B. Nameplates shall also be provided on all electrical panel interior equipment. This includes but is not limited to; relays, circuit breakers, power supplies, terminals, contactors, and other devices. C. Nameplates shall be made of 1/16" thick machine engraved laminated phenolic having engraved white filled letters not less than 3/16" high on black background or as shown on the drawings or other sections of the Specifications. Nameplates on the interior of panels shall be white polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic; Tyton 822 or equal. All nameplates shall include the equipment name and number (and function, if applicable). Electrical - Basic Requirements 16030-6 March 5, 2013 Project Number 12-3009 D. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources or which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. E. A list of nameplates shall be submitted for approval. PART 3 - EXECUTION 3-01 INSTALLATION A. Install all materials in accordance with electrical code, UL listing requirements and manufacturer's Instructions. B. Ensure that all equipment and materials fit properly in their Installations. Perform any required work to correct Improperly fit Installations at no additional expense to the Owner. C. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. D. Install all floor-mounted equipment on 3-1/2-Inch high reinforced concrete pads. E. Cutting, Drilling and Welding: 1 Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Contractor shall fill annular space between the core drill and the conduit with the material Identified on the Plans. F. Metal Panels: 1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls 1/4-inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. G. Maintenance: 1. Install all equipment and junction boxes to permit easy access for normal maintenance. H. Interconnections: 1. Provide all interconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully operational upon completion of the project. Electrical - Basic Requirements 16030-7 March 5, 2013 Project Number 12-3009 I. Seismic Requirements: 1 See Section 01190. J. Equipment Protection: 1. Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. 3.02 PERMITS AND FEES A. The Contractor shall coordinate and provide all permits, licenses, approvals, Inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor that have not been paid by Owner. The Contractor shall Include these fees in the bid price. 3.03 PROJECT CONDITIONS A. The Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by the Owner. B. See Section 01010. C. The Owner shall pay for Puget Sound Energy (PSE) to shut down power to the facility twice during construction. Additional power shutdowns required to be performed by PSE shall be paid for by the Contractor. 3.04 FIELD QUALITY CONTROL A. Minor Deviations: 1. The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved by the Owner to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to the City's approval, without extra cost. 2. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. Electrical - Basic Requirements 16030-8 March 5, 2013 Project Number 12-3009 B. Record Plans: 1. The Contractor shall maintain a complete and accurate record set of Plans for the electrical construction work. Continually record actual electrical system(s) Installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all raceways and circuit number of each equipment Item. At the completion of the work, furnish a set of clean, neat, and accurate record plans on reproducible sepia-type paper which shows raceway type, routing, and conductors for every outlet and every circuit. 2. After testing and acceptance of the project the Contractor shall furnish In the O&M manuals an accurate computer generator connection schematic and Interconnection diagram for every panelboard, MCC, control panel, surge protective device, and Instrumentation panel provided this project. 3.05 CLEANUP A. Cleaning Equipment: 1 Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. B. Painting: 1. Repaint any electrical equipment or materials scratched or marred in shipment or Installation, using paint furnished by the equipment manufacturer. C. Cleanup: 1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. END OF SECTION Electrical - Basic Requirements 16030-9 March 5, 2013 Project Number 12-3009 SECTION 16030 ELECTRICAL - TESTING PART 1 — GENERAL 1.01 SUMMARY A. This section specifies the acceptance testing of electrical materials, equipment and systems. The Contractor shall provide all labor, tools, material, power, and other services necessary to provide the specified tests. B. Related Technical Specifications Divisions include, but are not necessarily limited to: 1 Division 1 2. Division 16 3 Division 17 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1 Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www,ini.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 1.03 SUBMITTALS A. Test reports shall be submitted to the Engineer prior to final acceptance. PART 2 — PRODUCTS 2.01 TESTING AND EQUIPMENT MATERIALS A. Tests instruments shall be calibrated to references traceable to the National Bureau of Standards and shall have a current sticker showing date of calibration, deviation from standard, name of calibration laboratory and technician, and date recalibration is required. 2.02 SOURCE QUALITY CONTROL A. Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide Electrical -Testing 16030-1 March 5, 2013 Project Number 12-3009 the Engineer with sufficient prior notice so that an Inspection can be arranged at the factory. PART 3 — EXECUTION 3.01 SCHEDULING AND COORDINATION A. The Contractor shall Inform the Engineer in advance of testing in accordance with the requirements listed in these specifications. B. Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as Intended. 3.02 TESTING A. Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. B. Insulation Resistance, Continuity, and Rotation: 1 Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. C. Electric Motors: 1 Perform voltage, current and resistance tests on all motors 1/2 horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500 volt megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not exist. D. Conduct special test as required for service and/or system ground. 3.03 FIELD QUALITY CONTROL A. General: 1. Conduct final test in the presence of the Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. B. Operational Tests: 1. Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. 3.04 ARC FLASH, PROTECTIVE DEVICE COORDINATION, AND SHORT CIRCUIT ANALYSIS A. Provide the services of a recognized independent testing laboratory or power analysis consultant for the proper system coordination of the protective devices furnished on this project and for an Arc Flash Hazard Study. Submit the name and the qualifications of the laboratory or Electrical - Basic Requirements 16030-2 March 5, 2013 Project Number 12-3009 consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. B. The protective device on the line side closest to the fault or abnormal conditions shall Isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. C. Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans. The Intent of the Arc Flash Hazard Study is to determine hazards that exist at each major piece of electrical equipment shown on the one-line diagrams. This Includes switchgear, switchboards, panelboards, motor control centers, generators, transfers switches, circuit breakers, and transformers. The study will Include creation of Arc Flash Hazard Warning Labels listing all Items as required in NFPA 70E- 2009. These labels serve as a guide to assist technicians and others in the selection of proper Personal Protective Equipment when working around exposed and energized conductors. The electrical contractor will Install the labels. The arc flash hazard study shall consider all operating scenarios during normal conditions, alternate operations, emergency power conditions, and any other operations which could result in maximum arc flash hazard. The label shall list the maximum incidental energy calculated and the scenario number and description on the label. D. Submit the analysis that shall Include arc flash, Impedance, and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The submittal shall be completed and submitted in conjunction with the motor control center and circuit breaker submittals to allow time for review and re-submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. Electrical - Basic Requirements 16030-3 March 5, 2013 Project Number 12-3009 3.05 CONDUCTOR TEST REPORT Conductor Test Report Page 1 of 1 PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Race V C Operating Load Voltage Insulation Resistance - OHMS -way Label (1) ( ( VA VC VC VA VB VC A- B- C- A- B- C- 2 3 B B A N N N B C A G G G P1 P2 P3 P4 P5 P6 P7 (1) Refer to raceway and wire schedule and one-line diagram for description of feeder identified by label shown on this report (2) Visual Inspection - Check when completed (3) Continuity Test - Check when completed (4) Not all circuits shown. See Conduit and Conductor schedules on Plans for raceway labels. Electrical - Basic Requirements 16030-4 March 5, 2013 Project Number 12-3009 Ground Electrode Resistance Test Report PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: END OF SECTION Electrical — Basic Requirements 16030-5 March 5, 2013 Project Number 12-3009 SECTION 16060 GROUNDING AND BONDING PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation requirements for the grounding of electrical systems and equipment. 2 Material requirements for the grounding of electrical systems and equipment. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing[Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) B. Assure ground continuity is continuous throughout and verify that a low resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: Grounding and Bonding 16060-1 March 5, 2013 Project Number 12-3009 a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Ground rods, bus, fittings, clamps, and connectors: 1 Burndy; 2. Or Equal B. Ground rod boxes: 1. Pipe Inc. Model No. 12R-12A and 12R-12T; 2 Or Equal 2.02 COMPONENTS A. General: 1. The grounding systems shall consist of the ground rods, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to water piping as shown on the Plans. 2. System components shall be as allowed in the N.E.C. unless specified otherwise. B. Ground Rods: 1 Ground rods shall be cone pointed copper clad Grade 40 HS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27% of pure copper 5/8" x 8ft copper clad, UL Listed. C. Ground Conductors: 1 Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper, stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applications. D. Ground Rod Boxes: 1. Boxes shall be a 9-inch diameter precast concrete unit with hot- dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall be embossed with the wording "Ground Rod", PART 3 — EXECUTION 3.01 INSTALLATION A. All contacting surfaces of grounding connections shall be cleaned to bright metal before connection is made. Grounding and Bonding 16060-2 March 5, 2013 Project Number 12-3009 B. Provide an equipment grounding conductor in every conduit carrying a circuit of over 110 volts to ground. C. Make embedded or buried grounding connections, taps and splices with exothermic welds. Coat ground connections. D. Provide an equipment grounding conductor in all PVC conduits. E. Install ground conductors in PVC conduit where subject to damage. All grounding conductors smaller than #6 AWG shall be protected. F. Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. 3.02 TESTING A. Following completion of the grounding electrode system, measure ground resistance at each ground rod using the three rod method. Submit results to Engineer prior to final acceptance by the Owner. B. Perform testing per NETA Standard ATS paragraph 7.3. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. C. Furnish to the Engineer a test report with recorded data of each ground rod location END OF SECTION Grounding and Bonding 16060-3 March 5, 2013 Project Number. 12-3009 SECTION 16120 CONDUCTORS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all conductors and cables rated to 600 volts used for power, lighting, receptacle, signal, and control circuits. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2 Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1 Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/default.asp 2 National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5 National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1 Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. Conductors 16120-1 March 5, 2013 Project Number: 12-3009 PART 2 — PRODUCTS 2.01 GENERAL A. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. B. With the exception of lighting, communications, paging, security and receptacle circuits, the type, size and number of conductors shall be as specified on the Drawings or schedules. Lighting and receptacle circuit conductors may be unscheduled and shall be sized by the Contractor in accordance with the NEC. Number and types of communication, paging, and security cables shall be as required for the particular equipment provided. 2.02 LOW VOLTAGE WIRE AND CABLE A. All conductors shall be stranded copper only. B. Stranded copper conductors shall be 600 volt Type THHWN, Class B stranding, sizes #16 AWG (inside of panels for 24 VDC systems only), #14 AWG, #12 AWG, and #10 AWG only, for conductors in a dry location. C. Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG and larger. D. Conductors in a wet, damp or corrosive location shall be 600 volt Type XHHW, Class B stranding. E. Luminaire conductors shall be 600 volt, silicone rubber insulated, 2000 C, UL Type SF-2, with stranded copper conductors. F. Control cable (CC) shall be 90°C, 600 volt, UL listed multiconductor tray cable, Type PLTC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99; Alpha type TC or equal. G. Splices: 1 For Lighting Systems and Power Outlets: a. Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2. All Equipment: a. Crimp type connectors shall be nylon insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors, for conductors sizes 18 thru 12 AWG. Conductors 16120-2 March 5, 2013 Project Number- 12-3009 b. Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. 3. Division 16 Equipment and Power Conductors: a. Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. Bolted pressure connectors shall be copper only, installed with the connector manufactures required tooling. H. Terminations: I. Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with stranded conductors. For conductors sizes 18 thru 12 AWG: 1 Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. 2 Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. J. Provide the following conductors for the following applications: 1 Stranded Copper, Sizes #12 AWG and Larger, Individual Conductors or CC: a. As shown on the Plans for the control of motors or other equipment. 2. Fixture Wire: a. For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. K. Color Coding: 1. Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for equipment grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: a. 120/208 Volt, 3 Phase: Red, black and blue. b. 277/480 Volt, 3 Phase: Yellow, brown and orange. C. 120/240 Volt, 1 Phase: Red and black. d. DC Wiring: Blue ungrounded, DC grounded white with a blue stripe. 2.03 SIGNAL CABLE A. Special Cables: Conductors 16120-3 March 5, 2013 Project Number: 12-3009 1 Special cables such as Siemens Fast Connect Profibus DP cable shall be supplied where shown on the Plans, stated in the specifications, or as required by the manufacturer or supplier. PART 3 — EXECUTION 3.01 LOW VOLTAGE WIRE AND CABLE INSTALLATION A. Conductors installed outside of a building shall be stranded copper 600 Volt Type XHHW. B. Conductor Splices: 1. Splices: Install all conductors without splices unless necessary as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. 2. Watertight Splices: Slices in concrete ullboxes or belowgrade, 9 p P P for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. C. Conductor Identification: 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. D. Testing: 1. Insulation Resistance Tests: a. For all circuits 150 volts to ground or more and for all motors circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 3.02 SIGNAL CABLE INSTALLATION A. Cables shall be continuous from initiation to termination without splices except where specifically indicated. No splicing is acceptable. Conductors 16120-4 March 5, 2013 Project Number- 12-3009 B. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC except where shown on the plans. C. Conductor Identification: 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. END OF SECTION Conductors 16120-5 March 5, 2013 Project Number• 12-3009 SECTION 16130 CONDUITS, RACEWAYS, BOXES, AND FITTINGS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all conduits, conduit fittings, conduit supports, wireways, outlet boxes, pull and junction boxes. 2. Raceways shall be provided for power, control, instrumentation, grounding, lighting, receptacles, and signaling systems. Raceways consist of conduits, tubing, and wireway. For the purpose of this specification, conduit and tubing is collectively described as conduit. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/defauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 6. Electrical Testing Laboratories (ETL) 1.03 SUBMITTALS A. Shop Drawings: Conduits, Raceways, Boxes, and Fittings 16130-1 March 5, 2013 Pro]ect Number 12-3009 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 — PRODUCTS 2.01 GENERAL A. All materials shall be new, free from defects, of current manufacturer, of quality specified or shown. Each type of material shall be of the same manufacturer throughout the work. B. With the exception of lighting, communications, paging, security and receptacle circuits, the type and size of the raceway shall be as specified on the Drawings or schedules. In case of conflicts between the drawings and the specifications, the drawings shall prevail. Lighting and receptacle raceway may be unscheduled and shall be sized by the Contractor in accordance with the NEC. C. The number and size of communication, paging, and security raceways shall be as required for the particular equipment provided subject to the minimum sizes specified above. The type of raceway shall be in accordance with this specification. D. Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. 2.02 CONDUIT AND FITTINGS A. Galvanized Rigid Steel (GRS): 1. Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a UL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.C. B. PVC Coated Rigid Steel Conduit: 1. PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating and ETL listing. C. Nonmetallic Conduit: 1. Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. D. Flexible Metal Conduit: 1. Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded Conduits, Raceways, Boxes, and Fittings 16130-2 March 5, 2013 Project Number 12-3009 over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electrical Type UA or equal. 2.03 CONDUIT AND CABLE SUPPORTS A. Conduit Supports: 1. Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. B. Ceiling Hangers: 1 Ceilinghangers shall be adjustable galvanized carbon steel rod 9 J hangers. Unless otherwise specified, hanger rods shall be 1/2-inch all-thread rod and shall meet ASTM A193. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. C. Racks: 1. Racks shall be constructed from framing channel. Galvanized channels and hanger rods shall be steel, hot dipped galvanized. Channels attached directly to structural surfaces shall be 14 gauge minimum thickness, 1-5/8-inch deep. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be stainless steel. All hardware shall be stainless steel. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channel shall be manufactured by Unistrut or equal. 2.04 CONDUIT SEALANTS A. Moisture Barrier Types: 1. Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. B. Fire Retardant Types: 1. Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. 2.05 CONDUIT TAGS A. Conduit tags shall be corrosion resistant and remain legible after exposure to abrasion or aggressive fluids. Tags shall be crosslinked polyolefin construction. Manufacturer shall be Impact Industries or equal. Conduits, Raceways, Boxes, and Fittings 16130-3 March 5, 2013 Project Number 12-3009 2.06 OUTLET AND ]UNCTION BOXES A. Outlet and switch boxes shall be designed for mounting flush wiring devices. B. Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. C. Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. D. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. E. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. F. Non-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of 1/8". Box shall be supported and secured so that the enclosure is watertight and maintains the panel NEMA rating and UL listing. Secure boxes to the generator shelter column per section 16010. 2.07 WATERTIGHT ENCLOSURES A. Watertight enclosure shall be equal to Hoffman. B. Watertight enclosures for vault and exterior electrical outlets shall be molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations shall be sealed watertight. PART 3 — EXECUTION 3.01 CONDUIT INSTALLATION A. PVC Coated GRS conduit shall be used in all locations unless notes otherwise. PVC coated GRS conduit shall be installed below all buildings, structures, in concrete and in corrosive areas for all power and instrumentation circuits. GRS conduit that penetrates from the Conduits, Raceways, Boxes, and Fittings 16130-4 March 5, 2013 Project Number 12-3009 floor slab or walls inside a corrosive area shall be PVC coated per the specifications. B. PVC Schedule 40 conduit may be used underground in contact with the earth for power circuits only. When PVC conduit for power circuits is used underground in contact with the earth, the PVC shall transition to PVC coated GRS conduit five (5) feet from any building, structure, foundation wall or floor slab. The only exception shall be concrete electrical vaults or hand holes. C. GRS conduit shall be used for all above ground instrumentation (signal) circuits. PVC coated GRS shall be used for all underground instrumentation conduits. PVC coated GRS instrumentation conduit may transition to GRS conduit once inside a building or structure. The only exception shall be concrete electrical vaults or hand holes. D. Flexible Metal Conduit shall be used for final connection to motors and vibrating equipment. Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. Maximum length of flexible conduit shall be as allowed by NEC. E. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. F. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. G. Securely fasten raceways at intervals and locations required by N.E.C., or the type raceway employed. H. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. I. Do not install raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. J. All raceways shall contain a separate grounding conductor. K. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. L. Install explosion-proof seal-offs in hazardous areas shown on the Plans as required by the N.E.C. M. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. N. Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting openings in advance. Conduits, Raceways, Boxes, and Fittings 16130-5 March 5, 2013 Project Number. 12-3009 O. Conduit Identification: 1 In each manhole, handhole, pullbox, cabinet, motor control center or other equipment enclosure, identify each conduit using the conduit number shown on the Plans by means of a conduit tag affixed with stainless steel wire. Where affixing a tag is not feasible, identify conduits by stenciling. Stencil all exposed conduits for identification at least once in a room. 3.03 OUTLET AND JUNCTION BOX INSTALLATION A. Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. 3.04 WATERTIGHT ENCLOSURE INSTALLATION A. An epoxy plug shall be installed in the conduit to prevent the migration of water into the conduit. The enclosure shall be NEMA rated and installed per all applicable codes. END OF SECTION Conduits, Raceways, Boxes, and Fittings 16130-6 March 5, 2013 Project Number 12-3009 SECTION 16135 SITE WORK PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1 Installation requirements for underground conduits. 2. Material requirements for underground marking tape. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1 Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.ini.wa.gov/TradesLicensi ng/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association - US (CSA-US) 5. Electrical Testing Laboratories (ETL) 1.03 SUBMITTALS A. Shop Drawings: s: 1 Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. Site Work 16135-1 March 5, 2013 Project Number: 12-3009 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Underground Marking Tape: 1. Brady "Detectable Identoline - Buried Underground Tape"; 2. Or Equal 2.02 UNDERGROUND MARKING TAPE (DETECTABLE TYPE) A. Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for communication lines. PART 3 - EXECUTION 3.01 CONSTRUCTION A. Provide all excavation, trenching, backfill and surface restoration required for the electrical work. B. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Over excavate trench 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. C. Backfill around raceways shall be 3-inches of sand for systems of 600 volt or less. Backfill above raceways shall be 6-inches of sand for systems of 600 volt or less. Provide red or orange marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 3.02 HANDHOLE AND VAULT INSTALLATION A. Metallic Conduits entering vault enclosures shall have grounding bushings installed and the conduit ends shall be sealed with Permagum sealing compound. END OF SECTION Site Work 16135-2 March 5, 2013 Project Number 12-3009 SECTION 16140 WIRING DEVICES PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all receptacles, switches, and other wiring devices indicated on the Drawings. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If an conflict occurs between government adopted code rules Y 9 P and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensinci/Electrical/Install/defauIt.asp 2 National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. Wiring Devices 16140-1 March 5, 2013 Project Number 12-3009 PART 2 — PRODUCTS 2.01 GENERAL A. Wiring devices shall be UL approved for the current and voltage specified and shall comply with NEMA WD-1. Devices shall contain provisions for back wiring and side wiring with captively held binding screws. Devices shall be brown except those located in finished areas shall be ivory. 2.02 RECEPTACLES A. Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations, NEMA WD1 and UL 514 Standards. B. Indoor Single and Duplex Receptacles: 1. Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. C. Outdoor Single and Duplex Receptacles: 1. Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. D. GFI Receptacles: 1. Device shall be rated 20 amp, 2-pole, 3-wire, 120 volt, conforming to NEMA WD1.10 configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. 2.03 LINE VOLTAGE SWITCHES A. Line Voltage Types: 1. Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall be flush mounted, self-grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W-S-896 D and E, UL 20, and NEMA WD1 standards. Line Voltage Switches shall be Leviton, 1201 LHI, or equal. Wiring Devices 16140-2 March 5, 2013 Project Number. 12-3009 2.04 PLATES A. Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish. B. Device plates in corrosive or outdoor areas shall be corrosion- resistant/marine-duty type with weather protective double doors. Device plates for explosion-proof equipment shall be factory provided with the equipment. C. Plates shall be manufactured by Crouse-Hinds, Appleton, or equal. PART 3 — EXECUTION 3.01 RECEPTACLE INSTALLATION A. Position of Outlets: 1 All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without n h projecting beyo d t e same. B. Unless otherwise noted or shown on the Drawings, wall mounted outlet devices shall generally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. 3.02 LINE VOLTAGE SWITCH INSTALLATION A. Unless otherwise noted or shown on the Drawings, wall mounted switches shall generally be 48-inches above the floor. 3.03 PLATE INSTALLATION A. Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. B. Interior Dry Locations: 1 Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or sectional plates. C. Exterior and/or Wet Locations: Wiring Devices 16140-3 March 5, 2013 Project Number. 12-3009 1 Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. Cover type shall match box type. 3.04 WIRING DEVICE TESTING A. After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity, reversed polarity, and/or open neutral condition. B. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot" line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. C. Submit results of all field testing to the Engineer for review. END OF SECTION Wiring Devices 16140-4 March 5, 2013 Project Number 12-3009 SECTION 16210 UTILITY SERVICE PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. The following is a brief description of the work required to provide power service to the proposed facility. The Electrical Power Provider, Puget Sound Energy, shall perform some of the work and the Contractor shall do the remainder of the work. It is the Contractor's responsibility to understand what work will be completed by the Electrical Power Provider and coordinate said work. 2. Work to be completed by the Electrical Power Provider will be paid by the Owner and shall not be Included in the Contractor's bid price. Owner will only pay Electrical Power Providers disconnect / reconnect fee twice. All other disconnect / reconnect fees shall be paid by Contractor. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1 Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensinq/Electrical/InstallldefauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Puget Sound Energy Installation Standards Utility Service 16210-1 March 5, 2013 Project Number, 12-3009 1.03 SUBMITTALS A. Shop Drawings: 1 Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Current Transformer Enclosure: 1. Cooper B-Line; 2. Or Equal Note: Contractor is responsible for coordinating with Puget Sound Energy to ensure his proposed product meets their standards and requirements. 2.02 CURRENT TRANSFORMER ENCLOSURE A. Current transformer enclosure shall be provided and installed by Contractor unless Puget Sound Energy (PSE) requires their own crews to install the current transformer at which point Contractor shall provide current transformer to PSE for installation. Regardless of who performs installation, Contractor shall provide a current transformer enclosure that meets Puget Sound Energy standards and requirements. PART 3 — EXECUTION 3.01 PROJECT CONDITIONS A. Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. 3.02 SEQUENCING AND SCHEDULING A. The Service and Metering work is generally described as follows: 1. Provide and install new secondary underground service from the existing pad-mount transformer to the new current transformer enclosure and service disconnect including all conduit, conductors, cable terminators, trenching, backfill and restoration. Terminate conductors at both ends. 2. Provide and install current transformers in conformance with utility company requirements. B. The Contractor shall be fully and completely responsible for all scheduling and coordination with the Electrical Power Provider. The Contractor shall contact the Customer Service Representative to Utility Service 16210-2 March 5, 2013 Project Number. 12-3009 coordinate scheduling of work to be performed and to verify responsibilities, Installation requirements, and acceptable products. 3.03 INSTALLATION A. The Electrical Power Provider will perform the following: 1. Shutdown primary power to the site to complete Installation inside existing pad-mount transformer vault. 2. Terminate conductors on secondary side of the transformer. 3. Install current transformers (CT) in CT cabinet installed by the Contractor unless PSE requires Contractor to install the CT. B. The Contractor shall perform the following: 1. Contractor shall notify the Engineer of any changes to the responsibilities between the Electrical Power Provider and the Contractor as outlined in these specifications at the time of submitting a bid. Any change(s) in responsibilities not brought to the attention of the Engineer within 5 days of Notice to Proceed will not be cause for additional payment. 2. Install new raceway and conductors for secondary service from the existing pad-mount transformer location to the proposed current transformer enclosure and service entrance disconnect including trenching, sand bedding, backflll and restoration. Terminate service conductors at the current transformer enclosure. 3. Provide and install CT enclosure, raceway, and conductors for utility revenue metering as shown on the Plans and in conformance to utility company requirements. END OF SECTION Utility Service 16210-3 March 5, 2013 Project Number: 12-3009 SECTION 16230 ENGINE GENERATOR SET - DIESEL PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for engine generator set and accessories. B. Related Technical Specification Divisions Include, but are not necessarily limited to: 1 Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. The generator set shall conform to the following codes and standards. 1 Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.ini.wa.gov/TradesLicensing/Electrical/Install/defauit.asL) 2 National Electrical Code (NEC) 3 Underwriters' Laboratories, Inc. (UL) 4 Canadian Standards Association - US (CSA-US) 5 National Electrical Manufacturers Association (NEMA) 6. ISO 8528 G1/G2 (International Standardization Organization) 7. IEC60034-1 (International Electro technical Commission) 8 EN61000-6 (Electromagnetic Compatibility) 9. NEMA MG-1-22 (National Electrical Manufacturers Association) - Motors and Generators 10 IEC60034 (International Electro technical Commission) 11 C22.2 No. 100 (Canadian Electrical Code) Engine Generator Set - Diesel 16230-1 March 5, 2013 Project Number 12-3009 12 UL142 (Underwriters Laboratories) - Fuel Tank Construction 13 NFPA 70, NFPA 99 and NFPA 110. 14 IBC Certification (International Building Code) 15 UL 2200 (Underwriters Laboratories) - Standard for Stationary Engine Generator Assemblies. B. Requirements and Codes: 1 The equipment supplied shall meet the applicable requirements of the NEC and all applicable local codes and regulations. The generator set shall be constructed completely of all new components of current production. The supplier of the diesel engine must be the same entity as the generator packager and have a minimum of 25 years of equipment manufacturing experience. The source packaging facility must be certified to ISO9001 standards. 2. The generator set Installation and on-site testing shall conform to the requirements of the following codes and standards, as applicable. The generator set shall include necessary features to meet the requirements of these standards. a. IEEE446 - Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications b. NFPA37 - c. NFPA70 - National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. d. NFPA99 - Essential Electrical Systems for Health Care Facilities e. NFPA110 - Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1prototype tests required by this standard shall have been performed on a complete and functional unit, component level type tests will not substitute for this requirement. 3. The generator set and supplied accessories shall meet the requirements of the following standards: a. NEMA MG1-1998 part 32. Alternator shall comply with the requirements of this standard. b. UL142 - Sub-base Tanks C. UL1236 - Battery Chargers Engine Generator Set - Diesel 16230-2 March 5, 2013 Project Number- 12-3009 d. UL2200. The generator set shall be listed to UL2200 or submit to an Independent third party certification process to verify compliance as Installed. 4. The control system for the generator set shall comply with the following requirements. a. CSA C22.2, No. 14 - M91 Industrial Control Equipment. b. EN50082-21 Electromagnetic Compatibility - Generic Immunity Requirements, Part 2: Industrial. c. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. d. FCC Part 15, Subpart B. e. IEC8528 part 4. Control Systems for Generator Sets f. IEC Std 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. g. UL508. The entire control system of the generator set shall be UL508 listed and labeled. h. UL1236 -Battery Chargers. 5. The generator set manufacturer shall be certified to ISO 9001 International Quality Standard and shall have third party certification verifying quality assurance in design/development, production, installation, and service, in accordance with ISO 9001. C. Qualifications and Service: 1 The engine-generator supplier shall maintain 24-hours parts and service capability within 15 miles of the buyer's location. The distributor shall stock parts as needed to support the generator set package for this specific project. The supplier must carry sufficient inventory to cover no less than 80% parts service within 24 hours and 95% within 48 hours. The supplier shall provide factory certified electric power service technicians 1.03 SUBMITTALS A. Shop Drawings: 1. Indicate electrical characteristics and connection requirements. Include plan and elevation views with overall and interconnection point dimensions, fuel consumption rate curves at various loads, ventilation and combustion air requirements, electrical diagrams including schematic and interconnection diagrams. B. Product Technical Data: Engine Generator Set- Diesel 16230-3 March 5, 2013 Project Number 12-3009 1. Provide submittal data for all products specified in PART 2 of this Specification. 2. Submit data showing UL listing, dimensions, weights, rating, interconnection points, and internal wiring diagrams for engine, generator, enclosure, fuel tank, control panel, battery, battery charger, block heater, exhaust silencer, vibration Isolators. a. Manufacturer's Warranty Statement b. Test Report: Indicate results of performance testing C. Manufacturer's Field Report: Indicate inspections, findings, and recommendations. d. Evaluation of engine generator size based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. The Engineer shall provide a load profile to assist the manufacturer in calculating the voltage dip. e. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. f. Literature describing the diesel engine generator set. g. Literature describing auxiliary equipment to be furnished. h. The following shall be furnished in tabular form: 3. Engine make 4. Number of cylinders 5. Bore (in inches) 6. Stroke (in inches) 7. Generator make and type 8. Generator electrical rating, kVA 9. Cubic inch displacement Fuel oil consumption 10. Exciter and type 11. Horsepower at rated load 12. Enclosure size, exterior dimensions C. Provide three (3) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. Engine Generator Set - Diesel 16230-4 March 5 9 , 2013 Project Number. 12-3009 1.04 PROJECT CONDITIONS A. Engine generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 1 Maximum Ambient Temperature: 40 degrees C. 2 Altitude: Sea level to 1740 meters PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with these specifications, the generator manufacturer shall be: 1. Cummins, no substitutions. B. Ensure engine generator and accessories are provided by the above named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. C. No exception or proposed equivalents will be accepted, permitted, or considered. 2.02 DESIGN CRITERIA A. Provide a complete packaged standby generation system for automatic standby power to the City of Kent. Provide a diesel powered engine generator set, sound attenuated enclosure, battery charger, batteries, sub-base fuel tank, and all electrical and other appurtenances necessary for a complete and functioning system. The unit shall be installed on a welded steel frame within a sound attenuated enclosure mounted to a triple wall steel sub-base fuel tank that can in itself be anchored to a concrete base. The generator dimensions shall be as shown on the Plans. B. The generator shall be powered by a diesel engine with documented compliance to current Washington state EPA emission standards. C. The generator shall have well documented warning and instructions so as to highlight electrical hazard and operation indications using internationally recognized ISO symbols. D. Insulate, enclose, or guard exposed parts subject to high-operating temperatures or energized electrically, and moving parts which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. E. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be possible Engine Generator Set- Diesel 16230-5 March 5, 2013 Project Number 12-3009 with minimum drainage and minimum disturbance of set. Maintenance shall be possible by use of common tools. F. Design, construct, and Install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and proof of torsional acceptability shall be provided by the manufacturer. G. All materials and parts comprising the unit shall be new and unused. 2.03 PERFORMANCE CRITERIA A. The engine generator set provided shall not have a standby rating less than 450 kW at 0.8 PF with fan. The generator shall be capable of this rating while operating in an ambient condition of 40 degrees C. Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating oil pump, fuel injection pump, jacket water pump, and governor charging generator. B. Generator shall meet the following requirements: 1. Standby rating - 450 Kilowatt 2 Voltage - 480/277 volts, 4-wire 3. Phase - 3 phase 4. Frequency - 60 Hertz 5 Engine Speed - 1800 RPM 6 Insulation - Class H 7 Wiring - 12 lead reconnectable 8 Ambient Temperature - 40 degrees C (max) and alititude of 1000 feet. 9. Current Washington State EPA requirements for Standby Units. 10 Fuel System - No. 2 diesel fuel oil C. Allowable temperature rise in the generator shall not exceed 130 degrees C. D. The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. E. The generator set shall accept a single step load of 100% of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. Engine Generator Set- Diesel 16230-6 March 5, 2013 Project Number. 12-3009 F. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. G. Frequency regulation shall be isochronous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5%. H. The generator set shall be certified by the engine manufacturer to be suitable for use at the Installed location and rating, and shall meet all applicable exhaust emission requirements at the time of commissioning. I. Safety Devices: Engine shutdown on high water temperature, low water level, low oil pressure, over speed, local emergency stop button, remote emergency stop button, and engine over crank. 1. Engine Starting: DC starting system with positive engagement, number and voltage of starter motors in accordance with manufacturer's instructions. Furnish remote starting circuit, with MANUAL-OFF-REMOTE selector on engine-generator control panel. K. Engine Jacket Heater: Thermal circulation type water heater with integral thermostatic control, sized to maintain engine jacket water heater 90 degrees F, and suitable for operation on 240 VAC. L. The complete generator set shall be rated per IS08528 at 450 kW at 0.8 PF standby rating, based on site conditions of: Altitude 1740 meters, ambient temperatures of 40 degrees C, based on temperature measured at the control for indoor installations, and measured at the air inlet closest to the alternator for outdoor equipment. M. Standby power output ratings shall be defined per IS08528 as delivering an average load factor of the standby power rating with varying load for an unlimited (Standby) number of hours per year with a permissible 10% overload capability for standby emergency purposed for 1 in 12 hours. 2.04 MANUFACTURED UNITS A. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs, or brochures, and represents the latest production model. Engine Generator Set - Diesel 16230-7 March S, 2013 Project Number* 12-3009 2.05 COMPONENTS A. Engine: 1. The engine shall be a turbocharged, four-cycle, 14.9 liter displacement diesel engine. It shall be water-cooled and operate with nominal speed not exceeding 1800 RPM. The Brake Mean Effective Pressure (BMEP) shall not exceed 318 psi for operating at the prime power rating. The engine will utilize in-cylinder combustion technology, as required, to meet applicable EPA non- road mobile regulations for compression Ignition engines. Actual engine emissions values must be in compliance with applicable EPA emissions standards per ISO 8178 - D2 Emissions Cycle at specified ekW/bHP rating. Utilization of the "Transition Program for Equipment Manufacturers" (also known as "Flex Credits") to achieve EPA certification is not acceptable. Emissions requirements / certifications of this package: EPA Tier 2. 2. The engine will be equipped with an isochronous electronic governor, compliant with IS03046 3. Class Al providing steady state speed regulation to +/- 0.25%. B. Generator: 1. The generator shall be screen protected and drip-proof, permanent magnet, self-regulating, brushless generator with fully interconnected damper windings, IC06 cooling system and sealed-for-life bearings. A 2/3 pitch factor is standard on all stator windings. Voltage output shall be 480/277 volt 3-phase. 2. The generator shall be UL listed 3. Generator shall be a revolving field, 4-pole brushless connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. C. Insulation System: 1. The insulation system shall be Class H with windings impregnated in a triple dip thermo-setting moisture, oil and acid resisting polyester varnish plus a heavy coat of anti-tracking varnish for additional protection against moisture or condensation. D. Electrical Characteristics: 1. Electrical design in accordance with BS5000 Part 99, IEC60034-11 EN61000-6, NEMA MG-1.22. E. Voltage Regulator: 1. The fully sealed automatic voltage regulator shall maintain the voltage within the limits of f 0.5% at steady state from no load to full load. Nominal adjustment shall be by means of menu buttons on the control panel protected by a password. Engine Generator Set- Diesel 16230-8 March 5, 2013 Project Number 12-3009 2. Engine-generator unit shall have a steady state voltage regulator. Generator set shall be capable of recovering to a minimum of 90% of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15%. 3. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. F. Permanent Magnet Generator: 1. The generator shall be equipped with a permanent magnet for excitation and providing 350% short circuit capabilities, enhanced motor starting and non-linear loading performance. G. Waveform Distortion, THE and TIF Factors: 1. The total distortion of the voltage waveform with open circuit between phases or phase and neutral shall be in the order of 1.8. H. Radio Interference: 1. Suppression shall meet all of the requirements of EN61000-6. I. Electric Starting System: 1. The starting system shall consist of a 24 V system with 10A battery charging alternator, and starter motor on engine. A 24 V heavy duty maintenance free, battery rack, and cables on the generator set base frame shall be provided. A UL and CSA Listed 120 VAC battery charger shall be frame mounted. 2. Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. 3. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. J. Anti-Condensate on Heaters: 1. 240VAC anti-condensation heaters shall be installed in the generator. The heater control circuitry shall automatically shut the heaters off when the generator set starts. K. Cooling System: 1. The generator set shall come with a horizontal discharge, cooling system designed to provide 400C ambient capability. The package mounted, cooling system shall be complete with radiator, blower fan, fan drive, drive guard, belt guards and shall ship from Engine Generator Set - Diesel 16230-9 March 5, 2013 Project Number. 12-3009 the factory with a 50% coolant antifreeze solution with corrosion inhibitor. The cooling system shall also Include a coolant level reservoir/sight gauge and coolant drain line routed to the exterior of the package with shutoff valve. 2. Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 1040 F ambient temperature. 3. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included In the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. 4. Provide cooling system water heaters suitable for operation on a 240-volt, 60 Hz current to maintain engine water temperature at 120 degrees F at an ambient temperature of 50 degrees F. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling system with a mixture of water, anti-freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of -20 degrees F. L. Components and Systems: 1. The generator shall be provided with the following: a. Circuit Breaker: One 3-pole MCCB with solid neutral (4-Wire). UL/CSA listed with shunt trip integral trip unit for electronic trip overload protection on MCCB. b. Block Heater: A 240 VAC Engine block heater, thermostatically controlled and sized to maintain manufacturers recommended engine coolant temperature to meet the start-up requirements of NFPA-99 and NFPA-110, Level 1. c. Air Restriction Kit Air cleaner restriction indicator to indicate the need for maintenance of the air cleaners. d. Generator Heater sized to prevent condensation in the generator. Generator heater shall not be energized when the generator is running. e. Battery Charger. f. Run Relay: Run Relay to provide a three-pole, double-throw relay with 10 amps at 120VAC contacts for indicating that the generator is running. M. Start/Stop Connections: 1. One two-wire set of remote start connection terminals shall be provided. Engine Generator Set - Diesel 16230-10 March 5, 2013 Project Number 12-3009 N. Air Cleaners: 1. Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. O. Governor System: 1. An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall Include a programmable warm up at Idle and cool down at Idle function. P. Lubrication: 1. The lube system shall come complete with spin-on lube oil filters, lube oil cooler, crankcase breather with collection assembly, and lube oil. The oil drain lines shall be routed to the base of the unit and designed to fully drain outside of frame, include valves to simplify the oil change process. 2. Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. 3. Provide effective lubricating oil filter, and locate and connect It so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. 4. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. Q. Frame: 1. Engine shall be factory-assembled and aligned on a heavy-duty steel base with integral fuel tank. Batteries shall be housed in an acid-resistant box, which shall be mounted on engine frame and adjacent to the engine. Location of battery housing shall not interfere with maintenance and inspection of the engine. Construct the frame to Insure proper alignment of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any direction during installation and shall be provided with suitable holes for foundation bolts and vibration isolators. Provide vibration Isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by the site location. Engine Generator Set- Diesel 16230-11 March 5, 2013 Project Number 12-3009 a 2. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift pick-up. R. Sound-Attenuated Enclosure: 1. The generator set shall be provided with a sound-attenuated housing which allows the generator set to operate at full rated load in an ambient temperature of up to 100 degrees F. The enclosure shall reduce the sound level of the generator set while operating at full rated load to a maximum of 74 dBA at any location 7 meters from the generator set in a free field environment. 2. With the entire package listed under UL2200. The package shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. The total assembly of generator set, enclosure, and sub-base fuel tank (when used) shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100 degrees F. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. All doors shall be pad lockable, and include retainers to hold the door open during service. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. 3. All sheet metal shall be primed for corrosion protection and finish painted with the manufacturers standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: a. Primer thickness, 0.5-2.0 mils. b. Top coat thickness, 0.8-1.2 mils. C. Gloss, per ASTM D523-89, 80% plus or minus 5%. d. Gloss retention after one year shall exceed 50%. e. Crosshatch adhesion, per ASTM D3359-93, 413-513. f. Impact resistance, per ASTM D2794-93, 120-160 inch- pounds. g. Salt Spray, per ASTM B117-90, 1000+ hours. h. Humidity, per ASTM D2247-92, 1000+ hours. r i. Water Soak, per ASTM D2247-92, 1000+ hours. Engine Generator Set - Diesel 16230-12 March 5, 2013 Project Number 12-3009 4. Painting of hoses, clamps, wiring harnesses, and other non- metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal Installation or service work. 5. Enclosure shall be constructed of minimum 12 gauge steel for framework and 14 gauge steel for panels. All hardware and hinges shall be stainless steel. 6. A factory-mounted exhaust silencer shall be installed Inside the enclosure. The exhaust shall exit the sound attenuated enclosure through a rain collar, exit the canopy structure through the gable end, and terminate 2-feet beyond the structure roof overhang with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. No canopy roof penetrations shall be allowed. Contractor shall provide and design exhaust supports conforming to the manufacturers recommendations. 7. The enclosure shall include the following maintenance provisions: a. Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure, with internal drain valves b. External radiator fill provision. C. Provide an external emergency stop button that is protected from accidental actuation. d. Provide motorized louvers to minimize air flow through the enclosure when generator set is not operating. Louvers shall include provisions to prevent accumulation of ice or snow that might prevent operation. e. Inlet ducts shall include rain hoods. f. A remote electrical distribution panel installed by the Contractor shall provide power to equipment inside generator requiring power including: motorized louvers, battery charger, coolant heater, GFI receptacles, light fixtures and switches, and alternator heaters. g. Two duplex GFI receptacles, one inside the enclosure, and a weatherproof receptacle on the outside of the enclosure. h. Two three-way switches controlling three AC lamps mounted in vapor tight and gasketed fixtures. L Sub base tank fueling shall be done from outside the footprint of the sound attenuated enclosure Engine Generator Set - Diesel 16230-13 March 5, 2013 Project Number 12-3009 �. The enclosure shall be insulated with non-hydroscopic materials. k. A minimum of 3 pad-lockable access doors shall be provided on each of the long sides of the enclosure for maintenance access (minimum of 6 doors total). S. Exhaust System: 1. A complete exhaust system which includes an internally mounted critical silencer with flexible connector with horizontal exhaust discharge and weather flapper assembly shall be provided. a. Muffler/Silencer: Critical grade type, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements. b. Sound level measured at a distance of 10 feet (3 m) from exhaust discharge after Installation is complete shall be 95 dBA or less C. Muffler shall be rated as necessary to comply with City of Kent noise emission standards, and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. d. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. e. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211, and shall comply with recommendations for exhaust systems as specified by the diesel engine manufacturer. f. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support the exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. g. Provide a condensate drain for the muffler through a petcock. h. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a minimum temperature of 1200°F. The exterior blanket shall be protected with a 0.016 aluminum jacket with weatherproof end cap. T. Fuel System: 1. Sub-Base Tank: Comply with UL142, factory-installed sub-base fuel tank assembly, with the following features: Engine Generator Set - Diesel 16230-14 March 5, 2013 Project Number. 12-3009 a. Containment: Integral rupture basin with a capacity of 150 percent of nominal capacity of day tank. A triple wall fuel tank is required. Fuel tank shall not have exterior finished dimensions larger than 233" Length x 82" Width x 36" Height. b. Leak Detector: Locate in rupture basins and provide dry alarm contacts to alarm in the event of day-tank leak. c. Tank Capacity: 1700 gallon. d. Low-Level Alarm Sensor: Liquid-level device operates alarm contacts at 25 percent of normal fuel level. e. Piping Connections: Factory-installed fuel supply and return lines from the tank to the engine; local fuel fill with pad- lockable spill containment basin, vent line, overflow line; and tank drain line with shutoff valve. f. A lockable fuel fill with integrated pad-lockable spill protection containment and mechanical reading fuel level gauge shall be provided. A low fuel level alarm contact (fuel tank rupture alarm contacts) shall be provided. The fuel fill and spill protection containment shall be located such that they do not interfere with the catwalk maintenance walkways, railings, stairways, or any maintenance access of the generator enclosure, including full 'swing' of the enclosure access doors. g. A manual fuel priming pump integrated into the fuel filter shall be provided. h. Containment Provisions and Venting: Comply with requirements of Authorities Having Jurisdiction and the IFC. All vents shall be located such that they do not interfere with the catwalk maintenance walkways, railings, stairways, or any maintenance access of the generator enclosure, including full 'swing' of the enclosure access doors. 