Loading...
HomeMy WebLinkAboutPW15-404 - Original - SCF General Contractors, LLC - Armstrong Springs Motor Control Center & Generator Upgrades - 12/22/2015 Y { R � Records anag ent�x KEN WA.H I..I.N Document S°. £`+.. x i£ 777 w� „^-G S. 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: SCF General Contractors, LLC Vendor Number: JD Edwards Number Contract Number: YN16,g0V This is assigned by City Clerk's Office Project Name: Armstrong Springs Motor Control Center & Generator Upgrades Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: all JIB Contract Effective Date: Date of the Mayor's signature Termination Date: 120 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kevin Swinford Department: Engineering Contract Amount: $420,899.39 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consist of upgrades to the existing Armstrong Springs Motor Control Center and—the construction of a new generatorshelter. As of: 08/27/14 REQUEST FOR MAYOR'S SIGNATURE w� Routing Information (ALL REQUESTS MUST.FIRST RE ROUTED THROUGH THE LAW DEPA TME�1`r) Approved b Originator: KeviniSwinford Phone (Originator): 5613 Date Sent: az yr=Lj.,S Date Required: ,, Return>Sl ned Document to: Nancyvoshilake Contract Termination Date: 120 working days VENDOR NAME: Date Finance Notified: SCF General Contractors LLC (Only required on contracts 12/8/15 S9.OOO.ond over or on anY Grant) DATE OF COUNCIL APPROVAL: Date Risk 'Manager;'Notified;i'N/A 12/8/15 (Required on:Non-City Standard Contracts/Agreements) Has this Document been ,Specificall Account Number: W20069 Authorized in the Budget? ® YES NO Brief Explanation of Document: The attached construction agreement with SCF General Contractors consists of upgrades to the existing Armstrong Springs Motor Controi Center and the construction of a new generator shelter for the Armstrong Springs Motor Control Center and Generator Upgrades;projects. All Contracts Must Be Routed Through The Law Department (This area to bo c6mpleted by the Law Department) Received: Ci d 6'+x Approval of Law Dept,: ' Law Dept. Comments: °"` Date Forwarded to Mayor: . k Shaded Areas To Be Completed By Administration Staff Received i Recommendations and Comments: Disposition: = ` Date Returned: vaeGa ro m m �,ir�o ,a � oaee are ova.saawred ox i a T xew��r Agenda Item: Bids - 9B TO: City Council DATE: December 8, 2015 SUBJECT: Armstrong Springs Motor Control Center & Generator Updates - Award MOTION: Move to award the Armstrong Springs Motor Control Center and Generator Upgrades project contract to SCF General Contractors, LLC, in the amount of $420,899.39 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: Armstrong Springs is one of the City's three primary sources of water and is located just east of Jenkins Creek in the City of Covington. The electrical and control systems that operate this source have reached the end of their service life and need upgrading. This site also does not have a back-up generator to provide power in case of a power outage. The project consists of upgrading the motor control facility and installing a new standby generator to ensure that this spring remains a reliable source of water for the foreseeable future. EXHIBITS: Memo Dated December 1, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This project will be funded out of the water utility. � y� � � r�,� ,t I fir /-� + ''t ✓ t t - I a � t i (IIII I=r�i p r i 't II ItI' a, _ � 7 •4A�yyFst aak�" r~ r k an J r""' i x , a it t i I I�I(I � ( i i7 � I a n, t S ttlii ` i r i i ! i i r ,:Yre r,:'�xi`" xC s�y '3 - +ca,� P° wS.: 't` x ,� ✓ n t h r � � x 7 i t I 1 ( I f i I � ig�`� ..}kx fez.^t,�7 �� ,r(..k � { � r $t I x 2 ✓i x i2}� t t t -+i �.17 it 1iP III i !I �i i i' ( r, t< ikwk "tf3vfi y u.-3 (�Y /yr � /{ FI � � r i s'ai a II iJ, t ( tt i If r > � `4r4" %`ee y's� t a* ry''.=x`t rnx s t` s v f a ew"'z- k r"- 7r r d ti �' tv s'• i I I r f i I [- C�^� i J r•�r' �,a« m !+i x J.J^r xx i }'i&s=�� rr ��f �. <r s ff I a a `' n t .+ 1 ( III a I I tF ��,✓:� �'�f� �:"A r xxt3 �'k r.�+ #`p k^f? x � �. a s✓k �, f t a t II =`�` (i i7 � r i II III (;�' t`r4,^.� rF'+,ei�:<Ft�}sf �ti rr? !£• t �"r "'xJ£rF e�t�rr F � t^ �"�6 e s f'€ it i a II II�i' t �� 7�-t � f 'I � i. * r„y f+ c� h4Sy r „kx`✓ rl� r t` k � r r t w {�1+a t '� r t t 1 � t� III- i J � I I',' 3 $¢ i o- *wi- rsm.` • t sr7r '� r`"R >.+ xr xa t �S r# x '' £; y it r `a&zp{er `x £; syn P ;,,a.nr w i 'a, .35 ,�r r u ✓ r T a h If S t+ �5�t/( _ i i i ri it o T�t� �i 41 (i' itI iII I� q, T 'x^r „y5 ✓ ,1y�xi� y .t•C a.yv r'" 3�'-r'" rYk+ v�r� a r k " 'kI .. 3 r k �t i �I �yi � i'i - i e ,x d 'X^,v t o F `?/ r "a +e � t i ➢ r i i I w1fa$.d rzt.„s'�rax uNr s,e r4�.. nfa �� s �■y ,! a � �,i� (� .. iy ""ik � n �r� ` �T� J ' ta..�.+�.R M� ,�txrr ' rca rr � 'x r� k 11r1.�Y�?{"•s-%Yy kXy£r 4 k��'���..���'�Ftl����4�_`��� �� �����* �+v � I t I tt I I �,t � � �� , �,Iy�I J c � q IF t'� �� � ��•���Y� �n� t t I t r ��r ��+a5 fib' a r✓ f" s+ 'n• t r 'k Y r .. r•? Y �nt is i) �i � I ti I ` a x. pt�� Lx. st"�? ' 3>=f .' r it h' r a ,° •t (I is rI IrI , � (I.' ( i t i IIi� Gr rf fin" ? v x r t I �3�Y+#pFr•, q'£ a eyr` x + d":" xi'C r t a 7 � I a a � I I ( I � i -.. � •� � rY�' � V": � L Jr �:{ t < s: v C ��r�� t 1 tI I ( .) ( � �) �) I II r�x � t' A ra £ � + a t✓ & "�` lA7l+$ 'r31Nt5Y[fN I i tP (lij �,I TAB INDEX Tab 1 Bidder's Package Tab ay e t and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Technical Specifications Tab 6 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR UpgradesArmstrong Springs Motor Control Center and Generator Project rm. 15-3012 BIOS ACCEPTED UNTIL December 1, 2015 10 A,M. i BID OPENINGIMMEDIATELY FOLLOWING DELIVER T CITY OF KENT, CITY HALL 220 firth Avenue S., Kent, WA 98032-5895 TIMOTHY ,I. LAPORTE, P.E. PUBLIC WORKS DIRECTOR _��MiCf►q � `f G KENTTechnical Specifications el6ldAt f W a S H I x a r o N Divisions 10, 16,&17 Only. a dJlJuliv,.ti 1� t� &`t r0 (� it BIDDER'S NAME1(06tdip, CYO CITY OF KENT KING COUNTY, WASHINGTON I KENT SPECIAL PROVISIONS FOR Armstrong Springs Motor Control Center and Generator Upgrades Project Number: 15-3012 BIDS ACCEPTED UNTIL December 1, 2015 10 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-589S i TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WASHINGTON 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 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 December 1, 2015 up to 10 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 immediately following 10 a.m. for the City of Kent project named as follows: Armstrong Springs Motor Control Center and Generator Upgrades Project Number: 15-3012 The project consists of upgrades to the existing Armstrong Springs Motor Control Center and the construction of a new generator shelter including concrete pad, generator, transfer switch, canopy, catwalk, conduit, wiring and other appurtenances. The Engineer's estimated range for this project is approximately $400,000 - $500,000, Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Kevin Swinford at 253-856- 5613. 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 for each set. Plans and specifications can also be downloaded at no charge at KentWA.aov/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 10th day of November, 2015. BY: onald F. M re, �Xy Clerk' Published in Daily Journal of Commerce on November 17`h & 24", 2015 C i CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named Armstrong Springs Motor Control Center and Generator Upgrades Project Number: 15-3012 I am the undersigned 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. Ila- i NAME OF BIDDER BY: SIGNATURES TLE lKeiEtg�y %���`T -fit-( �,s.ier-� ✓`�y'`e.... eff VW ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Armstrong Springs MCC&Generator/Swinford 1 November 10,2015 Project Number: 15-3012 i I 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. For �t°! ( T ` �` �tx'u'C�rr,� �CC 1 Title: t' / a Date: r E Armstrong Springs MCC&Generator/Swinford 2 November 10, 2015 Project Number: 15-3012 it k I 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. Armstrong Springs MCC&Generator/Swinford 3 November 10, 2015 Project Number: 15-3012 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that ' CGI{ l2Ct A c+c has examined the job site and construction details of the w6rk as outlined on the plans and described in the specifications for the project named Armstrong Springs Motor Control Center and Generator Upgrades/Project Number: 15-3012 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 SCHEDULEI - 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. Armstrong Springs MCC&Generator/Swinford 5 November 10, 2015 Project Number: 15-3012 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 Div. 10 1 Mobilization, Demobilzation, $ 3670 $ 307 KSP LUMP SUM Site Preparation, and Per LS Clean-up 3670 2000 Div. 10 1 Site Work $ $ 67, KSP LUMP SUM Per LS 3000 Div. 10 1 Structural $ $ KSP LUMP SUM Per LS r 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 Other Temporary Erosion/ $3,000.00* $3,000.00 KSP FORCE Sedimentation Pollution Per FA ACCOUNT Control *Common price to all bidders 7000 8-01.5 200 Wattle $ e $ WSDOT LN FT Per LF 8000 8-01.5 600 Straw Mulch $ $ KSP SQ YDS Per SY Sub Total $ b 24, 5fb g 5% WA State Sales Tax $ a F�`19 Schedule I Total $ Armstrong Springs MCC&Generator/Swinford 6 November 10, 2D15 Project Number: 15-3012 CITY OF !CENT 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: Armstrong Springs Motor Control Center and Generator Upgrades Project Number: 15-3012 Subcontractor Name l Item Numbers I OW Q000r 16W X000 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 .r t Armstrong Springs MCC&Generator/Swinford 7 November 10, 2015 Project Number: 15-3012 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: F -,'t ,,r, C ( ;,,,I' .tzz,,t Project Name: Armstrong Springs Motor Control Center and Generator Upgrades Project Number: 15-3012 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: a� Electrical Subcontractor Name: Signature of Bidder FP Date Armstrong Springs MCC&Generator/Swinford 8 November 10,2015 Project Number: 15-3012 f I CONTRACTOR S QUA LIFICATION 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. Armstrong Springs MCC&Generator/Swinford 9 November 10, 2015 Project Number: 15-3012 If the bidder fails to request a modification within the time allowed, or fails 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: ADDRESS: PRINCIPAL OFFICE: (''p f f.�r�z -�h' t' tr„ An"e ler� � _- ADDRESS: 14;Z L Ki Xiz -4, L� 1 9SV D- PHONE: S 3'- 7`7c) -, '5-iS FAX: t,>3 - ;2o-- L 2 2 f 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. 4-dV-ci c:( 1.2 Provide your current state unified business identifier number. 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. 114.{( �� .(' 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 control 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). Armstrong Springs MCC&Generator/Swinford 10 November 10, 2015 Project Number: 15-3012 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? i.%-, 1 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: J r r 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): i£_e, 2.4.3 Name(s) of general partner(s) ;rcr/ _Stzf, f f,rl� al �'«t vrvy7 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: iv( 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. _d b�&E".E2e,iS->giro-':'. 3.2 List jurisdictions in which your organization's�partnership or trade name is filed. / {` r,i 6t4 .',h,1yz}n ", F. , :tp.,f (Ys,' ircG':P r `>t d 6t (¢,YXs 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with Its own forces.C.e ':.a"F: F f7-e1r7F. to i•SO`s ltt Ze',ir'f43 4.2 Claims 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? ( f Armstrong Springs MCC&Generator/Swlnford 11 November 10, 2015 Project Number: 15-3012 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 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.) i € 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. % 4.4.1 State total worth of work in progress and under contract: �s�)f�'�C} 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. I M,AL,e;f 4.5.1 State average annual amount of construction work performed during the past five years: r°,y ps 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. t 4.7 On a separate sheet, list your major equipment.i t' t j ,t;;' S. REFERENCES 5.1 Trade References: 5.2 Bank References: .lifi 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent:,;' 6. FINANCING 6.1 Financial Statement. After bid opening, 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. Armstrong Springs MCC&Generator/Swinford 12 November 10, 2015 Project Number: 15-3012 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 ` day of 2015. Name of Organization: .S( Cyr =athr t<<:'_, Ltd, By: r e Title: 7.2 ice" p S l being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before methis•,� day of 1 � `�a?�� ' , 2015. Notary Public: �r s 0 Kara1 D. arimore My Commission Expires —L' . 16 ! w'' Notary Public tate o Washington Armstrong Springs MCC&Generator/Swinford 13 Commission Expires ® 1'NOW10, 2D15 Project Number: 15-3012 li SCF GENERAL CONTRACTORS, LLC ATTACHMENTS TO CONTRACTOR'S QUALIFICATION STATEMENT 1.1.1—Department of Labor and Industries certificate of registration 1.1.3—Industrial insurance certificate and Washington Master License 1.1.4—Statement from companv 4.4.4—Major construction projects in progress 4.4.5—Major projects completed in last 5 years 4.4.6—Construction experience i 4.4.7—Major equipment 5.5.1 Trade references 5.5.2 Bank references 5.5.3 Surety 5.5.3.1 Bonding companv 5.5.3.2 Bonding company agent Department of Labor and Industries SCF GENERAL,CONTRACTORS LLC PO Box 44450 Olympia, WA 98504 4450 Reg: CC SCFGEGC850PA UBI:601-976--915 z ' Regi$'tered as pr"t�uided by Law as: ConstrucOon Contractor ` ,(CCfl1) -�rENEKAL S EfeciveSCF GENERAL CONTRACTORS bate 1-6/1/2015 122 E STEWART AVExpation Date:=10/1/2017 PUYALLUP WA 98372 4 �' SCF GF,NF,RAL CONTRACTORS LLC Page I of 1 c ! r 22 P sr�i�ru�w,asr�rtra� Department of Labor & Industries Certificate of Workers' Compensation Coverage I November 24, 2015 WA LIBI No. 601 976 915 L&I Account ID '. 978,429-00 Legal Business Name SCF GENERAL CONTRACTORS LLC Doing Business As SCF GENERAL CONTRACTORS LLC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 3 of Year 2015 "11 to 20 (See Description Below) Workers" Account Representative TO /KARLA BOWMAN (360)902-5535 Email: BOWK235@lni.wa.gov i Licensed Contractor? Yes License No. SCFGEGC850PA License Expiration 10/01/2017 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51 .1 2.050 and 51 .16.190). htt s://secure.lni.wa. ov/verif /Details/liabilitvCertificate.as x?UBI=601976915&ain •P>L... 11/24/2015 � � Y P I State of Washington Office of the Secretary of State ( Corporations Division Il Business Licensing Service at �Ih LEGAL ENTITY REGISTRATION h „ h Unified Business ID #: 601 976 915 Business ID #: 1 Expires: 10-31-2016 fj �i SCF GENERAL CONTRACTORS, LLC Ili 122 E STEWART AVE PUYALLUP WA 98372 I E+ r fl 1, Domestic Limited Liability Company 4 Renewed by Authority of Secretary of State L k r Cs ' REGISTERED TRADE NAMES: 1 ', FORMERLY DBA SHINSTINE ASSOC. , LLC a I; Ili, r � C I l;P V.j x f,l y gt ;,. i 'r. r w, r� t ? j By accepting this document the licensee certifies that information r= provided on the renewal was complete,true,and accurate to the .7 best of his or her knowledge,and that the company will stay in Fa 9 P Y Y compliance with all applicable Washington State regulations. secretary of Kar. '.m ,l ' �'tfl (� ..