2. Engine shall operate on automotive diesel fuel complying with the limiting requirements of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. 3. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. 4. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam-driven gears from engine camshaft. 5. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. Engine Generator Set - Diesel 16230-15 March 5, 2013 Project Number 12-3009 6. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of Injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. 7. Provide integral triple wall fuel tank mounted between the structural steel skids for engine fuel supply. The tank, as installed shall meet all local and regional requirements for above ground tanks. 8. Tank shall be especially constructed for mounting in this location by the engine generator manufacturer. Provide tank with the following: a. Fuel level gauge b. Drain C. Fill pipe and vents d. Standard vent shall terminate 12 feet above grade. Venting shall not go through the roof of the generator canopy structure, but rather go through the gable end. Contractor shall support vents pursuant to manufacturers recommendations. e. Emergency vents shall terminate outside of the weather housing. f. Leak detection provisions, wired to the generator set control for local n oca and remote alarm indication. g. High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. h. Integral lifting provisions. i. Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. j. A lockable fuel fill with integrated pad-lockable spill protection containment and mechanical reading fuel level gauge shall be provided. A low fuel level alarm contact (fuel tank rupture alarm contacts) shall be provided. The fuel fill and spill protection containment shall be located such that they do not interfere with the catwalk maintenance walkways, railings, stairways, or any maintenance access of the generator enclosure, including full 'swing' of the enclosure access doors. Engine Generator Set - Diesel 16230-16 March 5, 2013 Project Number 12-3009 k. All vents shall be located such that they do not interfere with the catwalk maintenance walkways, railings, stairways, or any maintenance access of the generator enclosure, including full `swing' of the enclosure access doors. 9. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon Into the engine. All fuel Imes shall have flexible sections between tank and engine to absorb vibration. 10. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. 11. Fill fuel tank completely full at completion of construction. The tank shall not be filled until the City fire inspector has completed its inspection and the installation is approved. U. Control Panel and Alarm System: 1. Supplier shall provide a set mounted auto start panel in a vibration isolated NEMA 1 sheet steel enclosure with a hinged pad-lockable door and viewing window for monitoring when the door is closed. The panel shall be collocated behind a common door with the distribution panel. 2. The control panel shall include the following: a. Manual run/off/auto switch b. Panel light ON/OFF switch C. Red emergency exterior stop pushbutton d. Lamp test/reset pushbutton e. AC instrumentation: 1-voltmeter, 1-ammeter, 1-frequency, digitally displayed and selectable thru controller. f. Engine display for: oil pressure, coolant temperature, battery volts, digitally displayed and selectable thru controller. g. Hours run meter digitally displayed thru controller h. Voltage adjust potentiometer L Additional alarms shall be provided for fuel tank. Dry normally open contacts shall be supplied for each: Low fuel level at 25% of tank capacity/fuel tank leak j. Printed circuit board control logic k. Auto-start capability I. Cycle cranking with 3 adjustable time crank/rest periods m. Battery charger, frame or set mounted UL Listed 6.6 Amp, Constant Voltage Engine Generator Set - Diesel 16230-17 March 5, 2013 Project Number 12-3009 4J 3. The control shall have automatic remote start capability from a panel-mounted three-position (Stop, Run and Remote) switch. 4. The generator set shall be provided with alarm and status indicating lamps to Indicate non-automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high- intensity LED type. The generator set control shall Indicate the existence of the following alarm and shutdown conditions on a digital display panel: a. Alarms: 1) Low oil pressure warning 2) Oil pressure sender failure 3) Low coolant temperature 4) High coolant temperature warning 5) Low coolant level 6) Engine temperature sender failure 7) Low DC voltage 8) High DC voltage 9) Weak battery 10) Low fuel warning 11) Overload 12) Battery Charger Malfunction 13) Overcurrent 14) Under Frequency b. Shutdown Alarms 1) Low oil pressure 2) Low Coolant Level 3) Low-Low Fuel 4) High coolant temperature 5) Fail to crank 6) Overcrank 7) Overspeed 8) High AC voltage 9) Low AC voltage 10) Under frequency 11) Over current Engine Generator Set- Diesel 16230-18 March 5, 2013 Project Number 12-3009 12) Short circuit 13) Charging System Failure 14) Emergency stop C. Engine control panel shall include the following: 1) Oil pressure gauge (psi) 2) Emergency Stop Pushbutton 3) Coolant temperature gauge (OF) 4) Operating hour meter (hrs) 5) Hand-off Auto Selector switch (H-O-A) 6) AC Frequency meter (hertz) 7) AC Volt meter (0-600v) 8) AC Current Meter (Amps) 9) Load Meter (kW) 5. Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. V. Alarm Contacts to Telemetry: 1. Provide auxiliary dry contacts and wiring for activating remote alarms to the telemetry panel on activation of any of the following conditions: a. Low Fuel b. Generator run c. Generator failure (shutdown) and trouble d. Fuel leak 2. Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. W. Switch Gear: 1. Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, molded case electronic trip type, rated as shown on plans. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel-type ammeter with phase selector switch, a panel-type voltmeter with selector switch, and frequency meter mounted on engine control panel. Engine Generator Set- Diesel 16230-19 March 5, 2013 Project Number, 12-3009 X. Battery Charger: 1. Provide, Install, and wire a battery charger mounted inside the generator enclosure. The battery charger shall be current- limited, automatic-equalizing and float-charging type. The unit shall comply with UL508 and include the following features: 2. Operation: Equalizing-charging rate of 10A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float-charging mode and continues operating in that mode until battery is discharged again. 3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. 4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. S. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. 6. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC Input or do output of battery charger. Either of these conditions closes contacts that provide a battery charger malfunction indication at the monitoring panel. 2.06 FINISHES A. Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. B. Color of diesel engine set enclosure shall be of manufacturer's standard color. C. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. D. All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 1. Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. Engine Generator Set- Diesel 16230-20 March 5, 2013 Project Number 12-3009 2 Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year shall exceed 50%. 3 Crosshatch adhesion, per ASTM D3359-93, 46-513. 4 Impact resistance, per ASTM D2794-93, 120-160 Inch-pounds. 5 Salt Spray, per ASTM B117-90, 1000+ hours. 6 Humidity, per ASTM D2247-92, 1000+ hours. 7 Water Soak, per ASTM D2247-92, 1000+ hours. E. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal Installation or service work. 2.07 SOURCE QUALITY CONTROL A. Prototype Testing: Factory test engine-generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. B. Tests: Comply with NFPA 110, Levell Energy Converters and with IEEE 115. 1. Project-Specific Equipment Tests: a. Perform tests at rated. Include the following tests: 1) Test components and accessories furnished with installed unit that are not Identical to those on tested prototype to demonstrate compatibility and reliability. 2) Full load run. 3) Maximum power. 4) Voltage regulation. 5) Transient and steady-state governing. 6) Single-step load pickup. 7) Safety shutdown. 8) Operation of motorized dampers and other environmental controls. 9) Provide 14 days' advance notice of tests and opportunity for observation of tests by Owner's representative. 10) Report test results within 10 days of completion of test and prior to delivery. C. Engine generator unit shall be tested at manufacturer's plant at full load before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, Engine Generator Set- Diesel 16230-21 March 5, 2013 Project Number 12-3009 lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. 2.08 EXTRA MATERIALS A. A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. B. The following spare parts shall be furnished: 1. (3) - Sets of fuel filter elements and gaskets 2. (3) - Lubricating oil filter elements and gaskets 3. (3) - Air cleaner filter elements 4. (2) - Complete sets of V-belts including fan and alternator drive belts 2.09 WARRANTY A. The generator set warranty period shall be a minimum of 24 months and 1500 hours for standby applications. All terms begins after final project acceptance. PART 3 — EXECUTION 3.01 DELIVERY A. Contractor shall deliver generator and fuel tank to the job site as one package. 3.02 INSTALLATION A. Install engine in conformity with the plans and manufacturer's instructions and under manufacturer's direct supervision. B. Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the plans. 3.03 SITE TEST A. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. B. Upon completion of unit installation, carry out running tests. A load bank shall be provided for load testing of the generator. Operate engine for a period of not less than 2 hours, in which 5 starts of the engine generator set shall be made and power supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when sudden application of rated load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon Engine Generator Set- Diesel 16230-22 March 5, 2013 Project Number 12-3009 completion of the tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. If batteries are removed and shipped separately or drained for shipment, perform all battery tests after installation on site. Report and repair any operational deficiencies found during on-site tests. Coordinate on- site generator tests with on-site testing of transfer switches. Owner's representative shall be Instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and Included with the operation and Instruction manual. C. On-Site Training: 1. Certified representative of the manufacturer to provide one (1) day of operating and maintenance training at the Project site after the system has successfully undergone all field testing and acceptance procedures. Training shall not be less than 4 hours. a. As a minimum, training shall cover: 1) Hardware overview. 2) Software overview. 3) Maintenance. 4) Trouble shooting. 5) Programming and Setup. END OF SECTION Engine Generator Set - Diesel 16230-23 March 5, 2013 Project Number 12-3009 SECTION 16410 SWITCHES AND CIRCUIT BREAKERS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all switches and circuit breakers used in this ro ect. P ] B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.aov/TradesLicensi ng/Electrical/Insta II/defauIt.asp 2 National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4 Canadian Standards Association — US (CSA-US) 5 National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1 Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. Switches and Circuit Breakers 16410-1 March 5, 2013 Project Number. 12-3009 PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Circuit Breakers, Disconnect Switches, and Circuit Breaker Enclosures: 1. Siemens, no substitutions. 2.02 MOLDED CASE CIRCUIT BREAKERS A. Breakers shall have the interrupting rating and trip rating indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 400 C. B. Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole consisting of both thermal and magnetic trip elements. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions. C. Molded case circuit breakers shall be NEMA rated. D. Breakers shall be UL listed for accepting both copper and aluminum conductors. Circuit breaker lugs shall be capable of accepting the cable size indicated on the drawings and in the conductor schedules. Circuit breakers not capable of receiving the cable size shown without the use of cable terminators, shall not be acceptable. E. Breakers covered under this Specification may be installed in panelboards and individual enclosures. F. Unless otherwise shown on the drawings, enclosures for protective devices shall be NEMA rated for the environment in which they are installed. 2.03 INSTANTANEOUS MAGNETIC TRIP BREAKERS A. The magnetic trips shall be adjustable and accessible from the front. B. Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. C. Instantaneous magnetic trip circuit breakers shall be NEMA rated. 2.04 WELL BUILDING GENERATOR SERVICE DISCONNECT SWITCH A. The switch shall be heavy duty type, shall be quick-make, quick break, within a NEMA 4X stainless steel enclosure, and shall be horsepower rated. The switch shall have blades as required to open all ungrounded conductors. The disconnect shall have a minimum Switches and Circuit Breakers 16410-2 March 5, 2013 Pro)ect Number: 12-3009 available fault current withstand rating of 42,000 amperes unless noted otherwise on the plans. B. The switch shall be pad-lockable in both the OFF or ON position. C. The enclosure shall have interlocking cover to prevent opening the door when the switch is closed. The interlock shall include a defeating scheme. The enclosure shall be pad-lockable. D. Circuit Breaker Type: 1. Circuit breakers shall be molded case electronic trip type and meet molded case circuit breaker specifications covered in this section. PART 3 — EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Fuses and circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. C. Provide additional disconnects if required by Code. D. Overcurrent protection devices and switches shall be centered 60 inches above the finished floor unless noted otherwise on the Plans. END OF SECTION Switches and Circuit Breakers 16410-3 March 5, 2013 Project Number 12-3009 SECTION 16411 TRANSFER SWITCHES PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1 Material and installation requirements for all automatic transfer switches used in this project. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1 Division 1 2. Division 10 3 Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www,lni.wa.gov/TradesLicensina/Electrical/Install/default.asp 2 National Electrical Code (NEC) 3 Underwriters' Laboratories, Inc. (UL) 4 Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. Transfer Switches 16411-1 March 5, 2013 Project Number, 12-3009 � r PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Automatic Transfer Switches: 1. Cummins, model number OTPC-SE, no substitutions. 2.02 AUTOMATIC TRANSFER SWITCHES A. The transfer switch shall be UL listed and labeled by UL as "suitable for use as service equipment". B. The transfer switch shall be shall be NEMA 4X rated with stainless steel enclosure and equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3-phase. C. The enclosure shall have a solid padlockable stainless steel door with no operator interface devices or viewing window. All transfer switch operator interface devices shall be located on a secondary hinged door located behind the exterior door of the enclosure. D. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all classes of load and continuous inductive duty. E. The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of 42,000 Amps. F. The switch shall be capable of enduring 6000 cycles of complete opening and closing at rated current and voltage at a rate of 6 cycles per minute without failure. G. The switch shall be double throw inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously. The operating current shall be obtained from the source to which the load is to be transferred. The transfer mechanism shall be of the double break design with solid silver cadmium surface contacts and individual heat resistant arc chambers. The switches shall have arc chutes, heating dissipation and arcing suppression and heavy duty springs to ensure quick and clean breaks. H. Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting current. I. All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts. 2.03 COMPONENTS AND ACCESSORIES A. The transfer switch shall include the following accessories: 1. Undervoltage Sensor: Adjustable solid state low voltage sensing relays (pick up 85 to 98 percent of normal voltage set at 98%; Transfer Switches 16411-2 March 5, 2013 Project Number. 12-3009 drop out 75 to 100 percent set of 90% of pickup setting). Provide for each phase. 2. Time Delay Start and Stop on Drop Out: Solid state adjustable time delay on start (0 to 120 seconds). Set start delay for 5 seconds. 3. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after normal power is restored and retransfer occurs. Set at 5 minutes. 4. Time Delay Transfer and Retransfer: Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at 5 minutes for retransfer to normal. Set at 3 seconds for transfer to emergency. 5. With or Without Load Selector Switch: Switch to select exercise with or without station load. 6. Normal-Test Switch: Switch such that in the "Normal" mode the transfer switch will operate automatically and in the "Test" mode the generator will start for test purposes. This switch shall work in conjunction with the "With" or "Without" load switch. 7. Exercise Clock: Provide solid state exerciser clock to set the day, time, and duration of generator set exercise/test period. Provide with/without load selector switch for the exercise period. 8. Programmed Transition: The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 0.5 to 60 seconds when transferring from one line power source to the other to allow residual voltages to decay before application of the source. Set at 60 seconds. 9. Position lights for normal and emergency position indication and for normal and emergency power available. 10. Switch position indication limit switches for normal and generator positions. 11. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS in utility position, 3) ATS Fail alarm, 12. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5 inch, analog, 2% accuracy. Provide a phase selector switch to read L-L voltage and current of both power sources. 13. Provide manual override switch to bypass the control system and transfer load from source to source when control is disabled. B. All displayed operator information to include but not limited to: 1. Control settings. 2. Exercise cycle and parameters. Transfer Switches 16411-3 March 5, 2013 Project Number 12-3009 3. Load and position indication which shall be selectable. C. In no way shall the operator be required to open the interior hinged door to adjust general settings of the ATS. PART 3 — EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Connect as shown on the one-line diagram. C. Mounting of automatic transfer switches: 1. Floor mounted on concrete pad. Construct level concrete equipment pad with medium broom finish as shown on the drawings. All exposed edges of equipment pad, not in contact with adjacent structure, shall have 3/4-inch chamfer. 3.02 FIELD QUALITY CONTROL A. On-Site Training: 1. Certified representative of the manufacturer to provide one (1) day of operating and maintenance training at the Project site after the system has successfully undergone all field testing and acceptance procedures. a. As a minimum, training shall cover: 1) Hardware overview. 2) Software overview. 3) Maintenance. 4) Trouble shooting. 5) Programming and Setup. END OF SECTION Transfer Switches 16411-4 March 5, 2013 Project Number 12-3009 SECTION 16422 MOTOR CONTROL CENTER (MCC) PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1 Motor control centers. 2 Motor control center panel components. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 4 Division 17 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.ini.wa.qov/TradesLicensing/Electrical/Install/default.asi) 2 National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. National Electrical Manufacturers Association (NEMA) 5. The equipment shall be constructed to meet or exceed the requirements within NEMA ICS3-322 and UL845 for motor control centers. Each MCC section shall bear the UL label. The MCC section containing the main circuit breaker shall bear a UL service entrance label. 1.03 SUBMITTALS A. Shop Drawings: Motor Control Center(MCC) 16422-1 March 5, 2013 Project Number 12-3009 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Motor Control Center: 1. During design, Siemens Motor Control Center equipment was used for sizing. MCC shall be a Siemens Tiastar Smart MCC with internal Profibus DP network, no substitutions. 2.02 MOTOR CONTROL CENTER A. All components within the Motor Control Center shall be UL listed and of the same manufacturer as the Motor Control Center unless stated otherwise on the Plans or within the specifications. B. The MCC shall not have overall dimensions larger than shown on the Plans. C. This equipment shall consist of a line-up of standard design, free- standing sheet metal sections, assembled and pre-wired for motor control and power distribution as shown on the Plans. This equipment shall be designed as to permit future additions of vertical sections and interchanging of units by users. Include provisions for supervisory control equipment as specified elsewhere. D. The equipment enclosure shall be NEMA Type 1A with gasketing unless noted otherwise on the Plans. Gasketing shall be closed cell neoprene material. E. The MCC shall be NEMA Class II, Type B construction. F. The MCC shall be rated as shown on the Plans with a minimum available fault current withstand rating of 42,000 amperes. G. Vertical Sections: 1. Each vertical section shall be approximately 91-1/8 inches high and 20 inches deep. Vertical sections shall have internal base mounting angles at the bottom and external lifting angles at the top running continuously within each shipping block. 2. To minimize the chance of fault propagation to adjacent sections, each vertical section shall have side sheets extending the full height and depth of the section. H. Incoming Line Compartments: 1. Incoming line/lug compartment shall be bottom entry for main service disconnect and top entry for main lugs unless noted otherwise on the Plans. The size and quantity of incoming cables shall be as shown on the Plans. Motor Control Center(MCC) 16422-2 March 5, 2013 Project Number 12-3009 I. Bus: 1. The main horizontal bus shall be as indicated on the Plans. Horizontal bus bars shall be located at the top of the MCC. All power bussing shall be braced to withstand a fault current of 42,000 RMS symmetrical amperes unless otherwise noted on the Plans. 2. Bus supports shall be fabricated from high strength, glass-filled polyester resin. 3. The horizontal bus shall be tin plated copper with a conductivity rating of 100 percent AICS. The horizontal bus bars shall be fully sized to carry 100 percent of the rated current the entire length of the MCC. The entire horizontal bus assembly shall be located behind the top horizontal wireway. Horizontal bus bars located behind usable unit space are not acceptable. 4. The horizontal bus shall be Isolated from the top horizontal wireway by a clear, flexible, polycarbonate barrier allowing visual inspection of the horizontal bus without removing any hardware. 5. The vertical bussing shall be rated 600 amperes respectively. Vertical bus bars shall be fabricated of tin plated solid copper bars with a conductivity rating of 100 percent AICS. The vertical bus barrier support shall be designed as to effectively enclose each vertical bus bar. Provisions shall be made to close off unused unit stab openings in the vertical bus barrier with removable covers. 6. All bus ratings are to be based on a maximum temperature rise of 50 degrees Celsius over a 40 degree Celsius ambient temperature. 7. Provisions for terminating a neutral wire at the MCC shall be provided. J. Unit Disconnect Operator Mechanism: 1. A door-mounted operator mechanism shall be provided for operating all feeder breakers provided with the MCC. The operator shall extend through an opening in the unit door and shall clearly indicate whether the disconnect is 'on', 'off or 'tripped'. 2. With the disconnect in the 'ON' position, a mechanical interlock shall prevent opening of the unit door. This interlock shall be provided with a defeater so that authorized personnel may gain access to the compartment without interrupting service. 3. The operator mechanism design shall allow padlocking the disconnect in the 'OFF' position with up to four padlocks. Motor Control Center (MCC) 16422-3 March 5, 2013 Project Number 12-3009 K. Wireways: 1. Horizontal wireways of standard sections, both top and bottom, shall be not less than 6 Inches (150 mm) high. To prevent damage to cable insulation, the wireway opening between sections shall have rounded corners and the edges shall be rolled back. 2. A full height, vertical wireway and hinged door shall be provided in each standard vertical section. A permanent vertical wireway wall shall separate the units from the vertical wireway, and remain intact even when the units are removed. L. Units: 1. After insertion, each plug-in unit shall be held in place by a latch that is located at the front of the unit. 2. Plug-in stabs shall be mounted in a polyester molding at the rear of the unit. Wiring from the unit disconnecting means to the plug-in stables shall be routed into this molding such that the wiring is not being exposed at the rear of the unit. 3. Size 1 through Size 5 non-reversing starters shall be plug-in units. 4. The unit door shall be fastened to the stationary structure (not the unit itself), so that the door can be closed when the unit has been removed. The door shall be hinged on the left-hand side so that it opens away from the vertical wireway. 5. The operator handle of all units shall be interlocked with the MCC frame, so that a unit insert cannot be withdrawn or inserted when the operator is in the ON position. Position of operating handle shall indicate ON, OFF, or tripped condition. Handle shall provide provisions for padlocking in the OFF position. Interlock provision shall prevent unauthorized opening or closing of the door with the disconnect in the ON position. 6. Circuit breaker type starter units shall have a short circuit rating greater than the available fault current listed in the General Section, and shall be motor circuit protectors (MCP) with magnetic only trip. Feeder breakers shall be molded case breakers with thermal magnetic trip and have a short circuit rating greater than the available fault current listed in the General Section. 7. An auxiliary contact shall be provided on the disconnect for purposes of isolating the external source of control voltage. One control circuit fuse shall be provided. 8. Control circuit transformer (CCT) shall be mounted within the unit. CCT shall be individually protected, and provide the following excess capacity, in addition to that required by the Motor Control Center(MCC) 16422-4 March 5, 2013 Project Number: 12-3009 starter coil: Size 1 - extra 40VA, Size 2 - extra 40VA, Size 3 - extra 125VA, Size 4 - extra 180VA, Size 5 - extra 200 VA. M. Run Time Meters: 1. Hour meter (elapsed time meters) shall be 2-1/2 inch square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a six-digit non-reset register with the last digit indicating tenths of an hour. N. Power Meter: 1. The digital power meter shall be Siemens Model PAC 3200, no substitutions. 2. A digital 3-phase power monitor with remote capabilities and associated sensors shall be provided as indicated on the plans. The digital power meter shall be equipped with a Profibus DP communication port for remote monitoring at the Owner's telemetry panel. The digital power meter shall be capable of measuring at a minimum the following parameters: a. Voltage (line-neutral) b. Voltage (line-line) C. Voltage unbalance d. Current e. Current unbalance f. Neutral amps g. Real power h. Reverse and single phase detection i. Reactive power j. Apparent power k. Power factor I. Frequency m. Auxiliary voltage O. Indicating Pilot Lights: 1. Indicating pilot lights shall be 30.5 mm NEMA type 4/4X/13, corrosion resistant, water-tight, oil-tight, full voltage, push-to-set, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. P. Selector Switches: Motor Control Center(MCC) 16422-5 March 5, 2013 Project Number 12-3009 1. Units shall be 30.5 mm NEMA type 4/4X/13, corrosion- resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Units shall have standard size, black field, legend plated with white markings as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on the plans. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch minimums to 1/4-inch maximum. Q. Relays: 1. Contacts and relays shall be NEMA rated and UL recognized. 2. The electrical life expectancy for the relay shall be over 500,000 � 10 am at 120V AC operations over 200,000 operations at P P, ( 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. 3 Relays for control, alarm and report-back functions shall be supplied as required to provide external keying and control switching. Relays shall be 120-volt A.C., or 12-or 24-volt D.C. Relays and shall be plug-in type with dust covers and shall be interchangeable with one another. All relays shall have LED indicators to signal when the coil is energized. Contacts shall have amperage rating higher than their intended use. 4. Signal circuit switching shall be accomplished with analog signal switching relays and shall be provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have double-throw dry circuit contacts in a break-before-make configuration rated for 15VA minimum. The number of poles and coil energization voltage shall be as shown on plans. Signal switching relays shall be sealed to prevent entry of contamination in the form of dust, dirt, or moisture. 5 Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however, provide as required on all circuits. R. Power Factor Correction Capacitors: 1. Furnish and install automatic power factor correction capacitor equipment as specified herein and shown on the associated electrical plans. 2. The manufacturer of the Motor Control Center (MCC) shall provide the automatic power factor control equipment. 3 Individual capacitors shall be provided with the following features: a Pressure sensitive interrupters for cell protection b Discharge resistors Motor Control Center(MCC) 16422-6 March 5, 2013 Pro3ect Number 12-3009 C. Current limiting fuses and blown fuse indicators in each phase 4 Power factor correction capacitors shall be coordinated with the motor to provide 0.92 to 0.95 power factor. The MCC supplier shall coordinate with the motor manufacturer to correctly size the power factor correction capacitors. 5 A three-phase contactor shall be provided and wired to the line side of each solid state starter to connect the power factor correction capacitor Into the circuit when the motor is running at full speed. Control wiring shall be provided from the starter controls. S. Terminal Blocks: 1. Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible Identification, clearly visible with the protection cover removed. 2 All wires between panel-mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre-Insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. T. Surge Protection Device (SPD): 1. The SPD shall be a Siemens model, no substitutions. 2 Protect the electrical service with a SPD as shown on the Plans. The SPD shall be located in the MCC and connected with the shortest conductors possible. The SPD shall meet the following: a Provide surge current withstand up to 160 kA per phase b Short circuit current rating of 200 kAIC C. A ten-year free replacement warranty d Surge counter e Sinewave tracking filter U. Lighting Panels: 1 Panelboards shall be provided with a rating at the proper voltage and current for intended use with tin-plated copper bus bars. Panels shall have 100 percent neutral, with equipment ground bar unless noted otherwise. Panelboards shall be deadfront. Motor Control Center (MCC) 16422-7 March 5, 2013 Project Number 12-3009 2 The panelboard shall have the number of available single pole breaker spaces as shown on the Plans or a minimum of 30 spaces when a number is not Indicated on the Plans. Where noted in the panel schedule on the Plans provide spare breakers, complete for future connection of wiring circuits. Where "Space Only" is Indicated for breakers, provide all bussing and breaker mounting hardware. 3 Provide GFCI breakers when Indicated on the Plans. 4 The following interrupting capacity shall be considered minimum for the circuit breakers provided. Other ratings shall be as specified on the Plans. a. 240V and 208Y/120V Panelboards - 22,000 AIC symmetrical b 480Y/277V Panelboards - 42,000 AIC symmetrical V. Integration with Telemetry: 1. The Manufacturer of the MCC shall determine all requirements for transmitting data to the telemetry system and shall include in the panel all required devices and equipment for interfacing contact closures. The power monitor unit and all motor operating equipment, including overload units and Solid State Reduced Voltage Starter (SSRVS) shall communicate with the telemetry system via a Profibus DP networking system. W. Wiring Diagrams: 1. Wiring diagrams shall be provided at a centralized location in the MCC. The diagram shall show the exact devices inside the unit and shall not be a generic diagram. The supplier of the equipment shall have the capability to provide revisions to electronic files of wiring diagrams at a local office. The wiring diagrams must be provided with product submittals in order to be considered for review. Supplier shall provide a disk copy of all plans in AutoCAD format. X. Wire and Control Relay Identification: 1. All control wire in MCC shall be marked with shrink type wire markers on both ends of wire. All control relays provided in the MCC panel shall be permanently labeled. The label for the control relays and wiring shall match the wiring diagrams. Y. Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. Z. Booster Pump Standard Motor Starter Unit: 1 Each unit shall consist of a motor circuit protector and a magnetic starter. The combination shall have an interrupting Motor Control Center(MCC) 16422-8 March 5, 2013 Project Number 12-3009 rating of not less than 42,000 amperes symmetrical at 480 volts. Each unit shall have a control terminal board and other components as shown on Plans. 2 Starters shall be of NEMA, not IEC design. That is, starters shall have molded coils, replaceable contacts, and metal mounting plate. Starters shall have provisions for accepting up to seven (7) auxiliary contacts and one (1) overload alarm contact. 3 All starters shall be size 1 or larger and no intermediate sizes (such as 1 3/4) will be acceptable. 4. Pilot devices shall be of NEMA heavy-duty design. 5 Overload protection is to be provided by a solid state overload relay that shall be self- powered. Each overload shall be adjustable over a full 2:1 FLA adjustment range. A tamper proof cover must be provided. The standard overload shall provide Class 20. The overload relay must provide phase loss protection. The overload must be ambient insensitive. The overload relay must have a trip-free, normally-closed contact with a visible trip indication and N.O. Isolated alarm contact. The overload shall have a method of being manually tripped for test purposes. Size the overload heaters to protect the motor actually installed with allowance for power factor correction, if applicable. 6 Terminal blocks shall be mounted within the unit and located near the front for accessibility. They shall not be located at the rear of the vertical wlreway. Power terminal blocks shall be provided. On non-plug-in (frame mounted) units, terminal blocks need not be pull-apart style. On plug-in units, control terminal blocks shall be pull-apart style. 7 Starter units shall contain the number of auxiliary contacts, unit- mounted devices, indicating lights, control relays, and other devices as shown on the Plans. AA. Well Pump Solid State Reduced Voltage Starters (SSRVS): 1 The controller shall be designed to meet the applicable requirements of: EN, IEC, UL, CSA, NEMA, IEEE, and VDE. 2. Provide solid state reduced voltage starters (SSRVS) with an integrated bypass contactor as shown on the Plans for ramp starting and stopping of three-phase AC induction motors. The SSRVS shall automatically transfer the motor load to the bypass contactor after a selected starting time. 3. Environmental Ratings: a. The open-type device shall deliver its rated current in ambient temperatures ranging from 0°C to +50°C. b The ambient storage temperature shall range from -200C to +75°C. Motor Control Center(MCC) 16422-9 March S, 2013 Project Number. 12-3009 c The controller shall be operable in relative humidity of 5 to 95%, non-condensing. d The controller shall withstand a 30G shock for 11 ms in any plane without malfunction. e The controller shall withstand 2.5G vibration for one hour in any plane without malfunction. f. The controller shall be suitable for operation up to altitudes of 1000 meters without derating. 4 Noise and RF Immunity: a. The controller shall perform without malfunction from showering arc tests of 500V to 1500V (NEMA ICS 2-230). b The controller shall perform without malfunction when subjected to 3000V surges at a rate of 100 bursts per second for 10 seconds (IEEE STD 472). C. The controller shall be tested to withstand 1000V + 2x (voltage rating) at a rate of 200V per second (held for 60 seconds, then gradually reduced) between live parts and ground. d. The controller shall be subjected to an additional test at the previous voltage level plus 20% for one second (UL 508) (CSA Std. C22.2). 5. The SSRVS unit shall be latest version of the Siemens 3RW44, no substitutions. Obsolete or phased out versions of this unit will not be allowed. 6 The open-type device shall be modular, consisting of a logic component and a power structure. 7. The logic component shall be a self-contained control module, compatible with the full range of power structures. The control module shall mount directly to the power structure without the use of wiring. 8 The power structure shall consist of three power modules mounted on a heatsink for ratings up to and including 135 Amps. For ratings 180 Amps to 1000 Amps, the power structure shall consist of three power poles with integral heatsinks. 9. Control Module Design Features: a. The control module shall consist of a power supply, logic control circuitry, silicon-controlled rectifier (SCR) firing circuitry, I/O circuitry. b. The control module shall be designed for integral mounting on the power structure and shall be compatible with the full range of current ratings — 24 Amps to 1000 Amps. Motor Control Center(MCC) 16422-10 March 5, 2013 Project Number 12-3009 c. The control module shall be easily removed from the power structure, without the need to disassemble associated printed circuit board assemblies. d. Control terminals shall be easily accessible, and located on the front top of the device. The terminals shall be UL rated for 300 Volts, 10 Amps maximum and accept a maximum of two wires, 0.75-2.5mm2 (#18-#14 AWG). e. Digital parameter adjustment shall be provided through dipswitches. f. SSRVS units shall contain 4 auxiliary contacts, unit-mounted pilot devices and indicating lights, control relays, and other devices as shown on the Plans. g. The control module shall provide digital microprocessor control and supervision of all controller operation, including SCR pulse firing control. h. The SCR firing circuitry shall incorporate an RC snubber network to prevent false SCR firing. The logic circuitry shall incorporate a latch circuit for three-wire control. L The following adjustable settings shall be provided as standard with the controller: 1) The acceleration ramp time shall be adjustable from .5 to 60 seconds. 2) The deceleration ramp time shall be user adjustable from .5 to 60 seconds. j. The following protection shall be provided as standard with the controller: 1) Power loss (with phase indication; pre-start) 2) Line fault (with phase indication; pre-start) advising: a) Shorted SCR b) Missing load connection 3) Line fault (running protection) advising: a) Power loss b) Shorted SCR c) Missing load connection 4) Voltage unbalance a) Current unbalance b) Phase reversal c) Phase failure protection during start-up Motor Control Center(MCC) 16422-11 March 5, 2013 Project Number 12-3009 5) Undervoltage k. The following overload protection shall be provided with the unit: 1) Meets applicable standards as a motor overload protective device. 2) Three-phase current sensing shall be utilized; the use of two current transformers will not be acceptable. 3) Overload trip classes of 10, 15, 20, and 30 shall be provided and user-programmable. Set for class 10. 4) Overload protection shall be available through the controller, even in a bypass configuration. 5) When fault conditions are detected, the controller shall Inhibit starting or shut down SCR pulse firing. 10 Power Structure Design Features: a. Units Rated: 24 Amps to 135 Amps 1) The power structure shall consist of three plug-in modules for controllers rated 24 Amps to 135 Amps. 2) The three power modules rated 24 Amps to 135 Amps shall be mounted on a single heatsink. The heatsink shall be isolated from the power modules and shall have a grounding provision. 3) Power modules rated 24 Amps to 135 Amps shall be encapsulated and shall include two power-switching semi-conductors and control module interface pins. Integral lugs for power wiring terminations shall be provided for controllers rated 24 Amps to 54 Amps. b. Units Rated: 180 Amps to 1,000 Amps 1) The power structure for controllers rated 180 Amps to 1000 Amps shall consist of three power poles with a clamped pair of hockey puck style power switching semiconductors. 2) The individual power poles for controllers rated 180 Amps to 1000 Amps shall have integral, power- conducting heatsinks that mount to the controller- mounting flange. The controller-mounting flange shall have a grounding provision. 3) For controllers rated 180 Amps to 1000 Amps, a printed circuit board shall be provided to Interface the control module with the power structure. Interface pins shall be located on the printed circuit board for direct mounting of the control module. Motor Control Center (MCC) 16422-12 March 5, 2013 Project Number. 12-3009 4) Back-to-back SCR pairs shall be the only power- switching semiconductor means acceptable. Diode- SCR combinations shall not be acceptable. 5) There shall be separate power sections to operate from 200V to 480V and 200V to 600V, 50/60 Hz. 6) SCRs shall have the following minimum repetitive peak inverse voltage ratings: 7) 200 to 48OV: 1400V 8) 200 to 60OV: 1600V 9) The power section shall have a minimum thermal capacity rating of 600% of the controller's current rating for 10 seconds. 11. Transient Protection: 24 Amps to 360 Amps a. For controllers rated 24 Amps to 360 Amps, transient protection with separately mounted protective modules shall be available as an option. b. Protective modules shall consist of metal oxide varistors (MOVs) in combination with capacitors to protect the power components from electrical transients and/or electrical noise. The capacitors shall be provided to shunt noise energy away from the controller's electronics. c. The MOVs and capacitors shall be encapsulated in a clear material for easy inspection. d. The protective modules shall be mounted so that they will not cause damage to the power components upon absorbing an electrical transient. e. The MOVs shall be rated for a minimum of 220 joules. PART 3 - EXECUTION 3.01 TESTING A. This equipment shall be tested, and placed Into operation by a qualified manufacturer representative trained in start-up and troubleshooting procedures for equipment being installed. B. Manufacturer representative shall be on-site during startup and shall provide field setup, calibration, commissioning, and a minimum of 4 hours of training of all MCC components for Owners personnel. END OF SECTION Motor Control Center(MCC) 16422-13 March 5, 2013 Project Number. 12-3009 SECTION 16440 PANELBOARDS PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and Installation requirements for Panelboards for lighting and power distribution. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/default.asr) 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5 National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1 Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. b. Provide Manufacturers certification that bus bracing is capable of withstanding the specified short circuit condition. Panelboards 16440-1 March 5, 2013 Project Number* 12-3009 c. Indicate quantity and rating of circuit breakers provided with each panelboard. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Panelboards: 1. Siemens, no substitutions. 2.02 GENERATOR SHELTER, PANEL "G", PANELBOARD A. Provide branch circuit panelboard with rating, number, and types of devices as shown on the Plans. Panelboard shall be UL approved, and so labeled. When not Identified on Plans, provide minimum of 18 single-pole breaker spaces. B. Panelboard shall be outdoor rated NEMA 4X, stainless steel. C. Panelboard enclosure shall be padlockable. D. Panelboards shall be provided with tin-plated copper bus bars. Panels shall have 100 percent neutral, with equipment ground bar, unless noted otherwise. E. Circuit breakers shall be mounted in panelboards so that breaker handles operate in a horizontal plane. Common trip shall be provided on all multiple pole breakers. Circuit breaker shall be the bolt-on type. F. Spare circuit breakers shall be provided where indicated, complete for future connection of wiring circuits. Where "Space" is indicated for breakers, bussing and breaker mounting hardware shall be provided in the panelboards; with steel knockouts in dead front metal closure of unused part of panel. If any steel knockouts are removed, breakers shall be provided in such spaces or approved cover plates. Open spaces are not permitted. G. Bus arrangement shall be as shown on the Panel Schedule on the drawings. H. The following interrupting capacity shall be considered minimum. Other ratings shall be as specified on the drawings: 1. 240/120V and 208Y/120V Panelboards - 10,000 AIC symmetrical. PART 3 - EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Each branch circuit panelboard shall be provided with as built information for each panelboard by circuit with its proper load designation. Panelboard index card shall be mounted inside door of each panelboard in a clear plastic sleeve. One spare blank card shall be provided for each card used. Panelboards 16440-2 March 5, 2013 Project Number: 12-3009 C. Secure panelboard enclosure to the generator shelter column per section 16010. D. Enclosure shall be supported and secured so that the enclosure Is watertight and maintains the panel NEMA rating and UL listing. E. Panelboards shall be mounted with the top of the box 6 feet 0 Inches above the finished grade. Panelboards shall be plumb within 1/8" inch. END OF SECTION Panelboards 16440-3 March 5, 2013 Project Number• 12-3009 SECTION 16460 DRY-TYPE TRANSFORMERS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1 Dry-type transformers. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1 Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa,govZTradesLicensing/Electrical/Install/defau It.asp 2 National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Institute of Electrical and Electronics Engineers / American National Standards Institute (IEEE/ANSI): C57.96, Guide for Loading Dry-Type Distribution and Power Transformers. 5 National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS Dry-Type Transformers 16460-1 March 5, 2013 Project Number 12-3009 A. Dry-type transformer: 1 Siemens, No Substitutions. 2.02 DRY-TYPE TRANSFORMER A. Dry-type transformer shall be a standard, catalogued item by a nationally recognized manufacturer of such equipment. B. Transformer shall be a — 480-240/120 Volt, 60 Hz 10, 3W, 25 KVA ventilated dry type transformer. C. Construction shall be NEMA 311, ventilated, with dripshield, and heavy gauge steel construction finished with light grey paint. D. Provide galvanized Unistrut support system for mounting to wall. PART 3 — EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Mount to galvanized Unistrut support system attached to building exterior wall. END OF SECTION Dry-Type Transformers 16460-2 March 5, 2013 Project Number 12-3009 SECTION 16500 LIGHTING PART 1 — GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for interior and exterior building light fixtures, lamps, ballasts, and lighting control. B. Related Technical Specification Divisions include, but are not necessarily limited to: 1. Division 1 2 Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensina/Electrical/Install/defauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 — PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Light Fixtures: Lighting 16500-1 March 5, 2013 Project Number 12-3009 1. As shown on Light Fixture Schedule on Plans. Equals will be accepted. B. Lamps 1. Westinghouse; 2. Sylvania; 3. General Electric; 4. Or equal. 2.01 LIGHT FIXTURES A. Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings as stated on the Plans. B. All fixture arts component om shall be manufactured and/or assembled at c P P / the manufacturing plant prior to shipment. The shipment from the fixture Manufacturer shall include integrally mounted and/or remote mounted ballasts where ballasts are required for the proper operation of the fixture lamps. C. Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. 2.02 BALLASTS A. Fluorescent lamp ballast shall be UL "P" rated. Ballast shall be CBM certified and bear the UL label. Ballast shall be General Electric Maxi- Miser II, Advance Mark II or equal. B. Ballasts in luminaries for exterior use shall provide reliable starting of lamps at 00 f at 90% of the nominal line voltage. All locations, other than totally enclosed rooms, shall be considered exterior. 2.03 LAMPS A. Provide all lamps as specified. Refer to the Plans for the ordering information on lamps. Fluorescent lamps shall be standard type, not energy efficient type due to low temperature conditions. Lamps shall be new at the time of acceptance. B. Lamps shall be provided for all lighting fixtures. PART 3 — EXECUTION 3.01 FIXTURE MOUNTING A. General: 1 The Contractor shall investigate ceiling construction and supply fixtures designed for the application. Lighting 16500-2 March 5, 2013 Project Number: 12-3009 B. Arrangement: 1 Square and rectangular fixtures shall be mounted with sides parallel to building lines and parallel with ceiling lines. Fluorescent fixtures shall be installed per the Manufacturers requirements as necessary to provide exact horizontal alignment, preventing horizontal or vertical deflection or angular jointing of fixtures installed in continuous rows. 3.02 WARRANTIES A. Ballasts producing excessive noise (above 36 dB) or vibration will be rejected and shall be replaced at no expense to the Owner. B. Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. END OF SECTION Lighting 16500-3 March 5, 2013 Project Number: 12-3009 SECTION 17000 AUTOMATIC CONTROL PART 1 - GENERAL 1.01 SUMMARY A. All automatic control software modifications for this project will be completed by the Owner. The Contractor shall be responsible for coordinating with the Owner on all slgnalizatlon terminating In the existing telemetry panel and for startup and field testing. END OF SECTION Automatic Control 17000-1 March 5, 2013 Project Number: 12-3009 PREVAILING WAGE RATES E Hill Well Electrical Upgrade/Brock A - 4 March 4, 2013 Project Number: 12-3009 i ruyc i vl 1V State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/26/2013 County Trade Job Classificatian Wage Ho I-id ay0vertime Note King Asbestos Abatement Workers Journey Level $40.83 5D 1 H King Boilermakers Journey Level $62.34 5N 1C King Back Mason Brick And Block Finisher $42.21 5A 1M 1 King Brick Mason Journey Level $49.07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49 07 5A 1M King Building Service Emptovees Janitor $19.98 5S 2F King Building Service Ern toyees Traveling Waxer/shampooer $20.39 5S 2F King Building Service Em tooyees Window Cleaner (Scaffold) $24.52 5S 2F King Buitdina Service Em loyees Window Cleaner(non-scaffold) $23 66 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1M King Carpenters Carpenters on Stationary Tools $49.70 5D 1M King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $48 67 5A 1 B Tender King Dredge Workers Assistant Engineer $51.37 5D 3G King Dredge Workers Assistant Mate(deckhand) $50.861 5D 3G i r uyc c vl iv King Dredge Workers Boatmen $51.37 5D 3G King Dredge Workers Engineer Welder $51.42 5D 3G King Dredge Workers Leverman, Hydraulic $52.99 5D 3G King Dredge Workers Maintenance $51.11 5D 3G King Dredge Workers Mates $51.37 5D 3G King Dredge Workers Oiler $50.991 5D 3G King Drywall Applicator Journey Level $49.74 5D 1 H King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers s King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W King Electricians - Inside Certified Welder $62.04 7C 2W King Electricians - Inside Certified Welder (tunnel) $66.65 7C 2W King Electricians - Inside Construction Stock Person $34.19 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W ! King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W King Electricians Motor Shop Craftsman $15.37 1 King Electricians Molar Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A 4A Construction 'King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction 'King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction (King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction ,King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A i Construction ! King Electricians - Powerline Pole Sprayer $59.37 5A 4A ; Construction King Electricians - Powerline Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $34.61 7A 2Y King Glaziers Journey Level $52.76 7L 1Y r ayc .� vl iv King Heat Et Frost Insulators And Journeyman $56.93 5J 1s Asbestos Workers King Heating Equipment Meciamcs Journey Level $68.52 7F 1E King Hod Carriers Et Mason Tenders Journey Level $42.11 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.32 5B 1K King Inland Boatmen Cook $48.89 5B 1K King inland Boatmen Deckhand $48.96 5B 1K King Inland Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K King Inspection/Cleamno/Seahng Of Cleaner Operator, Foamer $31.49 1 Sewer Ir Water Systems By Operator Remote Control King Inspection/Cleamno/Seating Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleamna/Seahng Of Head Operator $24.91 1 Sewer Et Water S�estems By Remote Control King Technician $19.33 1 Sewer Et Water Systems By Remote Control King lnspection/Cleamng/Sf a Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King IDS lation Applicators Journey Level $49 57 5D 1M King Ironworkers Journeyman $59 02 7N 10 :King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed King Laborers Airtrac Drill Operator $42.11 7A 2Y King Laborers Ballast Regular Machine $40.83 7A 2Y King Laborers Batch Weighman $34 61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder r$40.83 7A 2Y King Laborers Burner 7A 2Y King Laborers Caisson Worker 7A 2Y King Laborers Carpenter Tender 7A 2Y `King Laborers Caulker 7A 2Y King Laborers Cement Dumper-paving $41.591 7A 2Y King Laborers Cement Finisher Tender $40.83 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs. And $41.59 7A 2Y Over) L ii.___ //L_ i.__.