� ... r y �l,t.s,r %. %r_ tF.ty'r7 i rtsv � r- 00* fS,CF GENERAL CONTRACTORS �-J December 1, 2015 City of Kent 220 4`h Ave S Kent,WA 98032-5895 RE: Project Number 15-3012 Armstrong Springs Motor Control Center and Generator Upgrades To whom it may concern; SCF General Contractors, LLC (or our former name Shinstine Assoc., LLC), in the past three (3)years, has not been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12.065(3). If you have any questions, please contact brodv(@scfgeneralcontractors.com or call 253-770-5858x111. Brody Stohr � i Manager SCF General Contractors, LLC i I 122 E. Stewart Ave., Puyallup, WA98372 a P: 253-770-5858 F: 253-770-5277 Contractor's License#SCFGEGC850PA - WWW.SCFGENERALCONTRACTORS.COM i SCF General Contractors, LLC —4.4.4 Major Projects in Progress WHISTLE WORKWEAR EVERETT Description: Tenant Improvement retail space Owner: Whistle Workwear 5225 Tacoma Mall Blvd., Ste. D2—Tacoma,WA 98409 Contact: Del Deide(253)381-3220 Architect: Cornerstone Architectural Group 6161 NE 1751h Street, Ste. 101 - Kenmore, WA 98028 Contact: Brett Deide (206) 682-5000 SCF Project Manager: Mike Cathey SCF Superintendent:Art King Original Contract Amount: $124,511 Completion Date: Dec, 2015 Percent Complete: 99% RITE AID FACADE UPDATE Description: Fagade update Owner: CAH Investments, Inc. 5312 Pacific Hwy East—Fife, WA 98126 Contact: Jeff Hogan(253)922-3173 Architect: Partners Architecutral Design Group 83831581h Ave NE, Ste. 380- Redmond, WA 98052 Contact: Eric Koch (425)636-8006 SCF Project Manager: Mike Cathey SCF Superintendent: Mike Connelly Original Contract Amount: $182,775 Completion Date: Dec, 2015 Percent Complete: 95% CEDARCREST HIGH SCHOOL SCIENCE LAB Description: Remodeling two existing classrooms into one larger vocational science room. An adjacent teacher planning room will changed to a teacher prep room. The vocational science room will receive new floor covering, new ceiling, new casework, new plumbing, revised HVAC, new lighting, improved power and data system. Other than some roof penetrations for exhaust fans,all work is interior. Prevailing wages required. Owner: Riverview School District No.407 26531 1s'Ave NE—Duvall, WA 98019 Contact: Bill Adamo(425)-844-4505 Architect: Erickson-McGovern Architects 101 E 26th Street, Suite 300-Tacoma, WA 98421 Contact: Steve Storaasli (253) 531-0206 SCF Project Manager: Brody Stohr SCF Superintendent: Mick Mckee Original Contract Amount: $498,000 Completion Date: Dec, 2015 Percent Complete: 90% KENT SCHOOL DISTRICT Description: Misc. small works projects continuing for the school district for installation of intruder locks at multiple school sites along with additional maintenance/repairs requested throughout the district. Prevailing wages required. Owner: Kent School District No. 415 12033 SE 2561h Street, Building B—Kent, WA 98030-6643 Contact: Fred Long, Supervisor of Facility Construction (253)373-7526 Architect: N/A SCF Project Manager: Brody Stohr Original Contract Amount: $Priced out per school Completion Date: On-going Projects in Progress SCF General Contractors,LLC(formerly Shinstme Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed KENT MERIDIAN HIGH SCHOOL BUILDING E FIRE REPAIRS Description: Repair fire damage in Building E Owner: Kent School District, 12033 SE 256th St, Bldg. B —Kent, WA 98030 Contact: Fred Long (253) 373-7528 SCF Project Manager: Brody Stohr SCF Superintendent: Mick Mckee Original Contract Amount: $190,208 Completion Date: September 2015 Final Contract Amount: $190,208 Percent by own forces: 60% RIVERVIEW IT BUILDING REMODEL Description: Remodel the interior of an existing building to accommodate the needs of the IT department including replacement of the HVAC system and upgrading of the electrical system Owner: Riverview School District 155101 s�Avenue NE—Duvall,WA 98019 Contact: John Mark(253) 396-2459 Architect: Erickson McGovern 101 E. 26'h Street, Ste. 300—Tacoma,WA 98421 Contact: Steve Storaasli (253) 531-0206 SCF Project Manager: Brody Stohr SCF Superintendent: Mick Mckee Original Contract Amount: $203,000 Completion Date: September 2015 Final Contract Amount: $205,161 Percent by own forces: 60% MT.VIEW MIDDLE SCHOOL SECURITY DOORS Description: Minor demolition and the construction on two interior doors and frames assemblies, provide new exit sign and restoration of adjacent existing conditions. Owner: Sumner School District No. 320 1202 Wood Avenue—Sumner,WA 98390 Contact: Mark Baumgarten or Marina Tanay (253)-891-6305 Architect: Erickson McGovern 101 East 261h Street, Ste. 300—Tacoma,WA 98444 Contact: Ray Mow—(253) 531-0206 SCF Project Manager: Brody Stohr SCF Superintendent: Dwayne Erickson Original Contract Amount: $50,333 Final Contract Amount: $50,333 Completion Date: Aug, 2015 BONNEY LAKE HIGH SCHOOL COUNSELING CENTER Description: Convert existing career services rooms into a counseling center with five offices and an open area. Owner: Sumner School District 1202 Wood Ave—Sumner,WA 98390 Contact: Mark Baumgarten or Marina Tanay(253) 891-6305 I SCF Project Manager: Brody Stohr SCF Superintendent:Art King Original Contract Amount: $118,333 Completion Date: August 2015 Final Contract Amount: $117,123 Percent by own forces: 60% Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) i SCF General Contractors, LLC —4.4.5 Major Projects Completed OUR LADY STAR OF THE SEA-STRUCTURAL UPGRADE Description: Balcony structural upgrade for pipe organ Owner: Our Lady Star of the Sea Catholic Church—Archdiocese of Seattle 1513 61h St.—Bremerton,WA 98337 Contact: Mark Powell(360)479-3777 Architect: NIA SCF Project Manager: Mike Cathey SCF Superintendent: Mike Franich Original Contract Amount: $68,534 Completion Date: July, 2015 Final Contract Amount: $75,229 CENTERFORCE SHOP AND RESTROOM REMODEL Description: Multipurpose room modifications into separate large and small meeting rooms. Upgrade mechanical and electrical along with minor bathroom remodel. Owner: Centerforce 5204 Solberg Drive SW—Lakewood,WA 98499 Contact: Debby Graham(253)-582-5687 Architect: Austin-Cina Architects 12202 Pacific Ave S—Tacoma, WA 98444 Contact: John Manuel(253)531-4300 SCF Project Manager: Mike Cathey SCF Superintendent: Mick Mckee Original Contract Amount: $202,500 Completion Date: May, 2015 Final Contract Amount: $205,132 Percent by own forces: 60% BELFAIR ELEMENTARY PLAYSHED&PARKING LOT IMPROVEMENTS Description: Demolish existing 7200 sq.ft. playshed, construct new 3150 sq. ft. metal playshed along with parking lot improvements including grading, retaining wall and fencing. Owner: North Mason School District No.403 71 East Campus Drive, Belfair,WA 98528 Contact: Eric Nelson, Hainline&Associates (206)382-9263 Architect: Erickson McGovern Architects 101 East 261h Street, Suite 300—Tacoma, WA 98444 Contact: Ray Mow(253)531-0206 SCF Project Manager: Brody Stohr SCF Superintendent: Mike Franich Original Contract Amount: $820,000 Completion Date:April,2015 Final Contract Amount: $849,022 Percent by own forces: 30% ig t@1 s Projects Completed SCF General Contractors, LLC (formerly Shinstine Assoc.,LLC) '.. i SCF General Contractors, LLC —4.4.5 Major Projects Completed WHISTLE WORKWEAR TENANT IMPROVEMENTS,SILVERDALE Description: Tenant improvements to convert existing 15,000 square foot retail space to a new Whistle Workwear store. Owner: Whistle Workwear 6818 Tacoma Mall Blvd—Tacoma,WA 98409 Contact: Del Deide(253) 381-3220 Architect: NIA SCF Project Manager: Mike Cathey SCF Superintendent:Art King Original Contract Amount: $141,700 Completion Date March,2015 Final Contract Amount: $142,934 Percent by Own Forces: 40% KENT SCHOOL DISTRICT—FOUR FIELD STORAGE BUILDINGS KENTRIDGE, KENTWOOD, KENTLAKE AND KENT MERIDIAN SCHOOLS Description: Construction of four 722 sq.ft. CMU field storage buildings. Owner: Kent School District No.415 12033 SE 2561"Street, Building B—Kent,WA 98030-6643 Contact: Fred Long, Supervisor of Facility Construction (253)373-7526 SCF Project Manager: Brody Stohr SCF Superintendent: Mick Mckee Origina/final Contract Amount: Kentridge $99,183/$102,474 Completion Date:October,2014 Kentwood $98,585 /same Percent by own forces: 60% Kentlake $95,891/same Kent-Meridian $95,915/same BETHEL SCHOOL DISTRICT—FE, CC, EP PORTABLE IMPROVEMENTS Description: Site prep and hookups for four portable buildings relocated from other schools Owner: Bethel School District 51617&� Street East—Spanaway,WA 98387 Contact: James Hansen (253)683-6000 Architect: Erickson McGovern Architects 101 East 26f1 Street, Suite 300—Tacoma, WA 98444 Contact: Robert Moore(253)531-0206 SCF Project Manager: Mike Cathay SCF Superintendent: Mike Franich Original Contract Amount: $420,000 Completion Date: October,2014 Final Contract Amount: $467,737 Percent by own forces: 50% FRANKLN PIERCE SCHOOL DISTRICT—CENTRAL AVENUE ELEMENTARY SCHOOL PORTABLES Description: Site prep and hookups for two portable buildings Owner: Franklin Pierce School District 315 S. 129'h Street S., Tacoma, WA 98444 Contact: Robin Heinrichs(253) 298-4600 Architect: Erickson McGovern Architects 101 East 261h Street, Suite 300—Tacoma,WA 98444 Contact: Jay Peterson(253)531-0206 SCF Project Manager: Mike Cathay SCF Superintendent: Scott Talk Original Contract Amount: $153,000 Completion Date: October,2014 Final Contract Amount: $153,269 Percent by own forces: 50% Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed SUMNER SCHOOL DISTRICT—DONALD EISMANN ELEMENTARY INSTALLATION OF DOUBLE PORTABLE Description: Site prep and hookups for double portable building Owner: Sumner School District 1202 Wood Avenue, Sumner,WA 98390 Contact: Mark Baumgarten(253) 891-6305 Architect: Erickson McGovern Architects 101 East 26h Street, Suite 300—Tacoma,WA 98444 Contact: Ray Mow(253)531-0206 SCF Project Manager: Mike Cathey SCF Superintendent:Art King Original Contract Amount: $92,000 Completion Date: October,2014 Final Contract Amount: $95,873 Percent by own forces: 50% KENT SCHOOL DISTRICT—KENT VALLEY EARLY LEARNING CENTER IMPROVEMENTS Description: Interior demo, paint,door,tile improvements with additional items added via change orders during original contracted work in progress Owner: Kent School District No.415 12033 SE 25&h Street, Building B—Kent, WA 98030-6643 Contact: Fred Long, Supervisor of Facility Construction(253)373-7526 Architect: N/A SCF Project Manager: Brody Stohr SCF Superintendent: Norm Lehman Original Contract Amount: $132,000 Completion Date:October, 2014 Final Contract Amount: $192,862 Percenty by own forces 85% Projects Completed SCF General Contractors,LLC (formerly Slunstme Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed UPTOWN HOMEGOODS-GIG HARBOR Description: Construction of shell building consisting of concrete, CMU,tilt-up panels,wood roof decking, membrane roofing and associate WEIR systems. Includes site work. Owner: Gateway Capital, LLC 5312 Pacific Hwy E. Fife,WA 98424 Contact: Bob Bigelow or John Hogan(253)922-3173 Architect: Helix Design Group 6021 121h St, E., Suite 201 Tacoma,WA 98424 Contact: Travis Ness(253)922-9037 SCF Project Manager: Brody Stohr SCF Superintendent: Mike Franich Original Contract Amount: $1,516,000 Completion Date:July, 2014 Final Contract Amount: $1,580,897 Percent by Own Forces: 30% w f 0p0 I i Y Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc, LLC) P SCF General Contractors, LLC — 4.4.5 Major Projects Completed RIVERVIEW SCHOOL DISTRICT—MAINTENANCE BUILDING AND CONCESSIONS Description: New metal maintenance and storage building with office and concessions for Tolt Middle School. Owner: Riverview School District No.407 P.O. Box 519, Duvall WA 98019 Contact: John Mark, Project Manager(425)844-4530 Architect: Erickson McGovern Architects 101 East 26�1 Street, Suite 300—Tacoma, WA 98444 Contact: Ray Mow(253) 531-0206 SCF Project Manager: Morgan Shinstine SCF Superintendent: Mick McKee Original Contract Amount: $1,273,200 Completion Date: March, 2014 Final Contract Amount $1,307,291 Percent by Own Forces: 25% ti �iti, ilt t i !£ •.i ` gtq � l L C ! 1 IM 'K' � I S � t I E F ,I F t Projects Completed SCF General Contractors LLC J P (formerly Shinstine Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed MEMORY HAVEN OF SUMNER Description: Memory Haven consists of two 7,606 s.f.slab on grade two-story assisted living facilities. Buildings are wood- framed, with cement fiber siding and trim, trussed roof, and composition roofing. Includes site improvements, new utilities, parking, and a covered picnic area. Owner: MJH Property Management&Three Servant Care 11519 241h Avenue E.—Tacoma, WA 98445 Contact: John B. Merz(253)539-3410 Architect: AustinCina Architects, P.S. 12202 Pacific Ave. Suite C—Tacoma, WA 98444 Contact: Bill Parretta(253)531-4300 SCF Project Manager: Morgan Shinstine SCF Superintendent:Art King Original Contract Amount: $2,300,000 Completion Date: March, 2014 Final Contract Amount: $2,381,362 Percent by Own Forces: 45% ram,, ! it rl I h �N h I Projects Completed SCF General Contractors, LLC (Formerly Shinstme Assoc.,LLC) SCF General Contractors, LLC —4.4.5 Major Projects Completed GRAHAM KAPOWSIN HIGH SCHOOL PORTABLES Description: Relocate two existing portable structures including site development, ramps, and electrical work. Owner: Bethel School District 516176th Street East—Spanaway, WA 98387 Contact: James Hansen(253) 683-6000 Architect: Erickson McGovern Architects 101 East 261h Street, Suite 300—Tacoma,WA 98444 Contact: Robert Moore(253) 531-0206 SCF Project Manager: Brody Stohr SCF Superintendent: Scott Talik Original Contract Amount: $218,000.00 Completion Date: September 2013 Final Contract Amount: $234,201.00 Percent by Own Forces: 60% WHISTLE WORKWEAR TENANT IMPROVEMENTS, PUYALLUP Description: Tenant improvements and upgrades to convert existing retail space to a new Whistle Workwear store. Owner: Whistle Workwear 6818 Tacoma Mall Bldg—Tacoma,WA 98409 Contact: Del Deide(253) 381-3220 Architect: N/A SCF Project Manager: Mike Cathay SCF Superintendent: Mike Franich Original Contract Amount: $233,588.00 Completion Date:August 2013 Final Contract Amount: $234,966.00 Percent by Own Forces: 40% METAL STORAGE BUILDINGS, KENT Description: Demo existing CMU building and build two metal storage buildings approximately 9,600 s.f., associated site work, mechanical and electrical. Owner: State of Washington Military Department Building 36 Quartermaster Road—Camp Murray, WA 98430 Contact: Minh H.Vo, Project Manager(253) 512-8463 Architect: Wardell Architects, P.S. 509 West Chestnut—Yakima,WA 98902 Contact: Bob Wardell(509)453-1336 SCF Project Manager: Julia Stewart SCF Superintendent: Mick McKee Original Contract Amount: $738,000.00 Completion Date: March 2013 Final Contract Amount: $771,586.93 Percent by Own Forces: 23% WHISTLE WORKWEAR TENANT IMPROVEMENTS, TACOMA Description: Tenant improvements to convert existing retail space to a new Whistle Workwear store. Includes 10,500 square feet of retail space, 3,000 square feet of storage, four new offices, conference room, breakroom, and assorted upgrades. Owner: Whistle Workwear 6818 Tacoma Mall Bldg—Tacoma,WA 98409 Contact: Del Deide(253) 381-3220 Architect: N/A SCF Project Manager: Mike Cathey SCF Superintendent: Mike Franich Original Contract Amount: $124,328.00 Completion Date: February 2013 Final Contract Amount: $119,958.47 Percent by Own Forces: 40% Projects Completed SCF General Contractors,LLC (formerly Shimstine Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed CURTIS HIGH SCHOOL STADIUM UPGRADES Description: Concession/Restroom Building integrated with a covered grandstand being constructed by a separate General Contractor. Building is approximately 1, 100 sq. ft. wood frames, masonry and veneer masonry concrete slab on grade, spread concrete footings, single ply roofing, metal flashing, insulation, toilet partitions, hollow metal doors and frames, panting, mechanical, plumbing,electrical systems and field lighting. Owner: University Place School District No.83 377 Grandview Drive West—University Place,WA 98466 Contact: Dr. Greg Paus(253) 566-5600 Architect: N/A SCF Project Manager: Julia Stewart SCF Superintendent: Mike Franich Original Contract Amount: $354,000.00 Completion Date: October, 2012 Final Contract Amount: $442,749.81 Percent by Own Forces: 32% 7-ELEVEN FIFE PLAZA Description: New construction of 3,300 s.f. masonry structure with single-ply membrane roof system built in Fife Flood Plain with special consideration for 500 year flood hazards. Owner: CRH Capital Properties 5312 Pacific Highway East—Fife, WA 98424 Contact: Bob Bigalow(253) 922-3173 Architect: N/A SCF Project Manager: Mike Cathey SCF Superintendent:Art King Original Contract Amount: $616,605.00 Completion Date: September 2012 Final Contract Amount: $591,817.00 Percent by Own Forces: 30% FITNESS 19—TENANT IMPROVEMENTS Description: Entire internal remodel of restaurant to accommodate exercise facility, includes new restrooms, mechanical and electrical systems and complete new finishes. Owner: Fitness 19 WA 265, LLC 30741 V Avenue,#130—Black Diamond, WA 98010 Contact: Nick Milat(360)886-5523 Architect: N/A SCF Project Manager: Mike Cathey SCF Superintendent: Bernie Straight Original Contract Amount: $113,232.59 Completion Date: September 2012 Final Contract Amount: $99,470.00 Percent by Own Forces: 55% TACOMA HOUSING AUTHORITY—ADMIN BUILDING 1ST FLOOR TENANT IMPROVEMENT Description: Phased renovation of a portion of the first floor administrative offices, approximately 5,000 square feet in area, including installation of new flooring, partition walls, casework, suspended acoustical ceiling, lighting and finishes in offices, restrooms, open office area, waiting and reception areas. Work includes modifications to existing mechanical and electrical systems.. HUD Funded, Davis Bacon Federal Prevailing Wage Rates, , Section 3 Reporting and Federal Certified Payroll requirements. Owner: Tacoma Housing Authority 902 South "L"Street—Tacoma, WA 98405 Contact: Tina Hanson(253)207-4470 Architect: N/A SCF Project Manager: Juila Stewart SCF Superintendent: Scott Talik Original Contract Amount: $272,200.00 Completion Date: August 2012 Final Contract Amount: $313,763.00 Percent by Own Forces: 42% Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed EDISON ELEMENTARY SCHOOL—PLAYGROUND IMPROVEMENTS PHASE 2 Description: Sitework improvements including new playfeld. Selective structure demolition and building remodeling. Owner: Tacoma School District#10 3223 South Union Ave.