__ .. _ ___ _ll _• /.. _ __I_ _1...._ /._ .. AA 1_ __1 w1"^4 r uyc � vl iv )King Laborers Choker Setter $40.831 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Clean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y Operator King Laborers Concrete Form Stripper $40.831 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y ; King Laborers Demolition: Wrecking 8 Moving $40.83 7A 2Y 3 (incl. Charred Material) King Laborers Ditch Digger $40.83 7A 2Y King Laborers Diver $42.11 7A 2Y a King Laborers Drill Operator $41.59 7A 2Y E (hydraulic,diamond) King Laborers Dry Stack Watts $40.83 7A 2Y King Laborers Dump Person $40.83 7A 2Y King Laborers Epoxy Technician $40.83 7A 2Y King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller Ex Bucker Chain Saw $41.59 7A 2Y i King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y King Laborers Gabian Basket Builders $40.83 7A 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker Et Transit $42.11 7A 2Y Person King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams i King Laborers Guardrail Erector $40.83 7A 2Y i King Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) King Laborers Hazardous Waste Worker (level $41.59 7A 2Y ? B) i King Laborers Hazardous Waste Worker (level $40.83 7A 2Y i i C) King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.591 7A 2Y King Laborers Laserbeam Operator $41 59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y King jLaborers IManhote Builder-mudman $41.59 7A 2Y g i { r GIJ.G J VI 1 V King Laborers Material Yard Person $40.831 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $41.591 7A 2Y King Laborers Pilot Car $34 61 7A 2Y King Laborers Pipe Layer Lead $42.11 7A 2Y King Laborers Pipe Layer/tailor $41.59 7A 2Y King Laborers Pipe Pot Tender $41.59 7A 2Y King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.83 7A 2Y King Laborers Power Jacks $41.59 7A 2Y King Laborers Railroad Spike Puller - Power $41.59 7A 2Y King Laborers Raker - Asphalt $42.11 7A 2Y King Laborers Re-timberman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y King Laborers Rigger/signal Person $41 59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.59 7A 2Y King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y ° King Laborers SloperSprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40 83 7A 2Y King Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper Et Similar Electric, Air $41.59 7A 2Y Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $41.59 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y i King Laborers Track Liner (power) $41.59 7A 2Y i King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King Laborers Traffic Control Supervisor $37.011 7A 2Y 8R r ayc v vl iv King Laborers Truck Spotter $40.83 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y 8D Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y 8H Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y SD Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y 8D Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8�C Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y 8D Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y 880 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1H 8D Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1H Worker 72.01-74.00 psi 'King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y Tender King Laborers Tunnel Work-Miner $42.21 7A 2Y King Laborers Vibrator $41.59 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y ;King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 7A 2Y King Laborers Window Washer/cleaner $31.46 7A 2Y King Laborers - Underoround Sewer General Laborer Et Topman $40.83 7A 2Y E Water King Laborers - Underground Sewer Pipe Layer $41.59 7A 2Y i £t Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers l King Lathers Journey Level $49.74 5D 1H King Marble Setters Journey Level $49.07 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 I King Metal Fabrication (In Shop) Laborer $9.781 1 King Metal Fabrication (In Shopl Machine Operator $13 04 1 King Metal Fabrication (In Shoff Painter $11.10 1 j King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $50.67 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 k rayc / vl iv King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.561 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pite Driver Journey Level $49.82 5D 1M King Plasterers Journey Level $48.23 74 1R King Playground Et Park Eguipment Journey Level $9.19 1 Installers [ King Plumbers 5t Pipefitters Journey Level $71.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $52.19 7A 3C 8P King Power Equipment Operators Assistant Engineer $48.92 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $51.70 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $51.70 7A 3C 8P Concrete King Power Equipment Operators Bobcat $48.92 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $48.92 7A 3C 8P Equipment King Power Equipment 0 eerrators Brooms $48.92 7A 3C 8P King Power Equipment Operators Bump Cutter $51.70 7A 3C 8P King Power Equipment Operators Cableways $52.191 7A 3C 8P King Power Equipment 0 erators Chipper $51.70 7A 3C 8P King Power Equipment Operators Compressor $48.92 7A 3C 8P King Power Equipment Operators Concrete Pump Truck Mount $52.19 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48.92 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $51.28 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. € King Power Equipment Operators Concrete Pump: Truck Mount $51.70 7A 3C 8P With Boom Attachment Up To 42 m King Power Equipment Operators Conveyors $51.28j 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $51.70 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes- 20 Tons Through 44 $51.70 7A 3C 8P j Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $52.74 7A 3C 8P Tons, Or 150' Of Boom (including Jib With King Power Equipment Operators Cranes: 100 Tons Through 199 $52.74 7A 3C 8P ? r uyc � vl iv Tons, or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.31 7A 3C 8P Or 250' Of Boom (including Jib j With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $52.19 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.92 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $53.31 7A 3C 8P Through199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $53.87 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.87 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $51.28 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.70 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.70 7A 3C 8P (power) King Power Equ pment Operators Derricks, On Building Work $52 19 7A 3C 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $52.19 7A 3C 8P Over King Power Equipment Operators Dozers D-9 Et Under $51.28 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $51.28 7A 3C 8P Or Crane Mount King Power E ui ment Operators Drilling Machine $51.70 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $48.92 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.70 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $51.28 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.92 7A 3C 8P Attachments ; King Power Equipment Operators Grade Engineer: Using Blue $51.70 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $48.92 7A 3C 8P ' King Power Equipment Operators Guardrail Punch $51.70 7A 3C 2P King Power Equipment Operators Guardrail Punch/Auger $51.70 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $52.19 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over i /w /"^ate r G I G 7 V I 1 V King Power Equipment Operators Hard Tail End Dump $51.70 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Eauipment Operators Honzontal/directional Drill $51.28 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $51.70 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $51.28 7A 3C 8P 10 Tons King Power Equipment Operators Hydrahfts/boom Trucks, 10 $48.92 7A 3C 8P Tons And Under i King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.74 7A 3C 8P Over King Power E um ment Operators Loader, Overhead, 6 Yards. But $52.19 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.70 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $51.70 7A 3C BP King Power Equipment Operators Loaders: Elevating Type Belt $51.28 7A 3C 8P King Power Equipment Operators Locomotives, All $51.70 7A 3C 8P King Power Equipment Operators Material Transfer Device $51.70 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52 74 7A 3C 8P $0.50 Per Hour Over Mechanic) j King Power Equipment Operators Mixers: Asphalt Plant $51.70 7A 3C 8P King Power E ui meat Operators Motor Patrol Grader - Non- $51.28 7A 3C 8P finishing King Power E ui merit Operators Motor Patrol Graders, Finishing $52.19 7A 3C 1 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $52.19 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.92 7A 3C BP Distnbution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $51.28 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.70 7A 3C 8P 20 Tons Through 44 Tons j King Power Equipment Operators Overhead, Bridge Type: 100 $52.74 7A 3C 8P Tans And Over King Power Equipment Operators Overhead, Bridge Type: 45 $52.19 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $48.92 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.70 7A 3C 8P , Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $51.28 7A 3C 8P King Power Egu pment Operators Posthole Digger, Mechanical $48.92 7A 3C 8P King Power Eguipment Operators Power Plant $48.92 7A 3C 8P King Power Equipment_ Operators Pumps - Water $48.92 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $52.19 7A 3C 8P rayc iV vl 1V King Power Equipment Operators Quick Tower - No Cab, Under $48.92 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $52.19 7A 3C 813 Rubber Tired Earth Moving Equipment King Power.Equipment Operators Rigger And Bellman $48.92 7A 3C 813 King Power Equipment Operators Rollagon $52.19 7A 3C 813 King Power Equipment Operators Roller, Other Than Plant Mix $48.921 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-Lift $51 28 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $51.70 7A 3C 8P King Power Equipment Operators Saws - Concrete $51.28 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $51.70 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $51.28 7A 3C 8P i King Power Equipment Operators Scrapers, Self-propelled: 45 $52.19 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $51.28 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $48.92 7A 3C 8P ' King Power Equipment Operators Shovel , Excavator, Backhoe, $51.28 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $52.19 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.70 7A 3C 8P Tractors. 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $52.74 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons 'King Power Equipment Operators Shovel, Excavator, Backhoes: $53.31 7A 3C 8P Over 90 Metric Tons ; King Power Equipment Operators Slipform Pavers $52.19 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $52.19 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $51.70 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $51.28 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $53.31 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $52.74 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $52.19 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $51.28 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.70 7A 3C 8P = Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $51.28 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor 1 $51.701 7A 3C 8P L LL. _ //L i /1 l .. 1 .I _ / .1�I 1 1 .. 11A /�^4 rayc ii vi iv King Power Equipment Operators Welder $52.191 7A 3C I 8P King Power Equipment Operators Wheel Tractors, Farman Type $48.92 7A 3C 8P King Power Equipment Qperators Yo Yo Pay Dozer $51.70 7A 3C 8P King Power Equipment 0 orators- Asphalt Plant Operators $52.19 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $51.70 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $48.92 7A 3C 8P Underground Sewer & Water i King Power Equipment Operators- Brokk - Remote Demolition $48.92 7A 3C 8P j Underaround Sewer Et Water Equipment King Power Equipment Operators- Brooms $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $51.70 7A 3C 8P Under round Sewer Et Water King Power Equipment Operators- Cableways $52.19 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $48.92 7A 3C 8P = Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $52.19 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $48.92 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $51.28 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $51.70 7A 3C 8P Underaround Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.70 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.70 7A 3C 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes: 100 Tons Through 199 $52.74 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib With King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.31 7A 3C 8P a Underground Sewer Et Water Or 250' Of Boom (including Jib With Attachments) t s � ruyc i� vl iv King Power Equipment Operators- Cranes: 45 Tons Through 99 $52.19 7A 3C 8P Underground Sewer £t Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.92 7A 3C 8P Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $53.31 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.87 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.87 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $51.28 7A 3C 8P ! Underground Sewer & Water Attachments A-frame Over 10 Tons s King Power Equipment Operators- Crusher $51.70 7A 3C -8P-! Underground Sewer Et Water King Power Equi pTfDj Operators- Deck Engineer/deck Winches $51.70 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $52.19 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $52.19 7A 3C 8P Underground Sewer & Water Over King Power Equipment Operators- Dozers D-9 Et Under $51.28 7A 3C 8P Underground Sewer Et Water ; King Power Equipment Opei ators- Drill Oilers: Auger Type, Truck $51.28 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $51 70 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man-lift: $48.92 7A 3C 8P i Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.70 7A 3C 8P Underground Sewer & Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $51.28 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.92 7A 3C 8P 3 Underground Sewer & Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51.70 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $51.70 7A 3C 8P = Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $52.19 7A 3C 8P j Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $51.70 7A 3C 8P i Underground Sewer & Water Articulating Off-road IIL_ 1-___� ---_ -_-./1 �- /-- _ __1_ _1-- _ /_ _ -�11I� ��1�_1- � �_-. 11A 1' 0%4 �1 r uyc l../ vl iu 3 Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $51.28 7A 3C 8P Underground Sewer & Water Locator King Power E ui ment Operators- Horizontal/directional Drill $51.70 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $51.28 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $48.92 7A 3C 8P Underground Sewer & Water Tons And Under King Power Equment Operators Loader, Overhead 8 Yards. Et $52 74 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $52.19 7A 3C 8P Underground Sewer & Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $51.70 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $51.70 7A 3C 813 Underground Sewer & Water i King Power Equipment Operators- Loaders: Elevating Type Belt $51.28 7A 3C 8P Underground Sewer & Water King Power E ui ment Operators Locomotives, All $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $51.70 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $52.74 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) i King Power E(ium ment Operators- Mixers: Asphalt Plant $51.70 7A 3C 8P 1, Underground Sewer & Water King Power Equipment Operators- Motor Patrol Grader - Non- $51.28 7A 3C 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $52.19 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $52.19 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.92 7A 3C 8P Underground Sewer & Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $51.28 7A 3C 8P Underground Sewer Et Water Manhfts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $51.70 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.74 7A 3C 8P I Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $52.19 7A 3C 8P Underground Sewer & Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $51.70 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators Plant Oiler Asphalt, Crusher $51.28 7A 3C 8P /A /�^ 1 r CA L-r vl iv Underground Sewer Et Water King Power Equip vent Operators Posthole Digger, Mechanical $48.92 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Power Plant $48.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $52.19 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.92 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom ; King Power Equipment Operators- Remote Control Operator On $52.19 7A 3C 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $48.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rollagon $52.19 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-hft $51.28 7A 3C 8P Underground Sewer Ft Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $51.70 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Saws - Concrete $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $51.70 7A 3C 8P Underground Sewer & Water 45 Yards t King Power Equipment Operators- Scrapers - Concrete Et Carry All $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $52.19 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $51.28 7A 3C 8P j Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $48 92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $51.28 7A 3C 8P Underground Sewer Ft Water Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $52.19 7A 3C 8P Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.70 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons I King Power Equipment Operators Shovel, Excavator, Backhoes: $52.74 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons i King Power- Equipment Operators Shovel, Excavator, Backhoes: $53.31 7A 3C 8P { Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Shpform Pavers $52.19 7A 3C 8P - t L ll__- JIc_ i____ --_ __- -II._• I _ �_1_ _I-- - I_-_ -1�I_ __1_ _1- --_ __ _-- ^I JI 1"^4 ^f r uyc t.� vi iv Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $52.19 7A 3C 8P Underaround Sewer Et Water Screedman King Power Equipment Operators Subgrader Trimmer $51.70 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $51.28 7A 3C 8P Underaround Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $53.31 7A 3C 8P Under rowid Sewer Et Water Height, Base To Boom King Power Equipment Operatois- Tower Crane Up To 175' In $52 74 7A 3C 8P Underaround Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $52.19 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators Trenching Machines $51.