—Tacoma,WA 98409 Contact: Ernie Eugenio(253)571-3350 Architect: N/A SCF Project Manager: Julia Stewart SCF Superintendent: Mick McKee Original Contract Amount: $992,000.00 Completion Date: August 2012 Final Contract Amount: $1,189,106.00 Percent by Own Forces: 32% HAGEN AUTO PARTS Description: Rebuild two-story CMU and wood framed 8,845 SF Automotive Parts Retail Building destroyed by fire. Recreate the early 1950s retro look of the original building with modern energy efficiency and amenities. Owner: Darrel C. Hagen 11526 River Road—Puyallup, WA 98372 Contact: Darrel Hagen(253)845-7020 Architect: N/A SCF Project Manager: Brody Stohr SCF Superintendent: Scott Talik Original Contract Amount: $738,054.00 Completion Date: May 2012 Final Contract Amount: $814,593.00 Percent by Own Forces: 40% HOPE IN CHRIST MINISTRIES TEEN SHELTER SHELL WORK Description: Structural upgrades of 5,706 s.f building to accommodate future home of a Teen Shelter. Shell work includes a new roof,seimic upgrades and sheer walls. Owner: Hope in Christ Ministries 822 Burwell Street—Bremerton, WA 9837 Contact: Dave Frederick, Executive Director(360)509-8642 Architect: N/A SCF Project Manager: Juila Stewart SCF Superintendent: Mike Franich Original Contract Amount: $229,260.00 Completion Date: August 2012 Final Contract Amount: $240,201.00 Percent by Owner Forces: 80% GIG HARBOR FIRE STATION 57 REMODEL&ADDITION Description: Remodel of the existing 2,989 sq ft station and new addition of 1,103 sq ft to the existing station. Includes general trades, mechanical, electrical, plumbing and related site work. Project subject to meet Davis Bacon wages and State of Washington Prevailing Wage Rates. Owner: Pierce County Fire District 5 10222 Bujachich Road NW-Gig Harbor,WA 98332 Contact: Assistant Chief, Eric Watson(253)851-3111 Architect: Rice, Fergus, Miller 275 51h Street, Suite 100-Bremerton, WA 98337 Contact: Howard Struve(360)377-8773 SCF Project Manager: Julia Stewart SCF Superintendent: Mick McKee Original Contract Amount: $1,040,000.00 Completion Date: May 2012 Final Contract Amount: $1,069,390.00 Percent by Own Forces: 50% Projects Completed SCF General Contractors,LLC (formerly Shmstme Assoc.,LLC) SCF General Contractors, LLC — 4.4.5 Major Projects Completed HILLCREST TERRACE COMMUNITY BUILDING Description: Construction of a new 2,024 SF single-story, fully-sprinklered community building. Exterior is brick wainscot and cement board siding over wood frame. Site work includes trash enclosure, patio, sidewalks, and brick/CMU planters. HUD funded, Davis Bacon Federal Prevailing Wage Rates, Certified Payroll reporting requirements and Section 3 reporting. Owner: Renton Housing Authority PO Box 2316/2900 NE 10'"Street—Renton,WA 98056 Contact: Mark Gropper(425) 226-1850 Architect: Schemata Workshop 173012m Avenue#3—Seattle,WA 98122 Contact: Grace Kim (206) 285-1589 SCF Project Manager: Morgan Shinstine SCF Superintendent:Art King Original Contract Amount: $667,000.00 Completion Date: April 2012 Final Contract Amount: $678,637.00 Percent by Own Forces: 35% BETHEL ANIMAL HOSPITAL Description: Construction of new three-story 9,952 SF Animal Hospital. Foundation/basement wall construction with insulated concrete forms (ICF's). Main floor construction, structural insulated panels (SIP's), and upper floor construction with SIP's and conventional wood framing. Also includes wetland mitigation work in effort to achieve maximum building and site square footage, while keeping the project as "green" as possible. Owner: Ringstead &Associates, LLC 3586 Bethel Road SE—Port Orchard, WA 98366 Contact: Jim Wempe(360) 710-6502 Architect: Architectural Werks Inc. 120201130 Avenue NE, Suite 210—Kirkland, WA 98034 Contact: Jennifer Phang, (253) 581-6000 SCF Project Manager: Brody Stohr SCF Superintendent: Mick McKee Original Contract Amount: $1,447,347.00 Completion Date: November2011 Final Contract Amount: $1,527,048.00 Percent by Own Forces: 47% I 4! y v� 6 r iJI Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) I SCF General Contractors, LLC — 4.4.5 Major Projects Completed BETHEL SCHOOL DISTRICT—EDUCATIONAL SERVICE CENTER ENERGY UPGRADES Description: Window replacement and associated interior and exterior finishes. Washington State Prevailing Wage. Owner: Bethel School District 516176th Street East—Spanaway, WA 98387 Contact: James Hansen(253)683-6000 Architect: Erickson McGovern 101 East 26th Street, Suite 300,Tacoma WA 98444 Contact: Jay Peterson(253)531-0206 SCF Project Manager: Morgan Shinstine SCF Superintendent: Mike Franich Original Contract Amount: $99,600.00 Completion Date: August 2011 Final Contract Amount: $100,739.00 Percent by Own Forces: 95% I I GREATER LAKES MENTAL HEALTH—ORCHARD HILLS EVALUATION &TREATMENT PHASE II Description: Eight bedroom addition to Mental Healthcare Facility. Owner: Greater lakes Mental Health 9330 59",Avenue SE—Lakewood,WA 98499 Contact: Alan Erola, CFO(253) 581-7020 Architect: Erickson McGovern Architects 101 East 26th Street, Suite 300, Tacoma WA 98444 Contact: Ray Mow(253)531-0206 SCF Project Manager: Julia Stewart SCF Superintendent:Art King Original Contract Amount: $696,600.00 Completion Date: July 2011 Final Contract Amount $825,000.00 Percent by Own Forces: 60% i COMER VETERINARY CLINIC TENANT IMPROVEMENT Description: Tenant improvements: Refurbish existing veterinary hospital building, add accessible parking and entrance, enlarge doorways, raise reception area floor to main floor level, remodel bathroom to be accessible, replace all windows and add window at fagade. Owner: Karen Comer(253)988-0279 PO Box 65061 — University Place, WA 98464 Architect: James Guererro Architects 7520 Bridgeport Way West—Lakewood,WA 98499 Contact: James Guererro, (253)581-6000 SCF Project Manager: Morgan Shinsfine SCF Superintendent: Scott Talik Original Contract Amount: $221,700.00 Completion Date: February 2011 Final Contract Amount: $249,075.00 Percent by Own Forces: 60% Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) i SCF General Contractors, LLC — 4.4.5 Major Projects Completed SAINT FRANCIS HOUSE NEW OFFICE&STORAGE BUILDING Description: Construct new storage and office building and associated renovation to existing clothing distribution warehouse. Wood framing, concrete slab on grade,fiber cement siding and asphalt shingle roof to match existing. Exterior work included new storm drainage system, asphalt paving, stripping, extruded concrete curbs, city sidewalks, approach and other site improvements. Owner: Saint Francis House 322 Th Street SE—Puyallup,WA 98372 Contact: Sister Pat Michalek(253) 770-6991 Architect: NIA SCF Project Manager: Morgan Shinstine SCF Superintendent: Mike Franich Original Contract Amount: $657,825.00 Completion Date: March 2011 Final Contract Amount: $689,223.00 Percent by Own Forces: 58% ua� W v } x F Y J w I f 2 x GREATER LAKES MENTAL HEALTH—ORCHARD HILLS EVALUATION&TREATMENT PHASE I Description: Phase I Tenant Improvement of existing building into Mental Healthcare Facility. Owner: Greater lakes Mental Health 9330 59th Avenue SE—Lakewood,WA 98499 Contact: Alan Erola, CFO (253)581-7020 Architect: Erickson McGovern Architects 101 East 26th Street, Suite 300,Tacoma WA 98444 Contact: Ray Mow(253)531-0206 SCF Project Manager: Julia Stewart SCF Superintendent:Art King Original Contract Amount: $729,770.00 Completion Date: September 2010 Final Contract Amount: $890,000.00 Percent by Own Forces: 45% Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) i SCF General Contractors, LLC — 4.4.5 Major Projects Completed KENT TRANSPORTATION BUS GARAGE EXPANSION& REMODEL Description: Expansion of the existing transportation bus garage by adding two service bays with rough-in of lifts and additions, modifications to other support areas including the steam bay with lift, accessory building for sprinkler piping. Existing toilet rooms, staff room and other similar areas remodeled and expanded. Work includes demolitions as well as mechanical and electrical work to support the construction. Kent School District Centric Reporting and Washington State Prevailing Wage requirements. Owner: Kent School District No. 415 12033 SE 256'h Street,Building B—Kent, WA 98030-6643 Contact: Fred Long, Supervisor of Facility Construction(253)373-7526 Architect: Klappenbach Architects 1402 Third Avenue, Suite 620—Seattle,WA 98101 Contact: Dale Klappenbach (206)624-7515 SCF Project Manager: Brody Stohr SCF Superintendent: Mick McKee Original Contract Amount: $1,800,000.00 Completion Date:July 2010 Final Contract Amount: $2,172,263.00 Percent by Own Forces: 30% OLALLA RECOVERY CENTER REMODEL Description: Remodel of existing toilet and shower rooms and restroom addition in dormitory building. Women's dorm: Provide accessible toilet/bath and remodel second bath with new fixtures and finishes. Men's dorm: Remodel existing men's dorm/shower, replacing fixtures and finishes, adding new roof top HVAC Unit. New covered entries to both the men's and women's dorms, including porch, stairs, ramps and railings. Work completed while facility was occupied and operational. Owner: Olalla Recovery Centers Inc. 12851 SE Lala Cove Lane—Olalla,WA 98359 Contact: Kevin Merrick(253)857-6201 Architect: James Guererm Architects 7520 Bridgeport Way West—Lakewood, WA 98499 Contact: Neitha Wilkey, (253) 581-6000 SCF Project Manager: Morgan Shinstine SCF Superintendent: Scott Talik Original Contract Amount: $247,755.00 Completion Date: July 2010 Final Contract Amount: $303,619.00 Percent by Own Forces: 55% ROY ELEMENTARY SCHOOL STRUCTURAL UPGRADES Description: Structural upgrades to select exterior and interior walls on the lower, upper and attic levels of the original 2-story portion of Roy Elementary School. Washington State Prevailing Wage requirements. Owner: Bethel School District—No.403 516 176'h Street East—Spanaway,WA 98387 Contact: Dave Maxwell(253)683-6000 Architect: Erickson McGovern Architects 101 East 26m Street, Suite 300, Tacoma WA 98444 Contact: Jay Peterson(253)531-0206 SCF Project Manager: Brody Stohr SCF Superintendent: Mick McKee Original Contract Amount: $292,500.00 Completion Date: September 2010 Final Contract Amount $308,875.00 Percent Own Forces: 65% Projects Completed SCF General Contractors,LLC (formerly Shinstine Assoc.,LLC) SCF General Contractors, LLC — 4.4.6 Construction Experience/Key Personnel Douglas Shinstine established Shinstine Construction in 1965. Starting with custom homes, the company grew to include public works projects, as well as negotiated private work. In 1999, three long time employees became partners and the company was renamed to Shinstine/Assoc. LLC. In 2014 Douglas and Morgan Shinstine retired but the remaining partners stayed on and on October 1, 2015 Shinstine/Assoc. L.L.C. changed it's name to SCF General Contractors LLC. Providing the same quality construction within the time frame and cost anticipated by our customers, our number one goal is still the same, to exceed our clients' expectations. Our construction projects have included worship facilities, commercial offices, multi-family housing, renovations, and storage facilities. Our depth of experience allows us to confidently take on a variety of project types and sizes. From small remodels to complete developments, SCF General Contractors has what it takes to make a project successful and enjoyable for owners, architects, subcontractors, and suppliers. See Projects in Progress page for present commitments. BRODY STOHR MANAGING PARTNER/PROJECT MANAGER/SUPERINTENDENT 1974 to 1977 Shinstine/Forness, Inc. - Labor 1977 to 1981 Shinstine/Nomesse. Inc. —Carpenter 1981 to 1983 Shinstine/Fomess. Inc.—Foreman 1983 to 1990 Shinstine/Forrress. Inc. — Superintendent/Safety Officer 1990 to 1999 Shinstine/Assoc. Inc. —Superintendent/Safety Officer 1999 to 09-2015 Shinstine/Assoc., L.L.C. —Project Manager/Estimator/Safety Officer 10-2015-Present SCF General Contractors LLC - Project Manager/Estimator/Safety Officer MIKE CATHEY, PARTNER/PROJECT MANAGER/SUPERINTENDENT 1972 to 1985 Cathey Construction - Owner 1986 to 1990 Shinstine/Forness. Inc.—Superintendent/Estimator/Project Manager 1990 to 1999 Shinstine/Assoc. Inc.—Superintendent/Estimator/Project Manager 1999 to 09-2015 Shinstine/Assoc., L.L.C.— Senior Superintendent/Estimator/Project Manager 10-2015-Present SCF General Contractors LLC - Senior Superintendent/Estimator/Project Mngr. SUPERINTENDENTS SCF General Contractors LLC has 4 Superintendents whose lengths of service with the company range from 1 to 33 years. PATRICIA RANGEL, PROJECT ADMINSTRATOR j 1997 to 2000 County of Monterey, IIealth Dept, Admin, Accounting 'Tech 1 t 2000 to 2001 County of Monterey, Telecommunications Accounting Tech III 2001 to 2011 William Thayer Construction— Office Manager 2014 to 09-2015 Shinstine/Assoc., L.L.C. —Project Administrator 10-2015-Present SCF General Contractors LLC—Project Administrator KAREN LARIMORE, ACCOUNTING/OFFICE MANAGER 1981 to 1994 Ponderosa Land & Homes— Secretary, Bookkeeper 1994 to 1995 Shinstine/Assoc. Inc. —Secretary 1995 to 1997 Shinstine/Assoc. Inc—Accounting Manager 1997 to 1999 Shinstine/Assoc. Inc.—Accounting/Office Manager 1999— 09-2015 Shinstine/Assoc., L.L.0—Accounting/Office Manager 10-2015-Present SCF General Contractors LLC—Accounting/Office Manager Experience SCF General Contractors,LLC(formerty Shinstine Assoc.,LLC) ' f SCF General Contractors, LLC—4.4.7 Major Equipment List of Major Equipment Mitsubishi Dump Truck Isuzu Dump Truck International Crane Boom Truck Construction tools used on a daily basis including but not limited to sawzalls, skill saws, nail guns,paint sprayers I i SCF General Contractors, LLC (Formerly Shinstine Assoc., LLC) i SCF General Contractors, LLC— 5. References 5. REFERENCES 5.5.1 Trade References: McLENDON HARDWARE(Materials) Acct# 127110 Phone 425-235-3571 STAR RENTALS(Equipment Rentals) Acct# 159719 Phone 206-622-0497 CORLISS RESOURCES (Materials) Acct#0693 Phone 253-826-8010 RODDA PAINT (Materials) Acct#18713 Phone 800-242-3713 HIGHAM EXCAVATING(Subcontractor) Acct# N/A Phone 360-893-1035 5.5.2 Bank References: CAROL SMITH,HERITAGE BANK, 13071... MAIN, PUYALLUP, WA 98372 PHONE: 253-770-7696 5.5.3 Surety: j 5.5.3.1 Name of Bonding Company: SERVCO PACIFIC j 5.5.3.2 Name and address of Agent: MICHAEL HIGHSMITH (253)207-5504 221 SOUTH 28T11 ST, SUITE 101,TACOMA, WA 98402 it i i I� SCF General Contractors, LLC(Formerly Shinstine Assoc., LLC) 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 twenty (120) 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. FF 1 DATE: le NAME OF BIDDER f BY: Signature 1( (Print Nam and Title) r ' Add re Armstrong Springs MCC&Generator/Swinford 14 November 10, 2015 ICI Project Number: 15-3012 I i BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, SCF General Contractors, LLC as Principal, and Merchants National Bonding, Inc. as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%)of 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. I I The condition of this obligation is such that if the Obligee shall make any award to the Principal for Armstrong Springs Motor Control Center and Generator Upgrades/Project Number: 15-3012 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 1st DAY OF December 2015. SCF General Contractors, L � PRINCIP K, Mercha § ational Bonding, Inc. SUR TY Marie Poulin, Attorney-In-Fact 20 Received return of deposit in the sum of $ Armstrong Springs MCC&Generator/Swinford 15 November 10,2015 Project Number: 15-3012 MERCHANT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make.. constitute and appoint,individually, Marie Poulin; Michael R Highsmith of Seattle and State of Washington their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of '.. Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 13th day of August , 2014. ,P aP�ti...... p�aO�PP� �• MERCHANTS BONDING COMPANY(MUTUAL) q r lM qr'• O? �• p f74'. A. MERCHANTS NATIONAL BONDING,INC. -te ~ •z: �:3• iZ: 2003 r.q` •a•' 1933 :C' By ' STATE OF IOWA ,�: J� ••. .•':ijF��. !Y {'r .• COUNTY OF POLK ss. ""''^°'^ • President On this 13th day of August 2014, before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year first above written. v9dA4s WENDY WOODY z v Commission Number 789654 My Commission Expires l 0 �o'vP June 20, 2017 '. Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK as. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, ., which is still in full force and effect and has not been amended or revoked. In Wtness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 1st dayof December 2015 �' ~ '`' 'a•'• 1933 ;'c; Secretary �? 2003 ;.o_ .y�•• •cam . POA 0014 (7/14) �. •.�dk., ..•`1A�• ••rn,no..P.ap .... 1 Y 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. Armstrong Springs Motor Control Center and Generator Upgrades Project Number: 1S-3012 NAME OF PROJECT NAME OF BIDDER'S FIRM r � SIGN ' RE OFAUTHORIZED REPRESENTATIVE OF BIDDER Armstrong Springs MCC&Generator/Swinford 16 November 10, 2015 Project Number: 15-3012 i 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 f for this Change Order -0- Working days Revised Time for Completion Working days Armstrong Springs MCC&Generator/Swinford 17 November 10, 2015 Project Number: 15-3012 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 project 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: Armstrong Springs MCC&Generator/Swinford 18 November 10, 2015 Project Number: 15-3012 I 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 ....................E3` Orderof Contents.................................................................................0 Invitationto Bid...................................................................................® Contractor Compliance Statement.......................................................tja/ Date............................................................................................0, Have/have not participated acknowledgment.............................13' j Signatureand address................................................................a Declaration - City of Kent Equal Employment Opportunity Policy .......JEr Dateand signature .....................................................................e AdministrativePolicy .....................................................................I..... Proposal............................................................................................... Firstline of proposal - filled in ...................................................L3 Unitprices are correct ................................................................a Subcontractor List (contracts over $100K) ...........................................0, Subcontractors listed properly ' P P Y• ..� Signature................................................................................... Subcontractor List (contracts over $1 million).....................................k3 f Subcontractorslisted properly.................................................... Dateand signature .................................................................... Contractor's Qualification Statement ...................................................'E Completeand notarized ..............................................................Z ProposalSignature Page......................................................................ffJ All Addenda acknowledged .........................................................0-, Date, signature and address .................................................. ..a BidBond Form ................................................................................. .yl"3'1 Signature, sealed and dated .......................................................L-3,' Powerof Attorney.......................................................................121 "' (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form.............................................................. ..L3' Signature . . ChangeOrder Form.......................................................................... ...Er Bidder's Checklist ............................................................................. ..13 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. Armstrong Springs MCC&Generator/Swinford 19 November 10, 2015 Project Number: 15-3012 PAYMENT AND PERFORMANCE BOND • TO CITY OF KENT KE�T Bond No. NWA1333 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SCF General Contractors,LLC as Principal, and Merchants National Bonding, Inc. Iowa a Corporation organized and existing under the laws of the State of kV00h4)TgVW as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of g 420,899.39"••"' , 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 j 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. 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 Armstrong Springs Motor Control Center and Generator Upgrades/Project Number: 15-3012 (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. Armstrong Springs MCC & Generator/Swinford 20 November 10, 2015 Project Number: 15-3012 i TWO WITNESSES: SCF General Contractors, LLC PRINCIPAL (enter pnnapa I's name above) /'ICa°IC+} -.!J. � 2N'e ✓'a�Ui�. TITLE: ltlCa riGtt e a°" DATE: December 18,2015 DATE: December 18,2015 � C r _ CORPORATE SEAL: PRINT NAME DATE: December 18, 2015 Merchants National Bonding, Inc. `t SURETY .� CORPORATE SEAL: BY: DATE: December 18, 2015 TITLE: Marie Poulin,Attorney-In-Fact ADDRESS: 221 S.28th Street,Suite 101 Tacoma, WA 98402 CERTIFICATE AS TO CORPORATE SEAL 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 I Armstrong Springs MCC & Generator/Swlnford 21 November 10, 2015 '.. Project Number: 15-3012 E CHANTS BONDING COMPANY,.. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make, constitute and appoint,individually, Marie Poulin; Michael R Highsmith of Seattle and State of Washington their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead,to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to he signed and sealed this 13thday of August , 2014. �„u,rlbrbrlry, pr lQO�< O ••O��14 `pP0 MERCHANTS BONDING COMPANY(MUTUAL) tig:^4p5u Rq , 0:_ ••0;vp 9'9i yam. MERCHANTS NATIONAL BONDING, INC. e ;(i •z: c:3; 1933 STATE OF IOWA v `' . ••• COUNTY OF POLK as. �' •ni,r•I.... •, •• President On this 13th day of August . 2014,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.;and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa,the day and year ! first above written. V" IA<s WENDY WOODY r Commission Number 784654 0 My Commission Expires iovwP June 20 2017 Notary Public,Polk County,Iowa STATE OF IOWA COUNTY OF POLK ss. I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., !! do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 18th day of December 2015 ti42 o� 1933 Icy Secretary POA 0014 (7/14) =s�1'/�•.. ,.•:r�i\p' '.6d • '\1�. CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and SCF General Contractors, LLC , organized under the laws of the State of Washington located and doing business at 122 E. Stewart Avenue, Puyallup,WA 98372 ("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: Armstrong Springs Motor Control Center and Generator Upgrades/Project Number: 15-3012 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 2014 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 2014 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 twenty (120) 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. Armstrong Springs MCC& Generator/Swinford 22 November 10, 2015 Project Number: 15-3012 i` i I 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 competentjurisdiction 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, I 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. Armstrong Springs MCC & Generator/Swinford 23 November 10, 2015 Project Number; 15-3012 CITY OF KENT_- r, SUZ TE' OOKE, MAYOR ATTES -` -) AONALD;F�. M RE, CIT CLERK APP�O ED AS To FO AM: KENT LAW DEPARTMENT CONTRACTOR SCF General Contractors, LLC PRINT NAME: s / L, V-- TITLE: Ala/IC11-er DATE: December 18, 2015 I I I I Armstrong Springs MCC & Generator/Swinford 24 November 10, 2015 Project Number: 15-3012 EXHIBIT A INSURANCE REQU I REIVIENTS FOR CONSTRUCTION PROJCT 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 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 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 minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Armstrong Springs MCC & Generator/Swinford 25 November 10, 2015 Project Number: 15-3012 j EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 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: 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. O. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Armstrong Springs MCC & Generator/Swinford 26 November 10, 2015 Project Number: 15-3012 EXH ! B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. I G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. 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. I Armstrong Springs MCC & Generator/Swinford 27 November 10, 2015 Project Number: 1 5-3012 I i w O SCFGENE-01 JHIGHSMITH I-�coi4® CERTIFICATE OF LIABILITY INSURANCE DATE iMAtIDD/YYYYI 12/11/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such andorsement(s). '.. PRODUCER License#CA#OF17481 CONTACT Michael Highsmith Servco Pacific Insurance PHONE (253)207-5503 Fri c No):(206)260-2903 221 South 28th StreetWC. 0 No E#: Tacoma,WA 98402 aDoaess:michaelh@semcopacific.com INSURERS)AFFORDING COVERAGE NAIC# INSURER A:Irc nshore Specialty Insurance Co 25445 INSURED INSURERa:OhiO Security Insurance Company 24082 SCF General Contractors,LLC;Shinstine Associates,LLC INSURERC:Torus Specialty Insurance Company 44776 122 East Stewart Avenue INSURER Puyallup,WA 98372 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS li CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR AODL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD MD POLICY NUMBER MMIODIYYYV MMIDOrvVYY LIMITS .. A TXCOMMERCIAL GENERAL LIABILITY : EACH OCCURRENCE is 1,000,000 CLAIMS-MADE OCCUR X X AGS0080201 10/01/2016 10/01/2016 DAMAGE TO RENT EU50,000 PREMISES Ea occurrence $ ME)EXP(Anyone person) $ 5,000 '. PERSONAL B ADV I NJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,00 POLICY�JECT u LOD PRODUCTS-COMP/OP AGG $ 2,600,000 OTHER: WA STOP GAP LIA $ 1,000,000 AUTOMOBILE LIABILITY - COMBINED SINGLE LIMIT $ 1,000,000 Ea accident B X ANYAUTD X X BAS(16)56904525 10/01/2016 10101/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILYINJURY(Peraccitlent) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS (Per accitlent)...___ UMBRELLA UAB X OCCUR EACH OCCURRENCE $ 5,000,000 C X EXCESS LIAR CLAIMS-MADE X X 88027K161AL1 10/0112015 10101/2016 AGGREGATE $ 5,000,000 LED X I RETENTION$ 9 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN PER OERH Ali ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA E.L.EACH ACCIDENT $ OFFICEIMEMBER EXCLUDED? _- "--- (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if mare space is required). Project:Armstrong Springs Motor Control Center and Generator UpgradeslProiect Number:153012 The City of Kent is Additional Insured per the attached forms and endorsements. Coverage is Primary and Non-Contributory and Waiver of Subrogation Applies. CERTIFICATE HOLDER CANCELLATION i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 40D West Gowe Kent,WA 98032 AUTHOR6E0 REPRESENTATIVE ' J6:0,k� � ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD I i i SCF General Contractors, LLC Shinstine Associates LLC Ironshor,�&qol I��rfcIA&90080201 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 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 Organization(s) Locations Of Covered Operations As required by written contract. If required by your Any Location agreement with such Additional Insured. Additional Insureds shown in a written contract, or written agreement that includes primary and non-contributory wording where required. If anyone, other than the Additional Insured, provides similar insurance for the Additional Insured, then this insurance will apply as outlined in SECTION IV — COMMERICAL LIABILITY CONDITIONS, paragraph 4. Other Insurance,subparagraph c. Method of Sharing. The inclusion of one or more Insured(s) under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 1. The insurance afforded to such additional include as an additional insured the person(s) or insured only applies to the extent permitted by organization(s) shown in the Schedule, but only law; and with respect to liability for "bodily injury", "property 2. If coverage provided to the additional insured is damage" or 'personal and advertising injury" required by a contract or agreement, the caused, in whole or in part, by: insurance afforded to such additional insured 1. Your acts or omissions; or will not be broader than that which you are 2. The acts or omissions of those acting on your required by the contract or agreement to behalf; provide for such additional insured. in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 B. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following additional Insurance shown in the Declarations; exclusions apply: whichever is less. This insurance does not apply to "bodily injury" or This endorsement shall not increase the "property damage" occurring after: applicable Limits of Insurance shown in the 1. All work, including materials, parts or Declarations. equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 SCF General Contractors, LLC Shinstine Associates LLC Ironshore Specialty Insurance Co POLICY NUMBER: AGS0080201 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS i This endorsement modifies insurance provided under the following: ! COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As required by written contract. If required by your The insurance afforded by this policy for the benefit of written contract or written agreement with such the additional insured does not apply to Additional Insured, this insurance is primary and 'property damage'to any building, structure or non-contributory. appurtenant structure intended to be occupied as a 'private residence'. The term "private residence" If anyone, other than the Additional Insured, provides includes single family homes or residences, similar insurance for the Additional Insured, then this multi-family homes or residences. Apartments are not insurance will apply as outlined in SECTION IV — considered "private residences." COMMERICAL LIABILITY CONDITIONS, paragraph 4. Other Insurance, subparagraph c. Method of Sharing. The inclusion of one or more Insured(s) under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to 2. If coverage provided to the additional insured is include as an additional insured the person(s) or required by a contract or agreement, the organization(s) shown in the Schedule, but only insurance afforded to such additional insured will with respect to liability for "bodily injury" or not be broader than that which you are required "property damage"caused, in whole or in part, by by the contract or agreement to provide for such "your work" at the location designated and additional insured. described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 ©ISO Properties, Inc., 2004 CG 20 37 04 13 ❑ SCF General Contractors LLC/Shinstine Associates, LLC Ironshore Specialty Insurance Co. POLICY NUMBER:AG50080201 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. III WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Whereas Required by Written Contract Information required to complete the Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph S.Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 0 SCF General Contractors, LLC Shinstine Associates LLC Ironshore Specialty Insurance Cc POLICY NUMBER:AGS0080201 COMMERCIAL GENERAL LIABILITY CG 04 42 11 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. STOP GAP — EMPLOYERS LIABILITY COVERAGE ENDORSEMENT — WASHINGTON This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Limits Of Insurance Bodily In'ury By Accident Is 11.000,000 Each Accident Bodily Injury By Disease $ 1,000,000 Aggregate Limit Bodily Injury By Disease $ 1,000,000 Each Employee (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. The following is added to Section I — No other obligation or liability to pay sums Coverages: or perform acts or services is covered COVERAGE—STOP GAP—EMPLOYERS unless explicitly provided for under LIABILITY Supplementary Payments. 1. Insuring Agreement b. This insurance applies to "bodily injury by accident" or "bodily injury by disease" only a. We will pay those sums that the insured if: becomes legally obligated by Washington (1) The: Law to pay as damages because of "bodily injury by accident" or "bodily injury (a) "Bodily injury by accident" or"bodily by disease" to your "employee" to which injury by disease"takes place in the this insurance applies. We will have the "coverage territory"; right and duty to defend the insured (b) "Bodily injury by accident"or"bodily against any"suit" seeking those damages. injury by disease" arises out of and However, we will have no duty to defend in the course of the injured the insured against any "suit" seeking "employee's" employment by you; damages to which this insurance does not and apply. We may, at our discretion, ee", at the time of the investigate any accident and settle any (c) "Employee",P y claim or"suit"that may result. But: injury, was covered under a 1 The amount we will a for damages is worker's compensation policy and ( ) pay 9 subject to a "workers compensation limited as described in Section III — law" of Washington; and Limits Of Insurance; and (2) Our right and duty to defend end when (2) The: we have used up the applicable limit of (a) "Bodily injury by accident" is insurance in the payment of judgments caused by an accident that occurs or settlements under this coverage. during the policy period; or CG 04 42 1103 ©ISO Properties, Inc., 2003 Page 1 of 6 ❑ (b) "Bodily injury by disease" is caused c. Statutory Obligations by or aggravated by conditions of Any obligation of the insured under a employment by you and the injured workers' compensation, disability benefits "employee's" last day of last or unemployment compensation law or exposure to the conditions causing any similar law. or aggravating such "bodily injury by disease" occurs during the d. Contractual Liability policy period. Liability assumed by you under any c. The damages we will pay, where recovery contract or agreement. is permitted by law, include damages: e. Violation Of Law (1) For: "Bodily injury by accident" or"bodily injury (a) Which you are liable to a third party by disease" suffered or caused by any by reason of a claim or "suit' employee while employed in violation of against you by that third party to law with your actual knowledge or the recover the damages claimed actual knowledge of any of your against such third party as a result "executive officers", of injury to your"employee"; f. Termination, Coercion Or (b) Care and loss of services; and Discrimination (c) Consequential "bodily injury by Damages arising out of coercion, criticism, accident" or "bodily injury by demotion, evaluation, reassignment, disease" to a spouse, child, parent, discipline, defamation, harassment, brother or sister of the injured humiliation, discrimination against or "employee", termination of any "employee", or arising out of other employment or personnel provided that these damages are the decisions concerning the insured. direct consequence of "bodily injury by accident" or "bodily injury by disease" g. Failure To Comply With "Workers that arises out of and in the course of Compensation Law" the injured "employee's' employment "Bodily injury by accident" or"bodily injury by you; and by disease" to an "employee" when you (2) Because of "bodily injury by accident" are: or "bodily injury by disease" to your (1) Deprived of common law defenses; or "employee"that arises out of and in the (2) Otherwise subject to penalty; course of employment, claimed against you in a capacity other than as because of your failure to secure your employer. obligations or other failure to comply with 2. Exclusions any"workers compensation law". This insurance does not apply to: h. Violation Of Age Laws Or Employment Of Minors a. Intentional Injury "Bodily injury by accident" or "bodily injury "Bodily injury by accident" or "bodily injury by disease" suffered or caused by any by disease" intentionally caused or person: aggravated by you, or "bodily injury by (1) Knowingly employed by you in violation accident" or "bodily injury by disease" of any law as to age; or resulting from an act which is determined to have been committed by you if it was (2) Under the age of 14 years, regardless reasonable to believe that an injury is of any such law. substantially certain to occur. I. Federal Laws b. Fines Or Penalties Any premium, assessment, penalty, fine, Any assessment, penalty, or fine levied by benefit, liability or other obligation any regulatory inspection agency or imposed by or granted pursuant to: authority. (1) The Federal Employer's Liability Act (45 USC Section 51-60); Page 2 of 6 © ISO Properties, Inc., 2003 CG 04 42 11 03 ❑ (2) The Non-appropriated Fund Instrumentalities Act (5VSCSections 8171'8173); CGV44211O3 @ ISO Properties, |no, 2083 Page 3ofU O (3) The Longshore and Harbor Workers' 4. An organization other than a partnership, joint Compensation Act (33 USC Sections venture or limited liability company, you are 910-950); an insured. Your "executive officers" and (4) The Outer Continental Shelf Lands Act directors are insureds, but only with respect to (43 USC Section 1331-1356); their duties as your officers or directors. Your stockholders are also insureds, but only with (5) The Defense Base Act (42 USC respect to their liability as stockholders. Sections 1651-1654); (6) The Federal Coal Mine Health and Safety Act of 1969 (30 USC Sections 901-942); (7) The Migrant and Seasonal Agricultural Worker Protection Act (29 USC Sections 1801-1872); (8) Any other workers compensation, unemployment compensation or disability laws or any similar law; or (9) Any subsequent amendments to the laws listed above. j. Punitive Damages Multiple, exemplary or punitive damages. k. Crew Members "Bodily injury by accident" or"bodily injury by disease" to a master or member of the crew of any vessel or any member of the flying crew of an aircraft. B. The Supplementary Payments provisions apply to Coverage — Stop Gap Employers Liability as well as to Coverages A and B. C. For the purposes of this endorsement, Section II — Who Is An Insured, is replaced by the following: If you are designated in the Declarations as: 1. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. 2. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. 3. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. Page 4 of 6 © ISO Properties, Inc., 2003 CG 04 42 11 03 ❑ No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. D. For the purposes of this endorsement, Section III — Limits Of Insurance, is replaced by the following: 1. The Limits of Insurance shown in the Schedule of this endorsement and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". 2. The 'Bodily Injury By Accident" — Each Accident Limit shown in the Schedule of this endorsement is the most we will pay for all damages covered by this insurance because of "bodily injury by accident' to one or more "employees"in any one accident. 3. The"Bodily Injury By Disease" — Aggregate Limit shown in the Schedule of this endorsement is the most we will pay for all damages covered by this insurance and arising out of "bodily injury by disease", regardless of the number of"employees" who sustain"bodily injury by disease". 4. Subject to Paragraph D.3. of this endorsement, the "Bodily Injury By Disease"— Each "Employee" Limit shown in the Schedule of this endorsement is the most we will pay for all damages because of "bodily injury by disease"to any one "employee". The limits of the coverage apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. CG 04 42 1103 © ISO Properties, Inc., 2003 Page 5 of 6 ❑ E. For the purposes of this endorsement, Condition d. No insured will, except at that insured's 2.— Duties In The Event Of Occurrence, Claim own cost, voluntarily make a payment, Or Suit of the Conditions Section IV is deleted assume any obligation, or incur any and replaced by the following: expense, other than for first aid, without 2. Duties In The Event Of Injury, Claim Or our consent. Suit F. For the purposes of this endorsement, Paragraph a. You must see to it that we or our agent are 4. of the Definitions Section is replaced by the notified as soon as practicable of a "bodily following: injury by accident" or "bodily injury by 4. "Coverage territory"means: disease" which may result in a claim. To a. The United States of America (including its the extent possible, notice should include: territories and possessions), Puerto Rico (1) How, when and where the "bodily and Canada; injury by accident" or "bodily injury by b. International waters or airspace, but only if disease"took place; the injury or damage occurs in the course (2) The names and addresses of any of travel or transportation between any injured persons and witnesses; and places included in a. above; or (3) The nature and location of any injury. c. All other parts of the world if the injury or b. If a claim is made or "suit" is brought damage arises out .of the activities of a against any insured, you must: person whose home is in the territory described in a. above, but who is away for (1) Immediately record the specifics of the a short time on your business; claim or "suit" and the date received; and provided the insured's responsibility to pay damages is determined in the United States (2) Notify us as soon as practicable. (including its territories and possessions), You must see to it that we receive written Puerto Rico, or Canada, in a suit on the notice of the claim or "suit" as soon as merits according to the substantive law in practicable. such territory, or in a settlement we agree to. c. You and any other involved insured must: G. The following are added to the Definitions (1) Immediately send us copies of any Section: demands, notices, summonses or legal 1. "Workers Compensation Law" means the papers received in connection with the Workers Compensation Law and any injury, claim, proceeding or "suit"; Occupational Disease Law of Washington. (2) Authorize us to obtain records and This does not include provisions of any law other information; providing non-occupational disability benefits. (3) Cooperate with us and assist us, as we 2. "Bodily injury by accident" means bodily in the investigation or injury, sickness or disease sustained by a may request, settlement the claim or defense person, including death, resulting from an against the "suit"; accident. A disease is not "bodily injury by accident" unless it results directly from "bodily (4) Assist us, upon our request, in the injury by accident". enforcement of any right against any 3. "Bodily injury by disease" means a disease person or organization which may be sustained by a person, including death. liable to the insured because of injury "Bodily injury by disease" does not include a to which this insurance may also apply; disease that results directly from an accident. and (5) Do nothing after an injury occurs that H. For the purposes of this endorsement, the would interfere with our right to recover definition of"bodily injury" does not apply. from others. Page 6 of 6 ©ISO Properties, Inc., 2003 CG 04 42 11 03 ❑ SCF General Contractors LLC Shinstine Associates LLC COMMERCIAL AUTO BAS56904525 CA 88 10 01 10 Ohio Security Insurance 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(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN / 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 RECOVERYAGAINST OTHERS TO US 19 SECTION II -LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II - 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 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. (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; �2010 Liberty Mutual Insurance Company.All rights reserved. - CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its 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 II - LIABILITY COVERAGE, paragraph A.I. - WHO IS AN INSURED is amended to include the fallowing as an insured: C 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 x 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 II - LIABILITY, exclusion B.5. 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: 6. 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 ©20101_iberty Mutual Ins ran ceCompany.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance 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. D. Subject to a maximum of $750 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: g (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.A.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 ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 3 of 7 9. RENTAL REIMBURSEMENT I� 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 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. 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. 9 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: ©2010 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 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 e 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. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the 'loss". An adjustment for depreciation and physical condition will be made in determining the actual a cash value at the time of the 'loss". This adjustment is not applicable in Texas. s 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. @2010 Liberty Mutual Insurance Company.All rights reserved. I 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 lbs. 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: a. In the event of "accident", claim, "suit' or 'loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; x 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. ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 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.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-DEFINITIONS, definition C. is replaced by the following: a "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. ©20101_11perty 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 Ili KENT SPECIAL PROVISI ONS 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 -9 1 -06 Control of Material ....................................................... ... 1-13 1 -07 Legal Relations and Responsibilities to the Public................. 1-16 1 -08 Prosecution and Progress ................................................. 1-20 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-27 DIVISION 2 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 .............................. 2-1 2-05 Spill Response ................................................................ 2-2 2-06 Subgrade Preparation...................................................... 2-2 2-07 Watering ....................................................................... 2-2 2-12 Construction Geosynthetic................................................ 2-4 DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-04 Storm Sewers ................................................................ 7-1 7-08 General Pipe Installation Requirements ..................I.......... . 7-2 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control .,... ......... ..... 8-1 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 ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 DIVISION 10 MEASUREMENT AND PAYMENT .............................. 10-1 TECHNICAL SPECIFICATIONS......................................................... A-1 PREVAILING WAGE RATES.............................................................. A-2 Armstrong Springs MCC & Generator/Swinford November 10, 2015 Project Number: 15-3012 The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 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 BY ADDING 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: Armstrong Springs MCC & Generator/Swinford 1 - 1 November 10, 2015 Project Number: 15-3012 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." 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 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"). Armstrong Springs MCC & Generator/Swinford 1 - 2 November 10, 2015 Project Number, 15-3012 II SECTION 1-02.2 IS DELETED AND REPLACED WITH TIME 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 BYADDING 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. 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 Armstrong Springs MCC & Generator/Swinford 1 - 3 November 10, 2015 Project Number: 15-3012 j 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 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 (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. Armstrong Springs MCC & Generator/Swinford 1 - 4 November 10, 2015 Project Number: 15-3012 SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION. THIS SECTION ONLYAPPLIES TO FEDERAL-AID CONTRACTS. I 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 I 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. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Armstrong Springs MCC & Generator/Swinford 1 - 5 November 10, 2015 Project Number: 15-3012 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 of the WSDOT Standard Specifications. 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. 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. Armstrong Springs MCC & Generator/Swinford 1 - 6 November 10, 2015 Project Number: 15-3012 i I 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 1-03.7 IS 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 S ITEMS: 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. Contract Plans 5. 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). Armstrong Springs MCC & Generator/Swinford 1 - 7 November 10, 2015 Project Number: 15-3012 SECTION '-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING /T 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. 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. The City has obtained all permits and approvals necessary for the Contractor's use of the site within the limits shown on the plans and specified herein. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use 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 Armstrong Springs MCC & Generator/Swinford 1 - 8 November 10, 2015 Project Number: 15-3012 i 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. 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. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 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 fails 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 Armstrong Springs MCC & Generator/swinford 1 - 9 November 10, 2015 Project Number: 15-3012 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. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. 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 notify the Engineer and request in writing that the 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. Armstrong Springs MCC & Generator/Swinford 1 - 10 November 10, 2015 Project Number: 15-3012 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. 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. Armstrong Springs MCC & Generator/Swinford 1 - 11 November 10, 2015 L. Project Number: 15-3012 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 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. Armstrong Springs MCC & Generator/Swinford 1 - 12 November 10, 2015 Project Number: 15-3012 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 1-05 IS 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. 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 /N ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing 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. Armstrong Springs MCC & Generator/Swinford 1 - 13 November 10, 2015 Project Number: 15-3012 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. Armstrong Springs MCC & Generator/Swinford 1 - 14 November 10, 2015 Project Number, 15-3012 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall 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. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Armstrong Springs MCC & Generator/Swinford 1 - 15 November 10, 2015 Project Number: 15-3012 Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 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. 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 Armstrong Springs MCC & Generator/Swinford 1 - 16 November 10, 2015 Project Number: 15-3012 i 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. 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). Armstrong Springs MCC & Generator/Swinford 1 - 17 November 10, 2015 Projoct Number: 15-3012 SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: None 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. 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 Armstrong Springs MCC & Generator/Swinford 1 - 18 November 10, 2015 Project Number: 15-3012 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. 17 IS 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 buried 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. 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. CenturyLink Comcast Victor Novelo Jerry Steele 253-372-5363 253-288-7532 206-380-1007 (cell) 206-391-1763 (cell) Armstrong Springs MCC & Generator/Swinford 1 - 19 November 10, 2015 Project Number: 15-3012 Puget Sound Energy Verizon Anita Yurovchak Brad Landis 253-476-6304 425-201-0901 253-381-6714 (cell) 425-766-1740 (cell) 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. 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. 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 five 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 promptly report in writing to the Engineer any conflict, error or 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: Armstrong Springs MCC & Generator/Swinford 1 - 20 November 10, 2015 Project Number, 15-3012 I 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. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 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. SECTION 7-08.4 /S 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 6:00 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 preconstruction conference or prior to the Contractor commencing work. Armstrong Springs MCC & Generator/Swinford 1 - 21 November 10, 2015 Project Number: 15-3012 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 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 6:00 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. 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 Armstrong Springs MCC & Generator/Swinford 1 - 22 November 10, 2015 Project Number: 15-3012 i I tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(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. 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 AND REPLACING WITH THE FOLLOWING: 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 Armstrong Springs MCC & Generator/Swinford 1 - 23 November 10, 2015 ', Project Number: 15-3012 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. 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. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: Armstrong Springs MCC & Generator/Swinford 1 - 24 November 10, 2015 Project Number, 15-3012 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 1-09.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.7 Mobilization Mobilization will be paid in accordance with Division 10 of these Kent Special Provisions. (See Technical Specifications tab.) SECTION 9-09.9 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: 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. Armstrong Springs MCC & Generator/Swinford 1 - 25 November 10, 2015 Project Number: 15-3012 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 9-09.13 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. Armstrong Springs MCC & Generator/Swinford 1 - 26 November 10, 2015 Project Number: 15-3012 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General i 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 BY ADDING 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 or206-382-4090 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 shall be considered incidental. SECTION 1-10.3 IS SUPPLEMENTED BY ADDING 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 devices, unless the contract provides for furnishing a specific temporary Armstrong Springs MCC & Generator/Swinford 1 - 27 November 10, 2015 Project Number: 15-3012 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 shall be considered incidental. Armstrong Springs MCC & Generator/Swinford 1 - 28 November 10, 2015 Project Number: 15-3012 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. 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 Armstrong Springs MCC & Generator/Swinford 2 - 1 November 10, 2015 ', Project Number: 15-3012 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, 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 1S 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. All compaction tests if required will be performed by the City. DIVISION 2 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTION: 2-05 SPILL RESPONSE 2-05.1 General The Contractor 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 Armstrong Springs MCC & Generator/Swinford 2 - 2 November 10, 2015 Project Number: 15-3012 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. 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. SECTION 2-06.5 IS SUPPLEMENTED BYADD/NG 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 This project is within the water service area of Covington Water District, not the City of Kent's. Should the Contractor select to obtain water from Covington Water District, then Contractor shall coordinate with and comply with all requirements of Covington Water District and pay all costs associated with the supply of water from Covington Water District. Armstrong Springs MCC & Generator/Swinford 2 - 3 November 10, 2015 Project Number: 15-3012 Should the Contractor choose to utilize City of Kent water then the following shall apply: 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. Contractor shall investigate the location of the nearest City of Kent hydrant and include all costs of transport of this water to the project site under other bid items in the proposal. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall be Mirafi Myscape or approved equal. Armstrong Springs MCC & Generator/Swin ford 2 - 4 November 10, 2015 Project Number: 15-3012 f i SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment All costs associated with furnishing and installing the geotextile fabric shall be included in other bid items included in the proposal i Armstrong Springs MCC & Generator/Swinford 2 - 5 November 10, 2015 Project Number: 15-3012 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BYADDING 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 lines, 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. 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 The 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. Armstrong Springs MCC & Generator/Swinford 4 - 1 November 10, 2015 Project Number: 15-3012 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 2 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. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING 4-04.5 Payment The Contractor shall include the costs of specified material in other bid items contained in the proposal. I Armstrong Springs MCC & Generator/Swinford 4 - 2 November 10, 2015 Project Number: 15-3012 DIVISION 7 - DRAINAGE STRUCTURES. STORM SEWERS. SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for the drain pipe for this project. Ductile Iron Pipe Class 50 (Unlined) ............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment All costs associated with the supply and installation of the culvert drain pipe shall be included in other bid items in the proposal. Armstrong Springs MCC & Generator/Swinford 7 - 1 November 10, 2015 Project Number: 15-3012 7-08 GENERAL PIPE INSTALLATIQN REQl11REMENTS SECTION 7-08.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.2 Materials The culvert pipe shall be Ductile Iron Class 52. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and 11 ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 SECTION 7-08,3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. Armstrong Springs MCC & Generator/Swinford 7 - 2 November 10, 2015 Project Number: 15-3012 In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING- 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to Armstrong Springs MCC & Generator/Swinford 7 - 3 November 10, 2015 Project Number: 15-3012 mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. I Armstrong Springs MCC & Generator/Swinford 7 - 4 November 10, 2015 Project Number: 15-3012 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 B-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 the plans 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 paid for under other bid items included in the proposal. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. Armstrong Springs MCC & Generator/Swinford 8 - 1 .November 10, 2015 Project Number: 15-3012 Duringthe construction period, no disturbance beyond the flagged P Y 99 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 SUPPLEMENTED BYADDING THE FOLLOWING; 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall 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. Name and contact info for Contractor's CESCL SECTION 5-01.3(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 4. Construction Stormwater General Permit — WA Department of Ecology Armstrong Springs MCC & Generator/Swinford 8 - 2 November 10, 2015 Project Number: 15-3012 j 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 other bid items included in the project. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION B-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 within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. No fertilizer shall be used. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Armstrong Springs MCC & Generator/Swinford 8 - 3 November 10, 2015 Project Number: 15-3012 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed cannot be placed in the tank more than 30 minutes prior to application. The seed shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. 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. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. Armstrong Springs MCC & Generator/Swinford 8 - 4 November 10, 2015 Project Number: 15-3012 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 hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded 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. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: Fertilizer shall not be used on this project. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-09.3(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. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. 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. In spreading straw mulch, the spreader shall not cut or Armstrong Springs MCC & Generator/Swinford 8 - 5 November 10, 2015 Project Number: 15-3012 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. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. 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. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING 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. Armstrong Springs MCC & Generator/Swinford 8 - 6 November 10, 2015 Project Number: 15-3012 SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING 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 BYADDING 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 BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. 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 processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. Armstrong Springs MCC & Generator/Swinford 8 - 7 November 10, 2015 Project Number: 15-3012 Payment for all other costs for work described in this Division 8 shall be included in other bid items shown in the proposal. Armstrong Springs MCC & Generator/Swinford 8 - 8 November 10, 2015 Project Number: 15-3012 DIVISION 9 - MATERIALS 9-03 AGGREGATES 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. SECTION 9-03.14(9) 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 Passina 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, Armstrong Springs MCC & Generator/Swinford 9 - 1 November 10, 2015 Project Number: 15-3012 * 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 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class I 1 Foundation Material Class I and Class 11 shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 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 9-03.21(1)D /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. Armstrong Springs MCC & Generator/Swinford 9 - 2 November 10, 2015 Project Number: 15-3012 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 consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.1 (1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 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 Armstrong Springs MCC & Generator/Swinford 9 - 3 November 10, 2015 Project Number: 15-3012 f SECTION 9-14.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% i (Pre-inoculated) Mix B (Landscaped Area Grass): Weight Seed Mix T" Min. °/o Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer No fertilizer shall be used on site. i I Armstrong Springs MCC & Generator/Swinford 9 - 4 November 10, 2015 Project Number: 15-3012 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; tree removal; 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 erosion and sedimentation control; gravel access driveway/road; disposal of excess material; control of water; landscaping; trenching; excavation; removal of unsuitable materials; select bedding; backfill; appurtenances; dewatering; furnishing and installing ecology blocks; furnishing and installing culvert/storm drainage pipe, ditch reshaping, and all other work necessary for a complete installation of all sitework 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 catwalk, generator inertia pad, 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, all metal work, ceilings, carpentry, roof, waterproofing, patching, repairing, and testing. Payment shall be lump sum. Armstrong Springs MCC & Generator/Swinford 10 - 1 November 10, 2015 Project Number: 15-3012 i 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. BID ITEM NO. 7000 — WATTLE See Section 8-01 .5 of the WSDOT Standard Specifications. BID ITEM 8000 — STRAW MULCH See Section 8-01 .5 of the Kent Special Provisions. Armstrong Springs MCC & Generator/Swinford 10 - 2 November 10, 2015 Project Number: 15-3012 10400 Identifying Devices I 16010 Electrical — Basin Requirements 16060 Electrical — Grounding and Bonding 16120 Conductors 16130 Conduits, Raceways, Boxes, and Fittings 16135 Electrical — Site Work 16140 Wiring Devices 16230 Engine Generator Set — Diesel 16410 Switches and Circuit Breakers 16411 Transfer Switches 16422 Motor Control Center (MCC) 16440 Panelboards 16500 Lighting 17000 Automatic Control Armstrong Springs MCC & Generator/Swinford A - 1 November 10, 2015 '.. Project Number: 15-3012 i 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 Sections 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 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,In i.wa,gov/TradesLicensing/Electrical/Install/defau It.asp 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. PART2- 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 2.02 EQUIPMENT SIGNS A. 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 5/1 6-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 SECTION 16010 ELECTRICAL— BASIC REQUIREMENTS PART1 -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 Sections 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.In i.wa.gov/TradesLice nsing/E lectrical/I nstall/defau lt.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 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 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." & The Contractor shall provide shop drawings on 111' 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 rates 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 jumpers, shielding and grounding termination details not shown on the 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. Service Entrance Disconnect b. Generator Disconnect c. Solid State Reduced Voltage Starters (SSRVS) d. Power Factor Correction Capacitors e. Automatic Transfer Switch I. Lighting Panelboard g. Circuit Breakers h. Conduit and Fittings I. Outlet and Junction Boxes j. Wire and Cables k. Switches and Receptacles I. Light Fixtures m. Underground Marking Tape n. Grounding Equipment o. Panel Components p. Engine Generator Set q. Generator Exhaust Piping and Fittings r. Pilot Devices s. Arc Flash, Protective Device, and Short Circuit Analysis I. Electrical Testing Results u. Other Electrical Components listed in this division and/or required by the Engineer. 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. Manufacturer: Hilti 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. i 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 r 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). 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. 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. 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. 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, 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 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 Sections 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.In i.wa.gov/TradesLicensi ng/Electrical/I nstal I/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 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. 4 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 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 proposed and existing 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 will shall consider all operating scenarios during normal conditions, alternate operations, emergency power conditions, and any other operations which could result in maximum are 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. 3.05 CONDUCTOR TEST REPORT Conductor Test Report Page 1 of 1 PROJECT: OWNER: I Contractor Co. Name: Phone Number: Tested by: Test Date: Race- v c Operating Load Voltage Insulation Resistance - OHMS way Label 1 2) 3) VAB VCB VCA VAN VBN VCN A-B B-C C-A A-G B-G C-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. 3.06 GROUND ELECTRODE RESISTANCE TEST REPORT Ground Electrode Resistance Test Report PRO ECT: 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 SECTION 16060 ELECTRICAL—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 Sections 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.In i.wa.gov/Trades Licens i ng/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: 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. 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 i 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 Sections 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.In i.wa.gov/TradesLice nsing/Electrical/Install/defau It.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 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 #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, 200'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. 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, Size#14 AWG and Larger, Individual Conductors or CC: a. As shown on the Plans for the control of motors or other equipment. Stranded Copper, Sizes#12 AWG and Larger: a. As shown on the plans for motors and other power circuits. 2. Fixture Wire: a. For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. K. Color Coding: it 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. 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: Splices in concrete pullboxes or below grade, 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 160 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. 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 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 Sections 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.In i.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) I 5. National Electrical Manufacturers Association (NEMA) 6. Electrical Testing Laboratories (ETL) 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 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 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. Ceiling hangers shall be adjustable galvanized carbon steel rod 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 aluminum, stainless steel, or fiberglass. 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. 2.07 OUTLET AND JUNCTION 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. 2.08 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 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 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 one (1) inch and larger 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. 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 f 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 SECTION 16135 ELECTRICAL- 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 Sections 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.In i.wa.gov/Trades Licensing/Electrical/Install/defau lt.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: 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. 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 telephone 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. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 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. 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 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 Sections 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,In i.wa.gov/Trades Licens i ng/Electrical/I nstal I/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. 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, ILL 20, and NEMA WDi standards. Line Voltage Switches shall be Leviton, 1201 LHI, or equal. 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 WDi, 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 projecting beyond the 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: 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 i 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 Sections 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,In i.wa,gov/Trades Lice nsing/Electrical/I nstal I/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) 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) 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 1 prototype 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 d. UL2200. The generator set shall be listed to UL2200 or submit to an independent third party certification process to verify compliance as installed. 1. The control system for the generator set shall comply with the following requirements. a. CSA C22.2, No. 14— M91 Industrial Control Equipment. b. EN50082-2, 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: j 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: 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, 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: 1. Engine make 2. Number of cylinders 3. Bore (in inches) 4. Stroke (in inches) 5. Generator make and type 6. Generator electrical rating, kVA 7. Cubic inch displacement Fuel oil consumption 8. Exciter and type 9. Horsepower at rated load 10. 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. 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 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 150 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— 150 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 altitude 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. 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. 1. 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. J. 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 120 VAC, 20 A circuit. L. The complete generator set shall be rated per ISO8528 at 150 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 ISO8528 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. 2.05 COMPONENTS A. Engine: 1. The engine shall be a turbocharged, four-cycle, 6.7 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 251 psi for operating at the standby 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 ISO3046 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, IEC60034-1, EN61000-6, NEMA MG-1.22 E. Voltage Regulator: 1. The fully sealed automatic voltage regulator shall maintain the voltage within the limits of ±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. 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. I- 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-Condensation Heaters: 1. 120VAC 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 vertical discharge, cooling system designed to provide 40°C ambient capability. The package mounted, cooling system shall be complete with radiator, blower fan, fan drive, drive guard, belt guards and shall ship from 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 120-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 UIL 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: I. 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 120 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. N. Start/Stop Connections: 1. One two-wire set of remote start connection terminals shall be provided. 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 tube system shall come complete with spin-on tube oil filters, tube oil cooler, crankcase breather with collection assembly, and tube 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. O. 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. 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, 4B-5B. 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. i. Water Soak, per ASTM D2247-92, 1000+ hours. 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 enclosure through a rain collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. 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. i. Sub base tank fueling shall be done from outside the footprint of the sound attenuated enclosure j. The enclosure shall be insulated with non-hydroscopic materials. 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: 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 dimensions larger than 143" Length x 68"Width x 38" 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: 850 useable gallons. 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. 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. 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. 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. The tank shall be sized for a minimum of 850 gallons. 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. e. Emergency vents shall terminate outside of the weather housing. L Leak detection provisions, wired to the generator set control for local 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. 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 lines 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 i. 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 f I' I. Cycle cranking with 3 adjustable time crank/rest periods m. Battery charger, frame or set mounted UL Listed, Constant Voltage 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 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 (°F) 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) d. Generator trouble e. 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. 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 is 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. 5. 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. 7. Power Supply: Battery charger shall operate using 120 VAC, 20 Amp power supply. 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. 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, 413-513. 4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds. 5. Salt Spray, per ASTM 13117-90, 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, Lovell 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, 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 begin 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 facility load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon 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 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 project. B. Related Sections 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 296-466 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.In i.wa.gov/TradesLice nsing/Electrical/I nstal I/defau lt.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. 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. i 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. 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 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 Sections 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.in i.wa.gov/Trades Licens i ng/Electrical/Install/defau lt.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. Automatic Transfer Switches: 1. Cummins, model number OTPC, no substitutions. 2.02 AUTOMATIC TRANSFER SWITCHES A. The transfer switch shall be UL listed. B. The transfer switch shall be shall be NEMA 1 rated with steel enclosure and equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3-phase. C. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all classes of load and continuous inductive duty. D. 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. E. 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. F. 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. G. 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. H. 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%; 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 potions 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, 4) Utility Power Not Available. 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. 3. Load and position indication which shall be selectable. 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. Wall-mounted. 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 SECTION 16422 MOTOR CONTROL CENTER (MCC) PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Motor starters. 2. Motor control center panel components. B. Related Sections 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.gov/Trades Licens i ng/Electrical/Install/default.asp 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. 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. Motor Control Center: 1. All submitted MCC components shall be of the same manufacturer as the existing motor control centers (Eaton F10 Unitrol Vintage) in which they are being installed, no substitutions. All necessary components and mounting hardware necessary to install manufactured units into existing motor control center shall be provided. 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 units shall not have overall dimensions larger than shown on the Plans. C. The equipment enclosure shall be NEMA Type 1A with gasketing unless noted otherwise on the Plans. Gasketing shall be closed cell neoprene material. D. 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. E. 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. 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. 4. 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. 5. 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. 6. 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. 7. 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 starter coil: Size 1 — extra 40VA, Size 2 — extra 40VA, Size 3 — extra 125VA, Size 4—extra 1 BOVA, Size 5—extra 200 VA. F. 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 i aluminized face. The meters shall have a six-digit non-reset register with the last digit indicating tenths of an hour. G. 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-test, 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. H. Selector Switches: - 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. I. Relays: j 1. Contacts and relays shall be NEMA rated and UL recognized. 2. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amp; (over 200,000 operations at 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. J. 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 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. 6. If the manufacturer is unable to fit the power factor correction capacitors in the existing motor control center the capacitors shall be housed in a manufactured NEMA 1 enclosure suitable for surface mounting. K. 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. L. 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. M. 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. N. Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. O. 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 VIDE. 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. 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 Eaton S811+, no substitutions. Obsolete or phased out versions of this unit will not be allowed. B. 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, 1/0 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. 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 i. 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 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 j 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. 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 480V: 1400V 8) 200 to 600V: 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, and commissioning of all MCC components. END OF SECTION 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 Sections 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.In i.wa.gov/Trades Licensi ng/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. b. Provide Manufacturers certification that bus bracing is capable of withstanding the specified short circuit condition. 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 i 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. 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 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, and lighting control. B. Related Sections 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/Trades Licens i ng/Electrical/Instal I/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. PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Light Fixtures: 1. As shown on Light Fixture Schedule on Plans. Equals will be accepted. B. Lamps shall be LED. 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. B. All fixture component parts shall be manufactured and/or assembled at the manufacturing plant prior to shipment. 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. 2.03 LAMPS A. Provide all lamps as specified. Refer to the Plans for the ordering information on lamps. 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. B. Arrangement: 1. Square and rectangular fixtures shall be mounted with sides parallel to building lines and parallel with ceiling lines. 3.02 WARRANTIES A. Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. END OF SECTION 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 signalization terminating in the existing telemetry panel and for startup and field testing. Control hardware equipment and modifications shall be provided by the Contractor as shown on the Plans. END OF SECTION j_ I Armstrong Springs MCC & Generator/Swinford A - 2 November 10, 2015 Project Number: 15-3012 Page 1 of 17 I i 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: 12/01/2015 Count Trade Job Classification Wa a IHoliday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M ,King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F i King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) +King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Car ep nters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C ,King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers Ft Tenders Diver $107.22 5D 4C 8A + 'King Divers Ft Tenders Diver On Standby $64.42 5D 4C King Divers & Tenders Diver Tender $58.33 5D 4C King Divers & Tenders Surface Rcv @ Rov Operator $58.33 5D 4C King Divers Ft Tenders Surface Rcv @ Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F Page 2 of 17 'King Dre&LeWorkers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 SD 3F King D erer dge Workers Oiler $56.00 5D 3F King Dr4watlApplicator Journey Level $54.02 5D 1H King Drywalt Tapers Journey Level $54.07 5P 1 E King Electrical Fixture Maintenance Journey Level $26.59 5L 1E Workers King Electricians - Inside Cable Splicer $66.761 7C I 4E King Electricians -Inside Cable Splicer (tunnel) $71.671 7C I 4E King ;Electricians - Inside Certified Welder $64.54 7C 4E King ;Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King (Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King 'Electricians - Motor Shop Journey Level $14.691 1 King !Electricians - Powerline Cable Splicer $69.95 5A 4D (Construction King Electricians - Powerline Certified Line Welder $63.97 SA 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A ;King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 =King Ejaggers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.16 7L 1Y King Heat Et Frost Insulators And Journeyman $63.18 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $72.83 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $56.78 58 1K King Inland Boatmen Cook $53.30 5B 1K h}}nc• //Fn r}rocc nro nnv/Ini/ nr�nnlnnliin/r.rvVBl�nnlnnl. .. -�. I I /n inn 1 c Page 3of17 King Inland Boatmen Deckhand $53.30 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems BV Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer 8: Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King :Inspection/Cleaning/Seating Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Tv Truck Operator $20.45 1 Of Sewer Et Water Systems BV Remote Control King insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.261 7A 31 King Laborers Brick Pavers $43.95 7A 31 !!King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper-paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 ;King Laborers Change House Or Dry Shack $43.95 7A 31 -King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.951 7A 31 King Laborers Concrete Placement Crew $44.761 7A 31 King Laborers $44.76 7A I 11 Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 King laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et $43.95 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.951 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller & Bucker Chain Saw $44.76 7A 31 King ;Laborers Fine Graders $43.95 7A 31 King ;Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.95 7A 31 King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker 8 Transit $45.32 7A 31 Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.951 7A 31 King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) King Laborers High Scaler $45.32 7A 31 King- Laborers Jackhammer $44.76 7A 31 ----- -- - - King La or rs Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 King (Laborers Nozzleman (concrete Pump, $44.76 7A 31 Green Cutter When Using Combination Of High Pressure Air Ft Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 hi-fns-//fnrtresc_wa_nnv/Ini/wanelnnkiin/nrvWanalnnlirnacny 11 /Q/)R11; Page 5 of 17 King Laborers Pilot Car $37.26 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.951 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper is Similar Electric, Air $44.76 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple 8 Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer a Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R 'King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.761 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 8�C Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Worker 54.01-60.00 psi Page 6 of 17 King Laborers Tunnel Work-Compressed Air $90.82 7A 31 Worker 60.01-64.00 psi King ,Laborers Tunnel Work-Compressed Air $95.92 7A 31 _ Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 _ Worker 70.01.72.00 psi King iLaborers Tunnel Work-Compressed Air $101.821 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 Tender King_ Laborers Tunnel Work-Miner $45.42 7A 3I 84 King Laborers Vibrator $44.76 7A 31 King ;Laborers Vinyl Seamer $43.951 7A 31 King Laborers lWatchman $33.86 7A 31 King Laborers lWelder $44.76 7A 31 King Laborers lWelt Point Laborer $44.76 7A 31 King Laborers lWindow Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer & Topman $43.95 7A 31 Ee Wa er King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers _ King Lathers Journey Level $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (in Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shopj Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $55.52 SD 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Bui[dings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King IPile Driver Journey Level $54.27 5D 4C King jPlasterers Journey Level $51.68 1R httnc'//enri-raec XAia nMi/Ini/XAlAnolnnleiin/nrv\AIanolnnLiin acne I /a/1)ni E:z Page 7 of 17 King Playground a Park Equipment Journey Level $9.47 1 Installers King Plumbers a Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M lKing Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P 7 King lPower Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators $56.00 7A 3C 8P Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King P ewer E ument dperators Crusher $56.44 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P s King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P 'r Or Crane Mount King Rower Equipment dperators Drilling Machine $57.51 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments King Rower Eguiment dperators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tait End Dump $56.94 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards 'King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P Nk King Power Equipment dperators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Rower Equipment Operators Locomotives, All $56.44 7A 3C 8P King Power Equipment dperators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P httns://fnrtresS.wa.nnv/Ini/wanelnnkun/nrvWanelnnkirn_agnx 11 /q/gnl Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Eguil2ment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power EquiDment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution 8 Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P ti Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power E ui ment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P : 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment 'King Power Equipment 0 erp ators Rigger And Bellman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P I' (Certified) King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P er Equipment O King Powperators Shotcrete/gunite Equipment $53.57 7A 3C 8P King lPower Equipment Operators $56.00 7A 3C 8P Page 10 of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P '. Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P King Power Equipment Operators Spreader, Topsider & $56.94 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P through 250' in height, base to boom _ King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P height from base to boom King Power Eauipment Operators Transporters, All Track Or $56.94 7A 3C 8P r Truck Type King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C ( 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Underground Sewer & Water King Power Equi ment Operators- Batch Plant Operator, $56.44 7A 3C 8P Underground Sewer & Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P Underground Sewer & Water Equipment King I Power Equipment Operators- Brooms $53.57 7A 3C 8P Under rp ound Sewer & Water hffnc-//fnri-reccwa_nnv/Ini/wanpinnkiin/nrvVU/anpinnkiinacnx 11 /QI?nlr. Page 11 of 17 King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer a Water King Power Etc uipment Operators Chipper $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Compressor $53.57 7A 3C 813 Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer a Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer a Water With Boom Attachment Up To 42 m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P i Underground Sewer a Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P s Underground Sewer a Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer a Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer a Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer a Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer a Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 813 Underground Sewer 8:Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer a Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer a Water Page 17Of17 King Power Eguipment Operqtors- Dozers D-9 Et Under $56.00 7A 3C 8P �_rround Sewer Et Water King Drill Oilers: Auger Type, Truck $56.00 7A 8P —Underground Sewer Et Water Or Crane Mount Undergmund Sewer 8: Water UnderRround Sewer 8: Water Permanent And Shaft Type King Power EaLlipment operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Equipment King Power Equipment ODerators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P With Attachments Underground Sewer Et Water With Attachments King Power Eguipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc 4— Underground Sewer Et Water I King Power EaqjnMfnL�Q� Hard Tait End Dump $56.94 7A 3C 8P Underground Sewer &Water Articulating Off- Road Equipment 45 Yards. Et Over 'King Power Equipment Operators- Hard Tait End Dump $56.44 7A 3C 8P Underground Sewer a: Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontat/directional Drill $56.00 7A 3C 8P Underground Sewer Et Water Locator King Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydratifts/boorn Trucks, 10 $53.57 7A 3C 8P Underground Sewer Ft Water Tons And Under King Power EQuipment ODerators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Undergro 6: Water Over King !,Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P "Underground Sewer 8: Water But Not Including 8 Yards King Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Et Water King :Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P 'Underground Sewer Et Water King Power Equipment Optrators- Locomotives, All '[Underground Sewer Et Water King 'Power Equipment Operators- Material Transfer Device $56.44 ZA LC 8P Unde�ground Sewer Ft Water King ag�y��� Mechanics, All (LeadFmen 1717.51 7A 3C 8P Underg ound Sewer Et Water $0.50 Per Hour Over hffns.//Fnrfnenn xxa oox/|ni/m/;;oe|nnk|m/nni\Nanp|nnk/ maqny Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer & Water King Power EquuiQment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P '! Underground Sewer &Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P f Underground Sewer a Water Distribution a Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer &Water Tons And Over I King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer a Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer a Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P Underground Sewer a Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P '! Underground Sewer a Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P I' Underground Sewer a Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer & Water King $56.44 7A 3C 8P Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer &t Water All _ King !Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer Ee Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P _ Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C SIP Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer & Eater King Power Ecuipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Fower Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8Pi' Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer rt Water King Power Eouioment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water httns://fortress.wa.nnv/Ini/wanelnr)kun/r)rvWanelnnkun_asnx 11 /q/gn1 S Page 15 of 17 8P King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.82 SA 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.64 5D 4C Applicators King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.30 71. 1H lKing Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Journey Level $34.69 1 Tefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $42.881 5A I 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection King Residential Stone Masons Journey Level $52.82 5A 1M ;King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.171 1 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1 H King Shipbuilding Et Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $40.16 7T 4B _ I -I-...- ,._._ .1I,---'--I_...- Page 16 of 17 King Shipbuilding Et Ship Repair Heat Ft Frost Insulator $63.18 5.1 15 King Shipbuilding Et Ship Repair Laborer $40.19 7T 4B King Shipbuilding & Ship Repair Machinist $40.47 7Tr King Shipbuilding Et Ship Re air Operator $40.11 7TKing Shipbuilding&- ShipRepair Painter $40.16 7TKing Shipbuilding SShip Repair Pipefitter $40.11 7TKing Shi buildin: Et Shi Re air Rigger $40.19 7TKing Shipbuilding & Ship Regain Sheet Metal $40.14 7T King Shipbuilding & Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding a Ship Repair Trucker $40.03 7T 4B King Shipbuilding 0 Ship Repair Warehouse $40.08 7T 4B King Shipbuilding Et Ship Repair Wetder/Burner $40.19 7T 4B ('King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et installers Sign Maker $21.36 1 (Electrical} King Sign Makers a Installers (Non- Sign Installer $27.28 1 Electrical} King SiRn Makers Es Installers (Non- Sign Maker $33.25 1 Electrical} King lSoft Floor Lavers Journey Level $42.88 5A 3D King ISoLar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X ',Protection} King !Stage Rigging Mechanics (Non Journey Level $13.23 1 (Structural) King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 (Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chairman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 ,Technicians King Tetephone Line Construction - Cable Splicer $37.60 P5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 2B OutsideKing Telephone Line Construction - Special AparatusInstaller1 $37.60 2B 'Outs: e King Telephone Line Construction - Special Apparatus Installer & $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B Outside Operator (Light) httos://fortress.wa.aov/Ini/wacielookuD/DrvWacielookLin.a--nx 11 /9/2015 Page 17 of 17 King TeteDhone Line Construction - Telephone Lineperson $34.93 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside _ King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble &Terrazzo Finisher $38.29 5A 1B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1K rKing Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Ft Trailer $49.85 51) 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers a Irrigation PumR Oiler $12.97 1 Installers King Well Drillers Ft Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key— Effective 9/2/2015 thru 3/1/2016 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On pubfic works projects,the hourly rate must be not less than the prevailing rate of wage trims the hourly rate of the cost of fringe benefits actually provided for the worker. - 1. ALL HOURS WORKED 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SIIALL BE PAID AT ONE AND ONE-HALF TIMES TIIE HOURLY RAIL 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 mud one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10) hours worked on Saturdays and the first ten(10) hours worked on a fifth calendar weekday in a four-ten hour schedule; shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid atone and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage, K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1. O. The first ten (10) horns worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten (10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage., S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)horns Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday, the day before Saturday,Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all horns worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-timo rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. 2 Benefit Code Key— Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid attwo times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hom ly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double _ the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage_ On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thou Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE.OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10)hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shin The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 3 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3. F. All horns worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the,job is down due to weather conditions during a five day work week(Monday through Friday,) or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hom-s worked Monday through Saturday over twelve(12)horns and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty (40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay, unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday,the first twelve (12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double(he hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations,generating plants,industrial plants, associated installations and substations,except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten(10)hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half tunes the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thin Thursday or Tuesday flim Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week, and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the fast eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All heti s 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. Holidav Codes 5. A. Holidays: Now Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday, after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,independence Day, Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). T. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Year's Day, Memorial Day, independence Day, Thanksgiving Day, Friday after'Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 5. Q. Paid IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6)_ i R. Paid IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7)_ T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) 7. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). Holidav Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day,Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). - H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day, 'Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. if a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: Now Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 6 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, hndependence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after'Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after 'Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, '_Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8), Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Marton Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day,the Last Work Day before Christmas Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on. a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New. Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7, N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Iolidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be '.. observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day,the Day after Christmas, and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation ', shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes S. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or �i more: Over 50' To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$A.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price I D. Workers working with supplied air on hazmat projects receive an additional 51.00 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 baunat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C &D: $0.50. Note Codes Continued 8 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: 50.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.007 And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. These classifications are only effective on or after August 31,2012. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, .and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, er Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows —Class A Suit: $2.00, Class B Suit: $1.50,And Class C Suit: 51.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 9