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.70 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $51.28 7A 3C 8P Under> ound Sewer Et Water 100 Tons King Power EguipM n Operators- Truck Mount Portable Conveyor $51.70 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $52 19 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $48.92 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $51.70 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Tnmmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drvwall Applicators Journey Level $38.60 5D 1M King Residential Drvwall Tapers Journey Level $49.79 5P 1E King Residential Electricians JOURNEY LEVEL $30.44 1 F King Residential Gtaziers Journey Level $35.10 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential, Laborers liourney Level $23.03 1 ruyc lv lKing Residential Marble Setters Journey Level $24.091 1 King Residentiat Painters Journey Level $24.461 1 King Residential Plumbers & Journey Level $34.69 1 Pmefitters King Residential Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Street Metal Journey Level (Field or Shop) $41.30 7F 1 R. Workers King Residential Soft Floor Lavers Journey Level $41.78 5A 3D King Residential Sprinkler Fitters Journey Level $40.81 5C 2R d (Fire Protection) King Residential Stone Masons Journey Level $49.07 5A 1M King Residentiat Terrazzo Workers Journey Level $45.43 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.90 5A 1R ? King Roofers Using Irritable Bituminous $46.90 5A 111 3 Materials King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1 E King Shipbuilding & Ship Repair Boilermaker $39.66 7M 1 H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B King Shipbuilding & Ship Repair Electrician $37.82 70 36 King Shi building Ee_ Ship Repair Heat Et Frost Insulator $56.93 5J 1S King Shipbuildmg & Ship Repair Laborer $36.78 70 313 King Shipbuilding & Ship Repair Machinist $37.81 70 3B l King Shipbuilding & Ship Repair Operator $40.15 70 313 I King Shipbuilding & Ship Repair Painter $37.81 70 313 King Shipbuildina Et Ship Repair Pipefitter $37.77 70 36 King Shipbuilding Et Ship Repair Rigger $37.76 70 3B King Shipbuildina Et Ship Repair Sandblaster $36.78 70 3B King Shipbuildina & Ship Repair Sheet Metal $37.74 70 3B I King Shipbuilding & Ship Repair Shipfitter $37.761 70 313 i King Shipbuilding & Ship Repair Trucker $37.611 70 3B King Shipbuitding Et Ship Repair Warehouse $37.65 70 3B King Shipbuilding & Ship Repair Welder/Burner $37.76 70 36 King Si6n Makers & Installers Sign Installer $22.92 1 (Electrical) King Sian Makers Et Installers Sign Maker $21.36 1 i (ElectricaU King Sign Makers & Installers (Non Sign Installer $27.28 1 Electrical) King Sian Makers & Installers (Non Sign Maker $33.25 1 � Electricals King Soft Floor Layers Journey Level $41.78 5A 3D King Sotar Controls For Windows Journey Level 1 $12.441 1 1 rayc if vl iv King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X Protection) King Stake RiRQing Mechanics (Non Journey Level $13.23 1 Structural} King Stone Masons Journey Level $49.07 5A 1M 'King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Survevors Assistant Construction Site $51.28 7A 3C 8P Surveyor King Survevors Chainman $50.76 7A 3C 8P King surveyors Construction Site Surveyor $52.19 7A 3C 813 King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B Outside (Light) King Telephone Line Consttuction - Telephone Lineperson $32.62 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.65 5A 2B =. Outside King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B Outside King Telephone Line Construction - Television Technician $26.43 5A 2B Outside King Telephone Line Construction - Tree Trimmer $32 95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.76 5A 1 B Finishers King Traffic Control Stripers Journey Level $41.53 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L WA-Joint Council 28) King ITruck Drivers jDump Truck Et Trailer $47.91 5D 3A 8L /1 G_ i___ . - _.-. ./1 -• I-- - --a- -I- .- I- _ .A A I- --I- _1-. - ---.. " /w /n I N 4 n r GljG 1V VI 1V King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Dntters Et Irrigation Pump Irngation Pump Installer $17.71 1 Installers King We[[ Drillers Et Irrmation Pump Oiler $12.97 1 s Instalters King Well Drillers 8 Irrigation Pump Well Driller $18.00 1 Instalters Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects,the hourly rate must be not less than the prevailing rate of wage mums the hourly rate of the cost of fringe benefits actually provided for the worker 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D The first two(2)hours before or after a five-eight(8) hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage E. The first two(2) hours after eight(8)regular hours Monday through Friday and the first eight (8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage F The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other overtime hours woi ked,except Labor Day, shall be paid at double the houily rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage G The first ten(10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half tunes the hourly rate of wage All houis worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the houi ly rate of wage H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage J The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours woiked over ten (10) hours Monday thiough Saturday, Sundays and holidays shall be paid at double the hourly rate of wage K All hours worked on Samidays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage M All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage ' 1 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 1 N All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly i ate of wage O The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays, holidays and after twelve(12) hours,Monday through Friday and after ten (10) houis on Saturday shall be paid at double the hourly rate of wage P All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage All hours worked on Christmas day shalt be paid at two and one-half times the hourly rate of wage R All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage S The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays (except Labor Day) shall be paid at two tunes the houily rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage All houis worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage All hour, worked on holidays shall be paid at double the hourly rate of wage X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the houily rate of wage When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shalt be paid at double the houtly rate of wage Y. All hours worked outside the hours of 5.00 am and 5 00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek) and on Saint days and holidays(except labor day) shall be paid at one and one-half tunes the hourly rate of wage (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek) All hours worked,Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z All hours worked on Saturdays and Sundays shalt be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at two tines the hourly rate of wage F The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage G All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay H All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay O All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Satinday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage On a four-day, ten-hour weekly schedule.either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shalt be paid at double the hourly rate of wage The fii st eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage All other hours worked on the fifth,sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage Y All hours worked on Saturdays(except for make-up days)shall be paid at one and one-half times the hourly rate of wage All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 3. ALL HOURS WORKED iN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TiMES THE HOURLY RATE OF WAGE A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the stiatght time rate Hours worked over twelve hours(12) in a single shift and all woi k performed after 6 00 pm Saturday to 6 00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6 00 pm and midnight shall receive an additional one dollar($1 00)per hour for all hours worked that shift The employer shall have the sole discretion to assign overtime work to employees Primary consideration for overtime work shall be give❑to employees regularly assigned to the work to be pei formed on overtime situations After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such tune as the employee has had a break of eight(8)hours or more 3 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 3 B The first four(4) hours after eight(8)regular hours Monday through Friday and the first twelve 02)hours on Saturday shall be paid atone and one-half times the hourly rate of wage All hours worked over twelve(12)hours Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly late of wage C. Work performed in excess of eight(8)hours of straight time per day,or ten (10)hours of straight time per day when foul ten (10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Inday, or outside the normal shift and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage All work performed attei 6 00 pm Saturday to 5 00 im Monday and Holidays shall be paid at double the hourly rate of wage After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime i ate until such time as the employee has had a break of eight(8)hours or more D. All hours worked between 6 00 pm Monday thi ough 6 00 am Saturday,shall be paid at an overtime rate of 15% over the hourly rate of wage All other hours worked after 6 00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week,once 40 hours of straight time work is achie,,ed, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate G Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10) hour shifts are established,or forty (40)hours of straight time per week, Monday through Fnday,,and all work on Saturdays shall be paid at time and one-half the straight time rate Hours worked over twelve hours(12) in a single shift and all work performed after 8 00 am Sunday to 8 00 am Monday and Holidays shall be paid at double the straight time rate of pay After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8) hours or more 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage Holiday Codes 5 A. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7) B. Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas, and Christmas Day(8) C Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8) D Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8) H. Holidays New Year's Day,Memorial Day, Independence Day,ThanksgiN mg Day,the Day after Thanksgiving Day, And Christmas(6) 4 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 5 I. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7) K. Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Chu Istmas Day(9) L Holidays New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day, And Christmas Day (8) N Holidays New Year's Day, Presidents' Day, Memorial Day. Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday Alter Thanksgiving Day,And Christmas Day(9) P Holidays New Year's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Q. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6) R. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-half Day Before Clistmas Day,And Christmas Day (7 1/2) S Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7) T. Paid Holidays New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Betore Or After Christmas (9) Z. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8) Holiday Codes Continued 6 A. Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday.After Thanksgiving Day,And Christmas Day(8) E Paid Holidays New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day (9 1/2) G Paid Holidays New Year's Day,Martin Luther King Jr Day,Presidents' Day,Memorial Day,Independence Day, Labor Day, Veterans'Day.Thanksgiving Day,The Friday After Thanksgiving Day.Christmas Day,And Christmas Eve Day(11) H Paid Holidays New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10) I Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7) 5 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 6. T Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Betore Cluistmas Day, And Christmas Day(9) Z Holidays New Yeai's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Satuiday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be Lonsideied as the holiday Holiday Codes Continued 7 A Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day. And Christmas Day (8) Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day B Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Satuday after Thanksgiving Day And Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Satuiday shall be observed as a holiday on the preceding Friday C Holidays New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And C'hiistnas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday D Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Unpaid Holidays Piesident's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be obseived as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8) Any holiday which falls on a Sunday shall be obseived as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday G Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Chnstmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H Holidays New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day betoie Christmas Day and Christmas Day(9) Any holiday which falls on a Sunday shall be obseived as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday I Holidays New Year's Day, President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday Afei Thanksgiving Dav, The Day Before Chnstmas Day And Christmas Day (9) Any holiday which fails on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Satuiday shall be observed as a holiday on the preceding Friday 6 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 7 J. Holidays New Year's Day, Independence Day, Memorial Day Labor Day, Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday K Holidays New Year's Day, Memorial Day, Independence Day. Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed is a holiday on the preceding Friday L. Holidays New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Chnstmas Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M Paid Holidays New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Chir areas Day 10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be obseived as a holiday on the preceding Friday N Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday,the preceding Friday shall be obsei ved as a holiday O Paid Holidays New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday 11) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Fnday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday It any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R Paid Holidays New Year's Day,the day after or before New Year's Day, President's Day,Memorial Day, Independence Day, Labor Day Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and the day after or before Christmas Day(10) If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly S. Paid Holidays New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Chi isunas Day.The Day After Christmas,And A Floating Holiday(9) if any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly Note Codes 8. A In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more Over 50' To 100'-$2 00 per Foot for Each Foot Over 50 Feet Over 100'To 150' -$3 00 per Foot for Each Foot Over 100 Feet Over 150'To 220' -$4 00 per Foot for Each Foot Over 150 Feet Over 220'-$5 00 per Foot for Each Foot Over 220 Feet 7 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 C In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more Over 50' To 100'-$1 00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1 50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2 00 per Foot for Each Foot Over 150 Feet Over 200'-Deers May Name Their Own Price D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour L Workers on hazmat projects receive additional hourly premiums as follows-Level A.$0 75,Level B $0 50,And Level C $0 25 M Workers on hazmat projects receive additional hourly premiums as follows Levels A&B $1 00,Levels C&D $0 50 N. Workers on hazmat projects receive additional hourly premiums as follows-Level A $1 00,Level B $0 75,Level C $0 50.And Level D $0 25 P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit $2 00,Class B Suit $1 50, Class C Suit $1 00,And Class D Suit$0 50 Q The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid R Effective August 31,2012—A Traffic Control Super visor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations Flaggers and Spottcrs shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon, Montana,or Idaho These classifications are only effective on or after August 31,2012 S Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho This classification is only effective on or after August 31,2012 T Effective August 31,2012—A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington Oregon,Montana, or Idaho This classification is only etfective on or after August 31,2012 8 • KENT Agenda Item: Bids - 9A NiSHIAGT GN TO: City Council DATE: April 16, 2013 SUBJECT: East Hill Well Motor Control Center & Generator Upgrade Project - Award MOTION: Move to award the East Hill Well Motor Control Center & Generator Upgrade Project contract to Gary Harper Construction, Inc. in the amount of $564,910.50 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The East Hill Well is a key water source for the City, producing in excess of two million gallons per day. Improvements include the installation of a generator to maintain operations during power outages and replacement of electrical infrastructure that has become obsolete, making the location and acquisition of replacement components increasingly difficult. EXHIBITS: Public Works Memo dated 4/10/2013 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: There are no unbudgeted fiscal impacts. This work has been planned and budgeted. The contract will be paid through the Water Utility. I PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E., Public Works Director KENT Address. 220 Fourth Avenue S. IN A s ii ING TO N Kent, WA 98032-5895 Phone. 253-856-5500 Fax- 253-856-6500 DATE: April 10, 2013 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: East Hill Well Motor Control Center & Generator Upgrade Project - Award Bid opening for this project was held on April 9, 2013 with five (5) bids received. The low bid was submitted by Gary Harper Construction, Inc. in the amount of $564,910.50 The Engineer's estimate was $607,462.20. The Public Works Director recommends awarding this contract to the low bidder. Bid Summary 01. Gary Harper Construction, Inc. $564,910.50 02. Westmark Construction $568,086.00 03. Thornberg Construction Co. $618,969.56 04. Mike Werlech Construction, Inc. $629,287.74 05. Colvico Inc. $719,517.93 Engineer's Estimate $607,462.20 REQUEST FOR MAYOR'S l Fill All Applicable Boxes RE �'►' Pease Fi in A Appicae oxes `� KENT (f eviewed by Director Originator's Name: Dave Brock Dept/Div. PW Ci erations Extension: 5658 Date Sent: Date Required: 51QI13 Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 105 working days VENDOR: Gary Harper Construction, Inc. DATE OF COUNCIL APPROVAL: 4/16/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with Gary Harper Construction, Inc. for the East Hill Well Motor Control Center & Generator Upgrades Project. The project consists of replacing the Motor Control Center at the East Hill Well building, installation of an exterior rated standby diesel generator, construction of a shelter and elevated maintenance walkways for the generator, installation of a service rated automatic transfer switch, and other electrical and site work. For additit en; seee attached Council motion sheet. s MA), 2013 &VO :� All Contracts Must Be Routed Through The Law D the Mayor E E E:S V D (This area to be completed by the Law Department) Received: APR 2 6 1013 Approval of Law De t.: IV DEPT. Law Dept. Comments: Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: LeG `` Recommendations and Comments: MPS C Disposition: ,ERA Date Returned: