Loading...
HomeMy WebLinkAboutPW18-095 - Original - HCI Industrial & Marine Coatings, Inc. - Cambridge Reservoir Recoating - 03/06/2018 e rn le- Records Ma,", r�� KENT / WASH OT 0 It Document ' 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, pilease contact City Clerk's Office.. Vendor Name: FICI Industrial & Marine Coatings, Inc. Vendor Number: .JD Edwards Number Contract Number: I?vv i This is assigned by City Clerk's Office Project Name: Cambridge Reservoir Recoating and Fall Protection Improvements Description: F1 Interlocal Agreement ® Change Order El Amendment x Contract 0 Other: Contract affective Date: mate of the Mayor's signature Termination Date: 125wprkingdays Contract Renewal Notice (Days): Dumber of days required notice for termination or renewal or amendment Contract tanager Mike Almaroof Department: PW Operations Contract Amount: 1,334,850.00 Approval Authority: f Department Director ❑ mayor X City Council Detail: (i.e. address, location, parcel number, tax id, etc.) Removal of mill scale, reservoir interior and exterior preparation and recoa'ting, welding, .. __. platform and catwalk extension, antenna relocation, electrical, and instrumentation. As of: 08/27/14 ...................--111- "WAM-, P .......... .......... .......... We ... .......... ........... WERE', 21;V ..............I ................. ............ .......... ............ F//O/ g, ............ ............ ............ ............ ............ ............ WO ................. R M, g/g/g/m/ AMS/1 lao" , 'WO M....... "115,"""'1 SIX- .......... jr, .......... FOR I NDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Technical Specifications Section 6 Kent Standard Plans Section 7 Existing Exterior Coating RCRA 8 Metal Test Report Section 8 Record Drawings Section 9 Sample Project Sign Section 10 Prevailing Wage Rates KING COUNTY, WASHINGTON I ONS FOR Cambridge Reservoir Recoating and Fall Protection Improvements - REBID #2- .. Number: ect BIDS ACCEPTED UNTIL BID OPENING February 13,, 2018 Februaryr 2018 1 DELIVER TO CITY OF KENT, CITY 220 4th Avenue S., Kent, WA 98032-5895 ea, TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 111140�41111 1/22/2018 400 Except Speifi ati� is��a1 BIDDER'S NAME HC1 Industrial & Marine Coatincs CITY OF KENT KING COUNTY, WASHIN TO IE T SPECIAL PROVISIONS FOR Cambridge Reservoir Recoating and Fall Protection Improvements -REBID # 2- BIDS ACCEPTED UNTIL BID OPENING February 13, 20118 February3, 2018 A.M. 11:0 DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P'.E. PUBLIC WORKS DIRECTOR 4^% I E T W A. 5 1-4 1 NGTO.. N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Technical Specifications Kent Standard Plans Existing Exterior Coating RCRA 8 Metal Test Report Record Drawings Sample Project Sign Prevailing Wage Rates ORDER OF CONTENTS FOR BID PACKAGE 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 (to be completed AFTER COMPLETION) Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form: Non-Collusion, Minimum Wage Change Order Bidder's Checklist INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through February 13, 2018 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: Cambridge Reservoir Recoating and Fall Protection Improvements -REBID #2- Project Number: W20058 The project consists of removal of mill scale, reservoir interior and exterior preparation and recoating, welding, platform and catwalk extension, antenna relocation, electrical, instrumentation, and other work all in accordance with the Contract Plans, Kent Special Provisions, and the WSDOT Standard Specifications. The City will make the site accessible to Contractors interested on bidding the project on February 6, 2018 from 10:00 am to noon. Climbing the reservoir will not be permitted. City staff will be present only to provide access to the site and vault; not to answer questions or provide information. The property address is 3301 S 264 th Street, Kent Washington, 98032. The Engineer's estimated range for this project is approximately $1,300,000 to 1,500,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please email Mike Almaroof at malmaroof(a)kentwa.gov or call 253-856-5627. 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 9,8032-5895. 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. Paper 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.gov I doing- business/bids-procure ent. 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 must be included with the bid. 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, Dated this 22Id day of January, 2017. BY: 4r Kimberley A,.Vmoto, City Clerk Published in Daily Journal of Commerce on January 30 and February 6, 2016 I i CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date February 12, 2018 This statement relates to a proposed contract with the City of Kent named Cambridge Reservoir Recoating and Fall Protection Improvements -REBID #2- Project Number: W2005,8 I am the undersigned bidder or prospective contractor. I represent that - XXX I 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. HCI Industrial & Marine Coatings NAME OF BIDDER B S ATU RE/TITLE 0 Box 1 573 Brush Prairie, ra irie, WA 98606 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Cambridge Reservoir Recoating REBID #2/Almaroof I January 22, 2018 Project Number: W20058 r 9.01ECLARATION "A 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. 1 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 afire to f Ifill the five requirements referenced above. e, By: HCI industrial&Marine Coatrigs, Inc. 4612 NE Minnehaha St. /1,o eph R. Cornelius Vancouver,WA 9W61 For: P.O.Box 1573 ice President Brush Prpirie,WA 9 Title: 8M Date: February 12, 2018 Cambridge Reservoir Recoating REBID #2/Almaroof 2 January 22, 2018 Project Number: W20058 .ani ,agnosao ofteM a isi*ubni i3m -is rrtsil9nniM 361 StBA t88g$AW.iwmneV Ever xo8.O.q ame Aw.enimq daui8 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. Cambridge Reservoir Recoating REBID #2/Almaroof 3 January 22, 2018 Project Number: W20058 CITE' OF KENT EQUAL EMPLOYMENT TU IT`S'' COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of HCl Industrial & Marine Coatings Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Cambridge Reservoir Recoating and (Fall Protection Improvements — REBID #2/Project /e 1-Jr° Number: W20058 that was entered into on the Date Februa 2018 between the firm I represent and the City of Kent. - //4 I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By + For; FPresident ornelius Title: Date: February 12, 2018 CamMdge Reservoir Recoating REBID #2JAimaroof 4 January 22, 2018 Project Number: W20058 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that HCI Industrial &Marine Coatings has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Cambridge Reservoir Recoating and Fall Protection Improvements — REBID #2/Project Number: W20OSS 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, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Cambridge Reservoir Recoating REBID #2/Almaroof 5 January 22, 2018 Project Number: W20058 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY —PRICE AMOUNT 1000 1-04.4(1) 1 Minor Changes $25,000.00* $25,000.00 WSDOT CALC Per CALL *Common price to all bidders 1005 8-01.5 1 Temporary Erosion/Water $5,000.00- $5,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders 1010 1-07,15(1) 1 SPCC PlIan $A5bti- $ KSP LUMP SUM Per LS 1015 8-30.5 1 Project Sign $ $ WSDOT EACH Per EA 1020 Technical 1 Mobilization and $6-0,000.&b $ 060-C-3 a Specification 01505 LUMP SUM Demobilization Per LS 1025 Technical 1 Structural Modification $15 tl'i-1-44 T (Nt Specification 05500 LUMP SUM Per LS 1030 Technical 1 Safety Modifications ta� Specification 05500 LUMP SUM Per LS 1035 Technical 1 Appurtenances $3 $31115-6c!)-cbxn Specification 05500 LUMP SUM Per LS 1040 Technical 8,000 Removal of Mill Scale $ /.00 $ 810W .00 Specification 05500 SQ FT Per SF 1045 Technical 1 Reservoir Exterior Preparation $ 0,0:30 Oz�) Specification 09970 LUMP SUM and Recoating Per LS Cambridge Reservoir Recoating REBID #2/Almaroof 6 January 22, 2018 Project Number: W20058 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT OL3 01 coo"z 0 1050 Technical 1 Reservoir Interior Preparation Specification 09970 LUMP SUM and Recoadng Per LS 1055 Technical 1 Reservoir Containment $1 '6'ew"o $ JJ2)'600 Specification 09970 LUMP SUM Per LS 1060 Technical 1 Electrical, Telemetry, and Specification 16060 LUMP SUM Instrumentation Per LS 1065 Technical 1 Site Restoration $ 7 co-d $ WC66' Specification 02950 LUMP SUM Per LS Cr- Sub Total $ t ,AM,D C6 C5 4n o 3? 10.0% WA State Sales Tax $ \ DA I,S50, 00 Total Bid $ 13 LAG 00 HCI Industrial&Marine Coafings, Inc. 4612 NE Mir nehaha St. Vancouver,WA 98661 P.O.Box 1673 Brush Prairie,WA 9M Cambridge Reservoir Recoating REBID #2/Almaroof 7 January 22, 2018 Project Number: W20058 - you"�'•L� ..� r:i+'. v "tl�+,r�_, r. 3 .. • •^),.�,1'Y ( r' •lam 1 1 .onl ,agnitsoD snheM A Isiiiaubnl IOM .ta sdsd9nmM 3w S o t8M AW isvuosnsV ZTaI x09 O.q M88 AW,anlsr9 NautB CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "'None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Cambridge Reservoir Recoating and Fall Protection Improvements - REBID #2 Project Number: W2,0058 Subcontractor Name Item Numbers Subcontractor Name C Item Numbers 45 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Cambridge Reservoir Recoating REBID # JA aroof 8 January 22, 2018 Project Number: W20058 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: HCI Industrial &Marine Coatings Project Name: 'Cambridge Reservoir Recoatincl and Fall Protection Improvements - REBID #2 Project Number: W20058 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: HCI INDUSTRIAL &MARINE COATINGS INC, HCI INDUSTRIAL& MARINE COATINGS INC. Plumbing Subcontractor Name: Electrical Subcontractor Name: February 12, 2018 g ature'of Bidde—r Date Cambridge Reservoir Recoating REBID #2/Almaroof 9 3anuary 22, 2018 Project Number. W20058 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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. Cambridge Reservoir Recoating REBID#2/Almaroof 10 January 22, 2018 Project Number; W20058 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: HCI Industrial &Marine Coatings NAME: Joseph R. Cornelius ADDRESS: PO Box 1573 Brush Prairie, WA 98606 PRINCIPAL OFFICE: HCI Industrial & Marine Coatings ADDRESS: 4612 NE Minnehaha St Vancouver, WA 98661 PHONE: 360-260-9250 FAX: 360-260-0096 STATUTORY REQUIREMENTS - Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate, of registration in compliance with chapter 18,27 RCW- W11"VeloxA9. 1.2 Provide your current state unified business identifier number., 40.7- zy'ry, 816 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. Scs Arr-me,44o Cambridge Reservoir Recoating REBID #2/Aimaroof 11 January 22, 2018 Project Number: W20058 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). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 13 2.2 How many years has your organization been in business under its 13 present business name? 2.2.1 Under what other or former names has your organization operated? NONE 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: January 5th 2015 2.3.2 State of incorporation: Washington 2.3.3 President's name: Kim J Hasselbalch 2.3.4 Vice-president's name(s): Joseph R Cornelius 2.3.5 Secretary's name: Thomas R.Tapscott 2.3.6 Treasurer's name: Thomas R.Tapscott 2.4 If your organization is a partnership, answer the following: Not Applicable 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: Not Applicable 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: N/A Cambridge Reservoir Recoating REBID #2/Almaroof 12 ]anuary 22, 2018 Project Number: W20058 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed, WA, OR, ur, ID, MT 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces, Industrial &Marine Coatings 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? NO 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? Yes 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.) NO 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, See Attached 4.4.1 State total worth of work in.progress and under contract: 1.7 Million 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 erformed with your own forces. Attached 4.5.1 State average annual amount of construction work performed during the past five years: 5 Million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached 4.7 On a separate sheet, list your major equipment. See Attached List Cambridge Reservoor Recoating REBID #2/AVmaroof 13 January 22, 2018 Project Number: W20058 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 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. 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? Cambridge Reservoir Recoating REBID #2/Almaroof 14 January 22, 2018 Project Number: W20058 7. QUALIFICATIONS Following the Bid opening, upon City's request, the apparent low Bidder(s) must supply the requested information as identified herein within two (2) business days of request. The following supplemental Bidder responsibility criteria and requested supporting documentation are established for this Project. To be responsible, a Bidder must substantially meet the responsibility criteria established below: 7.1 GENERAL QUALIFICATION The Contractor shall have successfully completed at least five water reservoir projects of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. 7.1.1 REQUIRED DOCUMENTATION For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 7.2 PAINTER QUALIFICATION The Contractor or subcontractor performing the surface preparation and painting (shop and field) shall have successfully completed at least five water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. 7.2.1 REQUIRED DOCUMENTATION For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 7.3 WELDER QUALIFICATION The Contractor or subcontractor performing the welding shall have successfully completed at least three similar projects on water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the last 5 years. 7.3.1 REQUIRED DOCUMENTATION For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, reservoir capacity, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. Cambridge Reservoir Recoating REBID #2/Almaroof 15 January 22, 2018 Project Number: W20058 S. SIGNATURE 8.1 Dated at this 12th day of February 2018. Name of Organlz do HCl Ind trial & Marine Coatings By: Title: Vi e esident 8.2 Joseph R. Cirnelius, 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 me this -12th day of February 2018. Notary Public: My Commission Expires 23 June 420 Wlkl9IA Cambridge Reservoir Recoating, REBID #2/Almaroof 16 January 22,2018 Project Number: W20058 MARINE COAT H1A C I Incorporated 1-5-05 Physical Address: 4612 NE Minnehaha St. Vancouver, WA 98661 Mailing Address: PO Box 1573 Brush Prairie, WA 98606 PH: 360-260-9250 FX: 360-260-0096 vtwebsite: www.hci-coatings.com Email: insurance & Bonding Agent: kim@hci-coatin;gs.com Durham & Bates Insurance Brokers and Agents randy@�hcl-coatings.com 720 SW Washington Street, Suite 250 Portland, OR 97205 tomhci-coatings.com Tel 503.241.9220 Fax 503.339.0320 dianeh@hci-coatings.com Patrick Goodman Patrickg@dbates.com chris@hci-coatins.com Mike Davis Miked@dbates.com matthci-coatings.com L&I#078,147-00 LIBI # 602 459 864 Fed ID#20-2100266 D&B# 18-484-4681 WA Employ Security#290 184 00 9 Oregon Pub Works Bond # 105830055 (BOLT) ORCCB# 163125 WA Contractors License# HCIINIC956CZ Idaho# RCE--11.8 Utah# 6027775-0143 Montana# 154959 Officers: Kim: 503-209-3613 (President) Km Hasselbalch Randy: 503-209-3614 22916 DIET 176th Ave. Tom: 503-209-3615 Battle Ground,WA 98604 Chris Tufts: 206-355-4041 Matt Clinkscales: 503-396-7688 (vice President) Joseph Cornelius Joe Bishop: 503-209-0956 15421 NE 249xh St. Chuck Lacrosse: 206-832-6792 Battle Ground,WA 98604 Foo Foong: 503-209-972 (Secretary) Thomas Tapscott. 4402 NE 105th St. Vancouver,WA 98686 Bank Reference: Wells Fargo PH: 360-619-7302 700 Washington St Suite 500 FX: 866-813-8474 Vancouver, WA 98660 Heeiin.Jung@WellsFargo.com Heejin Jung r r 3 w SrAIE OF WASHINGION Department of Labor& Industries Certificate of Workers' Compensation Coverage September 1, 2017 WA UBI No. 6,02459864 L&I Account ID 7814700 Legal Business Name HCI INDUSTRIAL& MARINE COATINGS INC Doing Business As HCI INDUSTRIAL& MARINE CQATIN Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 2 of Year 2017 7 to 10 (See Description Below) Workers" Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. HCIINIC956CZ License Expirationt1 % 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 RCS,+ 51.1 2.050 and 51.16.190). Business Profile HCI INDUSTRIAL & MARINE 290184-00-9 Federal Identification Number: 20-2100266 Unified Business Identifier: 602-459-864-000 Mailing address: HCI INDUSTRIAL&MARINE COATINGS INC PO BOX 1573 BRUSH PRAIRIE WA 98606-0048 Principal business location: 4612 NE MINNEHAHA ST VANCOUVER WA 98661-1841 Business structure: Corporation Business classification: Taxable Business activity: PAINTING,SAN DBLASTING,LEAD ABATEMENT SPE To report changes to this business, use the Business Change Form. If you have any questions regarding this information, contact your District Tax Office (DTO) at 855-829- 9243 or OlyrnpiaAMC@esd.wa.gov. Note: The data above is current as of 09/0,1/2017. � fair vtt mtf'' '"'7TM'cnnw�Nf D ^M'�rw= rrrks^r, my+e^"rrvr�u�,Ar umn�nprN yl rmurnr➢w is ,mmP,�?�e�`�?n"un�'^^mn�nresr�^ H �r ��nzr nuC' x�p„ Nr��f`TMv+'�"NW^ nVv9+m,rsp a¢w*wr�e r�rlA sYPm':,Na'r� f rr„.ri+( � wt ate, BUSINESS LICENSE STATE OF WASHINGTON Unified Business ID#: 602459864 Corporation Business ILA#: 001 w Location: 0001 9.; HCI INDUSTRIAL & MARINE COATINGS, INC. Expires: Jars 31, 2019 +� 4612 NE MINNEHAHA ST VANCOUVER, WA98661-1841 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE p� TAX REGISTRATION -ACTIVE � I� rat I i { CITY ENDORSEMENTS: VANCOUVER GENERAL BUSINESS -ACTIVE f; SPOKANE GENERAL BUSINESS - ACTIVE py� fi is LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. uu �, a s�r Y r 4 !uW tYI k r n ' i44 kJyy I r�P [1 N i�� This dcscumerot lists the registrations, endorsements, and licenses authorized far the business named above.By accepting this document,true licensee certifies the information on the application , tf , vuas complete true and accurate to the best of his or her knowledge,and that lousiness will be � ) Y conducted in compliance with all app8icable Washington state county,and city regulations. Director Department of Revenue ilf i 1 00 M eptember 1", 2017 1, Joseph R. Cornelius, do hereby affirm that HCl Industrial & Marine Coatings, Inc., including all subsidiary companies and affiliated companies under majority ownership or under control by the owners of HCI Industrial & Marine Coatings, are not and have not been in the past three years disqualified from bidding on any public works contract under RCW 39.06.010 OR 39.12.065 (3)• Signed ,f Josepl R. ornelius Vice -es'dent 11 / t 0 S tember 1", 2017 I, Joseph R. Cornelius, do hereby affirm under penalty of perjury that within the three period immediately preceding august 15"", 2017, HC1 Industrial & Marine Coatings has not been a "willful"violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or ,general jurisdiction. Signed �, le Joseph R " ornelius Vice President MARINE CaA HCI SUPPLIMENTAL CRITERIA 4. EXPERIENCE 4.2.3: Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last 5 years. Yes Due to the Non Disclosure Agreement the Customers information cannot be divulged. HCI Industrial & Marine Coating provided a proposal to XYZ for the abrasive blasting and coatings of a NAVY Sub Tender. In NCI's proposal we specifically excluded Hazardous Materials Removal and no data or samples were provided and the vessel was unavailable for inspection. Subsequently, lead and other D-listed metals were found in the coating system and XYZ would not compensate HCI for the equipment, additional expenditures dealing with the hazards including the additional regulatory requirements according to Washington Administrative Code. Ultimately HCI filed suit, went through arbitration and settled for an undisclosed amount. Respectfully Randy Cornelius Vice President HCI Inc. a , a : e w y w i , � a m� • 4. Experience 4.4 Major Construction Projects in Progress Name of Owner Architect or Contract Percent Scheduled project Design En g Amount Complete Completion Dalles Tank City of The CI-12M $1,532,305.00 10 Nov. 315' Dalles 2017 Canpotex Phoenix $412,,765,80 97 Septem ber-� Shed Industrial 30 '7 .....Building Executive State of Neogard $750,000.00, 85 Se ptemb Recoat Oregon sth 7 Tualatin Tualatin Kennedy $37,170.00 20 September Valley WD Valley WD & J 20N Jenks 31s' ,IL)u�I--- , The City of Hillsboro American Phoenix Phoenix Time & 10 8-eptem Petroleum Industrial Material 3 st Pacific Tote Port 53,500 0 O,ctob- Tracker Services Engineer 2 Pacific Tote Port 43,000 0 -St e 'er Collector Services Engineer �2 rd. P 61A L)Q pi� e - ,5A� Ct T� MARINE Ca4 HCIJ CITY OF DENT CAMBRITDGE RESERVOIR RECOATING AND FALL PROTECTION IMPROVEMENTS 4. Experience 4.5-Major Projects Competed in the last 5 years 4.6-Cambridge Management Resume's The projects listed below were completed by the personnel who's resumes are attached,. Resume: Joseph R Cornelius — Vice President/PM— Cambridge Reservoir Project Manager Firm Affiliation/Years Affiliated documented by dates (with start and completion dates): HCI Industrial &Marine Coatings Inc. - Vice President/Project Manager/Estimator/QCS—2005-present Title or Proposed Role: —Project Manager/QCS/EH&S Education (Degree,Year,and Specialization): High School. Graduate-North Bend Oregon— 1980,. U.S. Army Active- 1980-1984 Reserve & National Guard-1984-1987,4 Year Apprenticeship - International Union of Painters and.Allied Trades 1989-1993, Journeyman, Foremen, Superintendent in Commercial, Industrial & Marine Coatings Projects from 1989-2000 Project Manager, Estimator QCS, EHS, from FY 2000 -2016. Active Registrations/Professional.Licenses/Technical Licenses/Certifications: SSPC-C-3 Certified Competent Personas Certification for Lead in Construction -2006-2016 MACE Level 11 Quality Control Inspector/SSPC-PCI Level 11 Certified Quality Control Inspector/SSPC-QCS Certification—HCI Quality Control Supervisor-Maintains HCI's SSPC-QP-1 &QP-2 Certifications OSHA— 10&30 Hour Training in Construction Safety and Health CPR/First Aid Certified/Suspended Access/Rigging Competent Persons Certification Approximately I Million Square Feet of Plural Component Spray Applied Epoxy, Polyuria, & Polyurethane Lining Systems Duties/Functions while working on the project and how this relates to their intended role(s) for this solicitation and resulting contract. • Responsible for the Review of Contract Specifications and. Project Specific Requirements. Reviewed, Executed and submitted contracts, bonding and insurance requirements to Owner. • Evaluated the Bids and Safety Statistics from Potential Subcontractors and issued Subcontracts as required along with Requests for Certificates of Insurance in conformance with project requirements. Developed the Construction Schedule, Billings Schedules, Schedule of Values, and Submittal Schedules for the Project. • Generate and track all submittals required by contract and updated status weekly with GC, Engineer, Site Manager and Siib-Contractors. MARINE Ca r"t Develop and incorporate all HCI Industrial & Marine Coatings Inc. Site, Specific Environmental Health and Safety Programs and Procedures required for the Protection of "ALL" Site Personnel and insure conformance to Environmental Regulations and Project Specific Requirements. « Develop The Site Specilic Quality Control Inspection Program Including Oversight of Quality Control Inspection Procedures, QC Personnel and QCS Responsibilities. * Responsible for the procurement of and shipping of all construction related materials and assets necessary for the execution of the project in coordination with the Site Manager. Coordinate Manpower Resources& Personnel Certification Project Requirements, Prevailing Wage Requirements, and lodging with. Corporate Office Manager and General Superintendent. • Conduct onsite Audits for record keeping and Quality Control Documentation, Address Environmental Health and Safety Issues or concerns. Resume: Joseph Bishop — Site Manager/SR. Site Superintendent Employment: HCI Industrials 'r Marine Coatings Inc. Date of Hire. October 26"'2006 to Present Title or Proposed Role: Site Manager/Superintendent Education; High. School Graduate— 1981, 1 year corrar71rmity College- 1982 5 Year Apprenticeship- International Union of Painters and Allied Trades 1983-1987 Active Registrations/Professional Licenses/Technical Lice nses/Certil cations: LMCI-STP-Supervisor Training Certification/SSPC-C-3 Competent Persons Certification for Lead in Construction , SSPC-C-5 Annual Competent Person for lead in Construction Re- Certification -2006.2015, SSPC-I CI Level 3 Certified Quality Control Inspector/SSPC-QCS Certification—Quality Control Supervisor/SSPC-C-7 Certification—Abrasive Blasting Equipment Set-rip and. Blasting Certiliication/SSPC-C-12 Certification—Conventional Method Coating Application Spray/SSPC-C-14 Certification—Plural Component Equipment and Application Certification, OSHA— 10& 30 Hour Training in Constriction Safety and Health CPR/First Aid Certified/Surspended Access/Rigging Competent Persons Certification Confined Space Entry/scaffolding;Competent Person Duties/Functions while working on the projects listed and how this relates to their intended role(s): • Responsible for Construction Site Set tip, Security, Temporary Utilities, Coordination of Equipment& Materials Receiving, Staging, Site Layout and Access Controls. s Implement, conduct site specific training and enforce all Written Site Specific Environmental Health and Safety Programs including all Personnel and.Atmospheric Monitoring. • Oversight of and Documentation of the Contract Site Specific Quality Control inspection Program including coordination of inspection (Hold Points)with Owner and Owners Independent MACE Certified 3 `r Party Quality Control Inspection Firm. 4 Scheduling, Coordination ofmanpower, scope of work, and Oversight of Multiple Sub-Contractors and their respective scopes of work including; inspection. • Responsible for the Completion and Submission to the Corporate Office of all required.Weekly Environmental Health and 'Safety documentation, Quality Control Reports, Inspections, Manpower Reports including Weekly Payroll Information. Project Descriptions Project##1: Title of project, location of Project,and start/completion dates. City of Spokane WA, Contract No. 2013119—9'h &Pine Reservoir Repainting Project. -2-42 East'9th Avenue, Spokane, WA Engineer: City of Spokane—,rim Sakamoto—P.E.-509-625-7554 General.Contractor: HCI Industrial & Marine Coatings Inc. 3ri° Party Inspection: Bruce Larkin-ICIS Start Date September 15"°'2014 - Completion Date: —May 15"'2016 Dollar value, $ 2,188,181.00 .Duration of person}s involvement in the project. Sept. 1"2014—Aine 15"'2015 Description of project, 7 Million Callon Welded Steel Potable Water Reservoir- Structural Modification and. Recoating Project, 260 feet diameter X 26 Feet.Tall Reservoir Modifications: Remove the Existing Steel 10 ton Water Fountain/Statue from the tap of the reservoir, Cut the existing recessed center pond from the reservoir roof top, install new structural steel "I' Supports and install New Dome Skin Plates. Remove all interior associated Fountain Water Supply Piping and Electrical Components, Re-Coating Requirements: Abrasive Blast all interior steel surfaces (193,000 SQFT)to SSPC-SP-10Near White Metal Standards. Install a Tnemec NSF Certified 3 coat lining system—91.h2o MCU Zinc Primer, N140 Epoxy Intermediate,and -140 Epoxy Finish Coat. Exterior Overcoat System—(97,000 SQFT). SSPC SP-1 Wash, SP-1 I Preparation of all corroded steel, Spot Prime with`I^nemec Series 27 Typoxy, FUH Intermediate Coat Series 27 Typoxy, and Full Finish Coat of Series 73 Endurashield Aliphatic Polyurethane. Subcontractor:. Dix Corporation—Sub Contract Value- $ 300,000.00 Subcontractor: MidMountain Electric: $ 60,000,00 Contract Completion Time Frame: 110 Working hays—Completed on time and on budget. Project##2: Title of project, location of project, and start/completion dates. Owner: City/County Butte-Silver bow—We aside 5 Million Gallon''Water Storage Reservoir Repainting-Butte Montana Engineer: DOWL FIKM—Dick Talley-406-723-8213 General Contractor: HCI Industrial& Marine Coatings Inc, M M,ARINE CoA 14, 3"'Party Inspection: Yes Award Date: April 13"' 2011, Start Date: May 1"2011 -Finish Date: July 1 2011 Contract value. $ 640,31UO Finish Value: $ 660.055.5 1.—See Enaincers Evaluation Report Attached Duration of person's listed above involvement in the project. April 201 Wuly 31" 2011 Description of project. Recoating Interior and Exterior Overcoating of a 5 Million Gallon zl.� Welded Steel Potable Water Reservoir-Trierriec Coating Systern. Interior SSPC-SP-5 White Metal Blast, Exterior SP-1 1. 63,000 SQFTln, 49,000 SQFTOut Contract Completion Time Frame—Mandatory 60 Calendar Days Completion Time Frame-1000 PCD Liquidated Damages—Competed On Time and On Budget Reservoir Modifications: Removed, 45,000 cubic feet of lee from interior in 48 hours; Remove& Replace interior Overflow Pipe, Roof Vent Flange and Vent, Hatches, & Replace all Interior Structural Nuts& Bolts, Install New Safety Handrails on top of reservoir with Non Skid, Subcontractor: Western Tank & Pipe—Contract Value: $ 54,000.00 Proiect#3: Title of project, location of project,and start/completion dates. City of Vancouver WA—' Contract No. 74295—Water Station 7 Elevated Reservoir Recoating Project Engineer: City of Vancouver—Tyler Clary—P.E. -360-487-7169 General Contractor: MCI Industrial & Marine Coatings Inc. Water Dept. Supervisor: Larry Burke—360-487-7178 Start Date: July 2012 Completion Date: September 2012 Contract Completion Time Frame: 110 Cal Days—Completed on tirne and on budget Dollar value. $ 654,757.00 Duration of person's involvement in the project.July-September 2012 Description of project. I Million Gallon Elevated Reservoir Exterior Recoating Project- 90 Foot Diameter x 120 Foot Tall. Lead Based Paint. SSPC-QP-1 & 2 Requirements. Reservoir Modifications: Design Exterior Scaffolding ystern for SSPC-Class ]A Containment Systern, Installed brackets around circumference of reservoir bowl to attach scafl,761ding towers too for wind loading. 100 % Class I A Containment installed by FICI Inc, Re-Coating Requirements: Abrasive Blast all exterior steel surfaces(39,000 SQFT) to SSPC-SP-5 White Metal Standards. Install a Carboline—Zinc, Epoxy, and Polysiloxane Coating System while the reservoir was in operation. Subcontractor: WACO—Scaffolding— Sub Contract Value- $ 90,000.00 Subcontractor: Western Tank & Pipe—Structural —Subcontract Value—30,000.00 Proiect 4 4: Title of project,location of project, and start/completion dates. City of Vancouver WA—Ellsworth WTI''Pressure Filter Media Replacement Q4 . 0 D 0 MARINE Ca4 Conti-act SC641-002—Horizontal Pressure Filters and Reaction Tank Interior Lining. Engineer: City of Vancouver General Contractor: Stellar.J Corp.—Leif Schei P.E.—360-225-7996 leifschei@stellar.J.corfl Start Date: April 6"'2015 Completion Date: May 6"' 2015 Contract Completion Time Frame: 30 Cal Days—Completed on time and ion budget Dollar value. $ 163,517.34 Description of Project: HCI was Contacted by the City of Vancouver and Stellar J Corp. for emergency services for the Horizontal Pressure Filters and Reaction Tank Interior Lining. The City of Vancouver discovered the 5 horizontal reservoir interior coating systems were failing during filter media replacement. They Contracted with HCI on a Time and Material Basis to Abrasive blast the interior of the 5 reservoirs and install Tnemec FC 22 Epoxoline-Plural Component Spray Applied Epoxy. The project was successful with no issues. Applicator Qualification Requirements: Experienced in the application of specified coatings for a minimum of 5 years. Scope of work included: Abrasive blasting to SP-10 Standards while maintaining environment with heat and dehumidification, Fill pitted areas, Fill all Skip Welds flush with Series 215 Epoxy Filler, Apply a base coat of FC22 @ 16 to 20 Mils and install a finish coat at 16 to 20 mils. Total system-32-40 DFT with post-holiday detection. Proiect#5: Title of project, location of project,and start/completion dates. Mukilteo Water& Waste Water District-Reservoir No.4 Recoating Project Engineer: Grey & Osborne—Eric Delfel-P.E./PM—206-284-0860 General Contractor: HCI Industrial & Marine Coatings Inc. Water Dept. Supervisor: Rick Mathews—425-355-3355 Start Date: September 2 1"2016 Completion Date: November 91h 2016 Contract Completion Time Frame: 50 Cal Days—On time and Budget Dollar value. $ 966,016.00 Duration of person's involvement in the project. Bidding through Completion Description of project. 4.5 Million Gallon Potable Water Stand Pipe Interior& Exterior Recoating ProJect- 80 Foot Diameter x 135 Foot Tall. Reservoir Modifications: Design and Install Interior and Exterior Rigging& Fall Protection Anchors, Remove existing Cell Tower Antenna Arrays, and Remove and Reinstall a 10 foot by 10 foot Door Sheet. Re-Coating Requirements: Abrasive Blast all Interior steel surfaces(50,000 SQFT)to SSPC-SP-10 Near White Metal Standards. Install a Sherwin Williams - Sherplate PW NSF Lining System MARINE Co44% 0' HC2 25-35 Mils DFT. Wash the exterior of the reservoir, (SSPC-SP-1) Power tool clean tile exterior corrosion and damaged Surfaces to SSPC-SP-1 1, Spot Prime, with Macropoxy 5000, Full Coat of Macropoxy 5000 and Finish Coat of Sherwin Williams Acrolon Ultra HS Subcontractor: T Bailey Inc, Fabrication—Anacortes Washington -$40,000.00 Project 4 6 Title of project, location of project,and start/completion dates. Owner: City of Newburg: North Valley Reservoirs I &2 Recoating Project Engineer: Kennedy/Jenks—Shawn Spargo—503-423-4041-direct line General Conti-actor: Ward Hensilaw—Allen Oest—Project Manager-503-266-1986 3"' Party Inspection: Rick Bear—Bear Inspections Start Date: Phase I —November 16"'2015 - Completion Date: January 1 2016 Contract Completion Time Frame: Completed oil time and on budget z:1 Dollar value. $ 720,000.00 Description of Project: 2 Million Gallon Interior I-ICI was Subcontracted by Ward I-lenshaw to install Carboline Plural Component Spray Applied NSF Epoxy Phenolic to the interior of Two 2 Million Gallon Concrete Reservoirs and the overcoating of the exteriors of both. The First Reservoir is complete, back in service and completed on time and oil Budget. Pro6ect#7 Title of project, location of project,and start/completion dates. City of Milwaukie Oregon—40"'Avenue Elevated Reservoir Recoating Project One and One-half million Gallon Elevated Reservoir-90' x 145' City of Milwaukic-Don Simonson —Water Quality Coordinator—503-786-7622 Engineer/GC: AMERESCO—Trey Scavone—Project Manager—503-290-1294 Subcontractor: HC1 Industrial & Marine Coatings Inc. Start Date: September 1" 2015 Completion Date: February 2 1" 2016 Contract Completion Time Frame: September-.January 3 1" 2017—Delay due to unusual winter Dollarvalue. $ 1,036,384.00 Scope of work included: Installation of Fall Protection Anchors, Access Plugs and caps on the roof for tile rigging of tile interior and exterior, removal of the Roof Vent flange and replacement with new flange & frost free vent, Abrasive blast Interior(35,000 sqft)to SSPC-SP-10 Standards while maintaining environmental parameters with heat and dehUnlidification and Install 25 to 35 Mils of Carboline Reactamine 760— 100 % Solids Plural Component Spray Applied Polyuretbane. Overcoat the Exterior of the reservoir RIME CoA HC (40,000 sgft) SP-1, SP-11, pre-prime, Carbomastic and Carbcxane 2100 Urethane. Avot a MARINE COA *4 ,H 9111 1117 HCI INDUSTRIAL & MARINE COATINGS, INC EQUIPMENT LIST QTly VALUE Z 1600 HPIQ CFM INGERSOL AIR COMPRESSOR 2008 $100,000 2 1300 CFM INGERSOL AIR COMPRESSOR 1998 $310,000 1 750 CFM INGERSOL AIR COMPRESSOR 2004 $38,000 1 185 CFM INGERSOL AIR COMPRESSOR 1999 $4,000 2 28TON BLAST POT 2006 $47,000 2 6TON BLAST POT 1987 $9,000 2 6TON BLAST POT 1990 $9,000 4 600 LBS BLAST POTS $6,000 1 LTC 1060 GRIT VACUUM BLAST $20,000 5 CARGOCARE 1125 CFM DEHUMIDIFIERS $60,000 1 DH TECH 3,500 CFM DEHUMIDIFIER 2006 $41,,000 2 DH TECH 30KW HEATER 2008 $7,000 4 1600 CEM AIR DRYER 1993 $15,000 2 750 CFM AIR DRYER 1995 $12,000 1 18,000 CFM DUST COLLECTOR 1998 $15,000 1 7,100 CFM DUST COLLECTOR 2007 .37,000 2 HURRICANE 500 VACUUM 2007 $80.000 1 40000 CFM DUST COLLECTOR $120,000 1 AMID LIGHT TOWER $3,000 1 25 KW GENERATOR $9,200 1 5000LB PRESSURE WASHER 2006 $4,500 4 3500LB PRESSURE WASHER 1999/2004 $4,000 1 GRACO GM 10000 GAS POWER 2003 $1,500 2 GRACO GM 10000 ELECTRIC 2003, 2009 $3,000 2 GRACO 80-1 EXTREM 2003 /2006 $2,000 1 GRACO 60-1 EXTREM 2007 $4,000 I GRACO 56-1 EXTREM 20012 $2,000 I GRACO 80-1 HYDRA CAT $ 20,000 3 GRACO 80-1 PREMIER PUMPS $15,000 1 FIREMANS PUMP 2000 $400 1 BANDING MACHINE 2004 $1,000 5 KTA TATOR Q. C. KITS $7,500 3 20' CONTAINERS $3,000 1 10' CONTAINER $1000 1 DODGE ITON PICK.-UP 2007 VIN# 31)7MX38CX7G738607 $42,000 1 DODGE ITON PECK.--UP 2008 VIN# 3D7MX38A58G110079 $45,000 1 FOKD 3/4 TON CREW CAB 2006 VIN# IFPSX21536EA36741 $30,000 1 DODGE 3/4 TON PICK-UP 1999 VIN#3B7KF2660XM508989 $12,000 1 FORD 1 TON CREW CAB 1999 VIN#1FTSW31F8XEE07349 $15,000 1 GMC Yz TON PICK-UP 1997 VIN# 1GTEK14W6V2553131 $4,000 I GMC % TON PICK-UP 1997 VIN# IGTEC14WOV2545202 $4,000 1 18, 20, 2.4 COVERED CAR/OFFICE TRAILERS $15,000 1 EAGLE DECON SHOWER TRAILER $34,000 1 24' FLAT BED TRAILER 14,000LBS $9,500 1 12 TON CAR TRAILER 2000 $4,500 1 600 GAL WATER TRAILER 2004 $6,000 2 SPIDER/SWINGSTAGE $25,000 MISC GUNS, POWER TOOLS, FANS HOSES OFFICE EQUIP, SOFT WARE $110,000 r HU Industrial & Marine Coatings, Inc.. 4612 NE Minnehaha 5t. Vancouver,WA 98661 P.O.Box 1573 Brush Prairie,WA 98606 _ r a TO t :. r UP r , . 'J i WOMAN _. L:. F '"�. �? f 3'v! Sa, ..1 s•_'1 1 1.r i�tl r ( #_ i j{>_ !f .3 S G r yid Gift t; 1 1` Ifry.r.nor • ..(_ S �� fir ^S/ �cit e fJ # t\ p r f t tS a to 1-oil 1.10Z e 4 {. y . . 1, �x - � :.�iu is�S i�;o? t i t -:.i 'b 7 ',if ti.-? •�'-rti f-+rr t Its � � `) ^( I _ _ . =i `:. r a - S- t4,•'1'P :.f .- 1 r�! -,J:� _S«..� v �,- '�F 1�. t- r• it , •.` C - - - t>'r .i. ..-q r :. �� E-t.,/x t ✓iy.E ff , r ff tL •( - ' _ .3 !")°,_,i, -0'i; .t,�7F 1 h i y o L r iJ a l CIA .. r - t• - him ' " �'A� l 77 y�-• i d :c -t r � �t2t+ L � 5l' '��'f�t Iri + �l�t � Y • .Ft "�. y l 14 ""One, ..". j� t i . e , •i. 1} .`'f _.. l"�r e.( +f•'1 �� T a:�! ,-39fi GUO ! r ilr!A S Ji;Waubrt! 101 I i2 st�sr;�ngiDrl�l�1 a;:ip I'v8s32:iW,��vuuansb' . Uat xo8_o.9 8p so Avg!,9w We Profit and Loss Statement Page 1 HCI Industrial Marine Coatings 26-Jan-1814:19 For Jan, 2017 to Dec, 2017 Cwpany:l0 Jan, 2017 Dec, 2017 %Sales to Dec.2017 % Sales Construction Income 6,240.73 100.00 5,956,892.53 100.00 Sales 6,240.73 100.00 7,956,892.53 100.00 Materials&Supplies- Other 0.00 0.00 201.74 0.00 Material &Supplies-Equipment 0.00 0.00 481.26 0.01 Materials&Supplies- Paint 714.04 11.44 373,902.22 6.28 Material &Supplies- Rock 0.00 0.00 23.07 0.00 Material &Supplies- Safety 0.00 0.00 24,264.93 0.41 Materials&Supplies-Sand 16.50 0.26 70,133.26 1.18 Materials&Supplies-Sundrie 1,452.26 23.27 131,192.37 2.20 Job Labor-Gross Wages 11,951.34 191.51 1,172,553.77 19.68 Job Labor- Bonuses 16,000.00 256.38 18,000.00 0.30 Job Labor Pyrl Tax FICA Expens 1,820.79 29.18 92,893.20 1.56 Job Labor Pyrl Tax FUTA Expens -5,633.02 -90.26 16,087.39 0.27 Job Labor-Workers Comp Expense 801.98 12.85 153,750.36 2.58 Job Labor- Union Fringe 2,956.70 47.38 424,615.21 7.13 Job Labor- Union Promo Fund 44.00 0.71 5,989.87 0.10 Safety(Blood Tests)-job cost 0.00 0.00 2,793.58 0.05 Subcontractor Costs 0.00 0.00 136,631.58 2.29 Transportation (Hauling fees) 900.00 14.42 29,230.18 0.49 Job Cost Freight 0.00 0.00 883.00 0.01 Equipment Rental 146.10 2.34 144,833.38 2.43 Equipment Repair-job costed 1,293.13 20.72 58,778.92 0.99 Fuel &Oil -job costed 1,671.93 26.79 139,381.16 2.34 Per Diem - Meals 0.00 0.00 9,029.17 0.15 Meals 0.00 0.00 31,053.43 0.52 Travel/Hotel-job cost 1,906.34 30.55 81,874.51 1.37 Direct Costs-Other 0.00 0.00 1,560.28 0.03 Bond Expense 0.00 0.00 16,566.00 0.28 Disposal 14.27 0.23 78,515.09 1.32 Environmental Testing 0.00 0.00 4,247.19 0.07 Indirect-Shop Supplies 707.75 11.34 23,361.30 0.39 Indirect-Shop Small Tools 160.63 2.57 1,047.74 0.02 Indirect-Shop Labor 21,916.29 351.18 82,175.18 1.38 Indirect Cost-Empty Pyrl Taxes 1,213.27 19.44 4,816.42 0.08 Indirect Cost Emply L&I Expens 477.88 7.66 3,214.15 0.05 Indirect Pyrl SUTA 554.08 8.88 2,961.61 0.05 Indirect Cost-Empty Medical In 1,280.00 20.51 12,010.00 0.20 Indirect-Liability Insurance 29,106.99 466.40 108,158.19 1.82 Indirect Cost-Bid Expense 125.51 2.01 3,932.02 0.07 Indirect-Shop&Equipment 903.18 14.47 17,072.84 0.29 Indirect-Shop&Equip Deprec Exp 7,747.00 124.14 92,964.00 1.56 Indirect-Shop&Equip Repairs 6,646.89 106.51 94,952.16 1.59 Indirect-Building Repairs 285.54 4.58 17,941.60 0.30 Indirect-License&Permits 0.00 0.00 577.90 0.01 Indirect-Vehicle Expense 0.00 0.00 1,167.57 0.02 Indirect-Vehicle Fuel &Oil 2,105.13 33.73 11,581.78 0.19 Indirect-Vehicle Licensing Fee 475.50 7.62 1,830.31 0.03 Indirect-Vehicle Insurance 0.00 0.00 -60.00 0.00 Indirect-Vehicle Repairs&Mtc 5,803.79 93.00 25,901.13 0.43 Indirect Cost-Waste Disposal 768.74 12.32 3,882.93 0.07 Cost of Sales 116,334.53 999.00 3,728,954.95 62.60 Gross Profit -110,093.80 -999.00 2,227,937.58 37.40 Indirect-Safety 24,957.12 399.91 25,968.69 0.44 Profit and Loss Statement Page 2 HCI Industrial Marine Coatings Z"n-1814:19 For Jan, 2017 to Dec, 2017 Cwpny:LO Jan, 2017 Dec. 2017 % Sales to Dec, 2017 % Sales Depreciation Expense 737.00 11.81 8,844.00 0.15 Advertising &Marketing 6,877.32 110.20 27,594.19 0.46 B&0 Taxes 0.00 0.00 443.09 0.01 Bank Service Charges 217.75 3.49 6,704.06 0.11 Business Bond Expense 333.00 5.34 2,752.00 0.05 Business Licenses&Permits 2,314.00 37.08 4,969.00 0.08 Business Personal Property Tax 0.00 0.00 3,112.38 0.05 Business/Property Insurance 6,320.85 101.28 12,386.45 0.21 Cellular Phones 1,240.09 19.87 17,173.36 0.29 Computer Expense/Support 202.64 3.25 6,209.30 0.10 Computer Repair 0.00 0.00 793.94 0.01 Credit Card Fees 0.00 0.00 78.00 0.00 Charitable Donations 22,000.00 352.52 72,924.41 1.22 Dues Licensing Subscriptions 748.32 11.99 10,127.01 0.17 Education&Compliance 0.00 0.00 7,120.00 0.12 Delivery&Freight 29.32 0.47 378.31 0.01 Ins. Commercial/Inland Marine 0.00 0.00 1,581.00 0.03 Office Equipment Rental 133.45 2.14 1,527.95 0.03 Office Rent 5,475.00 87.73 65,700.00 1.10 Office Equipment 32.06 0.51 -3,384.39 -0.06 Office Supplies 3,025.38 48.48 17,316.62 0.29 Officer's Salary 83,808.79 999.00 342,473.29 5.75 Payroll - Office Staff 12,021.45 192.63 90,326.81 1.52 Payroll Tax Expense 7,642.03 122.45 42,343.88 0.71 Postage&Shipping 287.84 4.61 1,740.68 0.03 Printing &Reproduction 0.00 0.00 687.34 0.01 Accounting Fees/CPA 4,897.00 78.47 26,623.00 0.45 Legal Fees 592.50 9.49 4,787.48 0.08 Software Purchases 0.00 0.00 269.24 0.00 Telephone 130.08 2.08 260.16 0.00 Truck Expense- Non Burden 282.57 4.53 9,988.99 0.17 Office Maintenance 140.92 2.26 3,252.54 0.05 Office Janitorial 400.00 6.41 4,680.54 0.08 Travel - 100% 1,010.92 16.20 7,394.37 0.12 Gifts 0.00 0.00 6,948.99 0.12 Hotels/Lodging 0.00 0.00 671.22 0.01 Meals&Entertainment 50% 856.92 13.73 5,977.85 0.10 Utilities 1,017.67 16.31 20,729.82 0.35 Interest Expense 311.17 4.99 5,554.92 0.09 Loan Interest 631.30 10.12 631.30 0.01 Oregon Corp Tax 27,000.00 432.64 27,350.00 0.46 Operating Expenses 190,717.34 999.00 867,043.10 14.56 Profit from Operations -325,768.26 -999.00 1,334,925.79 22.41 Misc. Income 4.56 0.07 48,234.40 0.81 Other Income 4.56 0.07 48,234.40 0.81 Net Profit before Taxes -325,763.70 -999.00 1,383,160.19 23.22 Net Profit -325,763.70 -999.00 1,383,160.19 23.22 A ` Balance Sheet Page 1 HCI Industrial Marine Coatings 26-Jan-1814:18 As of Dec, 2017 Coanpany:LO Assets Accounts Receivable 38,701.97 Retentions Receivable 55,766.04 Employee Loans 3,175.00 Prepaid Insurance 31,709.75 Prepaid Rent 3,795.85 Underbillings 793,241.00 Machinery&Equipment 1,327,777.61 Automobiles&Trucks 438,454.72 Computer&Office Equipment 77,744.53 Leasehold Improvements 16,120.47 Accumulated Depreciation -1,190,333.89 Wells Fargo General Checking 1,005,771.67 Wells Fargo Payroll Checking -739.02 Bank of America Checking 5,119.27 Note Receivable- HCT 128,000.00 Total Assets 2,734,304.97 Liabilities&Equity Accounts Payable 10,620.32 Federal Withholding 4,067.88 FICA Payable 9,317.60 FUTA Payable 329.52 Workers' Comp Payable 12,319.75 Trimet District Tax 221.62 Oregon Withholding Payable 254.16 SUTA Payable 1,052.83 Union Dues Deduction 918.32 Union Promotion Fund 112.96 Pension Payable 2,510.82 Use Tax Payable 5,593.17 Union Fringe Benefit 5,501.72 Insurance Payable 17,693.66 Overbillings 333.00 Current Portion of LT Debt 85,953.15 B of A Commercial Loan 98,822.20 B of A Equipment Loan 193,902.09 Less Current Portion LT Debt -85,953.15 E ui Owners Capital Common Stock 10,000.00 Owners Capital Add Pd-in Cap 23,912.00 Owners Distributions -463,838.04 Retained Earnings 1,383,160.19 Prior Retained Earnings 1,417,499.20 Total Equity 2,370,733.35 Total Liabilities&Equity 2,734,304.97 MARINE 00A-rj,, CITY OF KENT CAM BRIDGE RESERVOIR RECOATING AND FALL PROTECTION IMPROVEMENTS CONTRACTOR'S QUALIFICATIONS STATEMENT 7.1 AND 7.2 GENERAL AND PAINTER QUALIFICATION SUBMITTAL Project Hl- Title of project, location of project, and start/completion dates. Cit), of Spokane WA—Contract No.2013129—9t" & Pine Reservoir Repainting Project. - 2- 42 East 9th AVC11LIC, Spokane, WA Engineer: City of Spokane—Jim Sakamoto—P.E.-509-625-7854 General Contractor: HCl Industrial & Marine Coatings Inc. 3 rd Party Inspection: Bruce Lai-kin -ICIS Start Date: September 15"'2014-Completion Date: --May 15"'2015 Original Contract Value: S 2,016,950.00 Final Contract Value. S 2,188,181,00 Description of project: 7 Million Gallon Welded Steel Potable Water Reservoir- Structural Modification and Recoating Project. 260 feet diameter X 26 f-ectTalf Reservoir Modirications: Remove tile Existing Steel 10 ton Water l"'ountain/Staftle from the top orthe reservoir, Cut tile existing recessed center pond from the reservoir rooftop, install new structural steel T Supports and install New Doruc Skin Plates. Remove all interior associated Fountain Water Supply Piping and Electrical Components. Re-Coating Requirements: Abrasive Blast all interior steel surfaces (193,000 SQFT)to SSPC- SP-10 Near White Metal Standards. Install aTncnicc NSF Certified 3 coat lining system—91112o MCU Zinc Primer, N140 [,,poxy Intermediate, and N-140 Epoxy Finish Coat. Exterior Overcoat System —(97,000 SQJ',T). SSPC SP-I Wash, S11-I I Preparation of all corroded steel, Spot Prime with Tricrnec Series 27Typoxy, Full Intermediate Coat Series 27Typoxy, and Full Finish Coat of' Series 73 Endurashield Aliphatic Polyurethanc. Subcontractor: Dix Corporation — Sub Contract Value- S 300,000.00 Subcontractor: MiclMOUntain Idectric: $60,000.00 110 Working Conti-act Time Frame. Competed On Time and On Budget. Project#2: Title of project, location of project,and start/completion dates. City/County Butte-Silver bow—Westside 5 Million Gallon Water Storage Reservoir Repainting-Butte Montana Engineer: DOWI_ HKM —Dick Talley -406-723-8213 F.MARINE C0,4 General Contractor: FICI Industrial & Marine Coatings Inc. 3 d Party Inspection: Yes Award Date: April 13"1i 2011, Start Date: May 1"2011 -Finish Date: July 1"2011 Contract value. $640,310.0 I"final Contract Value: S 660,055.51 Description of project. Recoating Interior and Exterior Overcoating of a 5 Million Gallon Welded Steel Potable Water Reservoir-63,000 SQFT Interior, 49,000 SQFT Exterior Reservoir Modifications: Removed,45,000 cubic feet of tee from interior in 48 hours; Remove& Replace interior Overflow Pipe, Roof Vent Flange and Vent, I latches, & Replace all Interior Structural Nuts& Bolts, Install New Safety I landrails on top of Reservoir with Non Skid Coatings. Re-Coating Requirements: SSPC-5P-10 Near White Metal Standards. Install a Tnemec NSF Certified 3 coat lining system —91 h2o MCU Zinc Primer, N140 Epoxy Intermediate, and N- 140 Epoxy Finish Coat. Exterior Overcoat System —SSI11C SP-I Wash, SP-I I Preparation of all corroded steel, Spot Prime with Tnernec Series 27 Typoxy, Full Intermediate Coat Series 27 Typoxy, and Full Finish Coat of Series 73 11ndUrashield Aliphatic Polyurethane, Subcontractor: Western Tank& Pipe—Contract Value: $54,000.00 Contract Completion Time Frame—Mandatory 60 Calendar Days Completion Time Frame-10�00 PCD Liquidated Damages—Competed On Time and On Budget Project#3: Title of project, location of project, and start/completion dates. City of Vancouver WA—Contract No. 74295—Water Station 7 Elevated Reservoir Recoating Project Engineer: City of Vancouver—Tyler Clary—RE. -360-487-7169 General Contractor: HCI Industrial & Marine Coatings Inc. Water Dept. Supervisor: Larry Burke—360-487-7178 Start Date: July 2012 Completion Date: September 2012 Contract Completion Time Frame: I 1 0 Cal Days—Completed on time and on budget Contract Value: $ 654,757.00 Description of Project: I Million Gallon Elevated Reservoir Exterior Recoating Project-90 Foot Diameter x 120 Foot Tall. Lead Based Paint. SSPC-QP-1 &2 Requirements. Reservoir Modifications- Design Exterior Scaffolding System for SSPC-Class I A Containment System. Installed brackets around circumference of reservoir bowl to attach scaffolding towers too for wind loading. 100%Class I A Containment installed by FICI Inc. Re-Coating Requirements: Abrasive Blast all exterior steel surfaces (39,000 SQFT)to SSPC- SP-5 White Metal Standards. Install a Carboline—Zinc, Epoxy, and Polysiloxane Coating Systern while the reservoir was in operation. Subcontractor: WACO/PC[—Scaffolding—Sub Contract Value- S 90,000.00 C04 7XA004 MARINF SO Hie Subcontractor: Western Tank & Pipe—Structural—Subcontract Value—30,000.00 Project#4: Title of project, location of project, and start/completion dates. Mukilteo Water& Waste Water District-Reservoir No. 4 Recoating Project Engineer: Grey& Osborne—Eric Delfel- P.E./PM—206-284-0860 General Contractor: IICI Industrial & Marine Coatings Inc. Water Dept. Supervisor: Rick Mathews—425-355-3355 Start Date: September 21"2016 Completion Date: November 9"'2016 Contract Completion Time Frame: 50 Cal Days—On tit-no and Budget Contract Value: $ 966,016.00 Description of project: 4.5 Million Gallon Potable Water Stand Pipe Interior& Exterior Recoating Project- 80 Foot Diameter x 135 Foot Tall. 48,000 sqrt interior, 36,000 exterior Reservoir Modifications: Design and Install Interior and Exterior Rigging& Fall Protection Anchors, Remove existing Cell Towcr Antenna Arrays, and Remove and Reinstall a 10 foot by 10 foot Door Shect, Re-Coating Requirements: Abrasive Blast all Interior steel Surfaces(49,000 SQFT)to SSPC-SP-5 White Metal Standards. Install a Sherwin Williams- Sherplate PW Plural Component NSF Lining System @a 25-35 Mils DFT. Wash the exterior of the reservoir, (SSPC-SP-1) Power tool clean the exterior corrosion and damaged surfaces to SSPC-SP-I 1, Spot Prime, with Macropoxy 5000, Full Coat of Macropoxy 5000 and Finish Coat of Sherwin Williams Acrolon Ultra I IS Subcontractor: T Bailey Inc. Fabrication—Anacortes Washington - $40,000.00 Project Completed ahead of schedule Project#5 Title of project, location of project, and startleompletion dates. Owner: City of Newburg: North Valley Reservoirs I & 2 Recoating Project Engineer: Kennedyl.Jenks—Shawn Spargo—503-423-4041-direct line General Contractor: Ward Henshaw—Allen Oest--Project,Manager-503-266-1986 3 d Party Inspection: Rick Beat-—Beat- Inspections Start Date: Phase I —November 16"'2015 -Completion Date: January 1 2016 Contract Completion Time Frame: Completed on time and on budget Contract Value: $ 720,000.00 Description of Project: 2 ca. 2 Million Gallon Concrete Interior Lining Project and exterior overcoating. Recoating Requirements: HCI was Subcontracted by Ward I-lenshaw to install Carboline Plural Component Spray Applied NSF Phenolic Epoxy to the interior of two ea. 2 Million Gallon 10�Aj.&MARNE COA 71%, do Concrete Reservoirs and tile overcoating of the exteriors of both. Both Pro.iccts were abrasive blasted to an SSPC-CSP-5-7, resurfaced with Serncrete 610 and lining installed. Reservoirs were completed on tune and on budget Proiect# 6 Title of project, location of project, and start/completion dates. City of Milwaukie Oregon —401h Avenue Elevated Reservoir Recoating Project One and One-half million Gallon Elevated Reservoir- 90' x 120�' tall. City of Milwaukic- Doti Simonson — Water Quality Coordinator—503-786-7622 Engineer/GC: AMERESCO—Trey Scavone nnn— Project Manager—503-290-1294 Subcontractor: fIC1 Industrial & Marine Coatings Inc. Start Date: September I"2015 Completion Date- I`ebruary 2 1"2016 Contract Value: $ 1,036,384.00 Description of Project: 1.5 MG Elevated Reservoir Interior Relining and Exterior Overcoating Project. 85 foot diameter-x 120 foot tall, I-ead Based Paint Reservoir Modifications: Installation of"Fall Protection Anchors, Installation of'Access Plugs and calis,on the rooff'or the rigging of the interior and exterior, removal of the Roof Vent flange and replacement with new 11ange & frost free vent, design &replace Security access hatch cover. Recoating Requirements: Abrasive blast Interior(35,000 sqft)to SSP `-SI1-I 0 Standards while maintaining environmental parameters with heat and dehumidification and Install 25 to 35 Mils ol'Carboline Reactamine 760 100 % Solids Plural Component Spray Applied Polyurethane. Overcoat the Exterior of the reservoir(40,000 sq,ft) S11-1, S13-1 1, pre-prime, Carbornastic and Carboxane 2 100 Urethane. Project#7 Title of project, location of project, and start1cornpletion dates. City of The Dalles Sorosis and Columbia View Water Storage Tank Repairs Two ea. Three Million Gallon Potable Water Reservoirs City of The Dalles—Dale McCabe—City Engineer—541-506-2012 Engineer—CH2M (Peneral Contractor—IICI Industrial & Marine Coatings Inc. Start Date: August 2017 n-- Ongoing 50% Complete Completion Date: June 2018 Contract Completion Time Frame. Delay due to Water Supply Issues with the City Contract Value: $ 1,629,049,00 Description of Project: rwo Ea. 3MG Steel Potable Water Reservoir Interior Relining and Exterior Overcoating Project. Structural Modifications: I Ox 10 foot Door Sheet, Reservoir Overflow Modifications, Reservoir Inlet Modifications, and Interior Weld Damage Repair, Epoxy Grout Installation around reservoir A ot. MWNE COA 1,Ifts Bottom Chine to eliminate water intrusion, and sealants installation cart the interior COlUrnn base plates. Reservoir Seismic Strap removal and Concrete FOUndation repair. Recoating Requirements: Abrasive Blast Interiors to SSPC-SP-10 Standards and Application of a Three Coat NSF Epoxy Coating System with Independent Stripe Coat, [�'ach reservoir Interior contains approximately 52,000 Square Feet 01'SUH'ace Area. Both Reservoir F"xteriors are Over coated with DIN Primer& Waterborne Acrylic. Products manufactured by Sherwin Williams Subcontractor-PW Berry Inc. If you require any further information, please do not hesitate to contact me Respectfully Randy Cornelius—VPIPM HCI Inc. 360-260-9250 www.hei-coatings.com Randy(a)hei-coatings.com 00 oc hl V 00 ed aj rn 00 oc oc m 00 al al < E ci z ct ti LL ca oc -�4 -tr cz V) 44 E-4 u cr u --I- LLJ t— 'c UJ ✓clG5 F-I ea C7, r"I 'o rt 'o 6 CII kr) 71 m 'z ci 00is CD rt C; ci LL. M X .n L) x u 'D C� Cc x t E aj *15 E 7—u LZ Ly. L) cIS ca > Ln kr) kr) cu CL ri > BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (February 13, 2018), the bidder is not a "willful" violator, as defined in RCW 49.48,.082, of any provision of chapters 49,46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. HCI Industrial & rine C ti gs IKI J?6�� Bidder` in s a Sign, e of uthorize—d-Official* Jose h 11. Cornelius P r i n u-' Name Vice President Title February 12, 2018 Vancouver WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Cambridge Reservoir Recoating REBID #2/Almaroof 17 January 22, 2018 Project Number: W20058 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 125 working days after issuance of the City's Notice to Proceed, The City of Kent will purchase water from Highline Water District to supply the service area of this project while the Cambridge water tank reservoir is off line. The Contractor will only have one 9 O-consecutive-ca lend a r-da y period (off line period) for the Cambridge water reservoir to be off line. The Contractor shall perform all the modifications, electrical work, interior and exterior reco,ating, sanitizing and place reservoir online prior to or on the day following the 90th calendar day. The ability to complete this work within the reservoir offline period is crucial to the success of this project. 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 Q 0 0 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. The Bidder also acknowledges that his/her bid is based upon the provisions set forth Cambridge Reservoir Recoating and Fall Protection Improvements — REBID #2. DATE: February 12, 2018 HCl Ind trial arin /C"ratings , A P NAM F I E Sin tore' of Authorized Representative iose 1h R Cornelius/Vice President (P t Name and Title)ox 1573, Brush Prairie, WA 98606 Address Cambridge Reservoir Recoating REBID #2/Almaroof 18 January 22, 2018 Project Number: W2005�8 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, HCI Industrial&marine Coatings, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly Five percent of the total amount bid bound unto the CITY OF KENT, as Obligee, in the penal sum of (------5%------) Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall, make any award to the Principal for Cambridge Reservoir Recoating and Fall Protection Improvements — REBID #2/Project Number: W20,058 Accordingi 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 12th DAY F Febru 2018, HICI I e tings)Inc. R bPA T av Lers Cpsualty a(dSurety Company of America SURETYKathie Williams,Attorney-in-Fact 20_, Received return of deposit in the sum of $ N/A Cambridge Reservoir Recoating REBID #2/Aimaroof 19 January 22, 2018 Project Number: W20058 h WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER a� POWER (.)F A'1"1'OItN EY TRAVELERS,! Farinington Casualty Company St.Paul Wlereury Insurance.Company Fidelity and Guaranty Insurance Company Travelers aveler s C asualtw .noel Surety Company t 1 i delity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Compaury I St.Patel Gtuaardian Insurance Company ,I Attorney-In Fact No. Certificate No. 007318487 22)h75 r KNOW ALL MEN BY THESE PRESENTS: That I arillin fort Casualty Company, St. Paul hire and Marine Insurance Company, St. Pmd Guardian Insurance Company.St. Paul Mercury Insurance C.ontp illy.Travc.Ier-s Casualty zmcl Surety C Ompally,"I'raveIcrs Casualty and Surely Company oi'America. and United States Fidelity and Guaranty Company are corporations duly org mired under the: laws of dic State Cad°Connecticut,that Fidelity and Guaranty Insurance Company is a can'ponitiou duly organized under the laws of the State of lowva,and that Fidelity and Guaraaiity Insurance Underwriters.Inc.,is a corporation(Illy or-garri,'aed url der the f laws of tile'.State of,Wisconsin(herein collectively called tile.-Companies"),and than the Companies do hereby make,constitute and appoint 1 Gregory C.Ryerson, Kristine E.Calvin.Patrick Goodman,flora Olancder,and Kathie Williams f POrtland '��'1.ogon th;ir true and Iawvful Atteuraey(s)-in-tract, of rile C aty crt ..... Stan of � __n each in tliair scparaatc capacity id'"more than one is named above.to.sign,execute,seal and ackiloww�ledge 111y1 and all bc;ands,rccopnizanes,conhtionad unlertakint?4 and lather writings obhLatoiy ill the nature thereof on behaald'of the Companies in their business od gua:a-anteeim, the fidelity of persons,guaramecing ilie pci'formaance of cunMacas and exectating or guaranteeing bonds and undertakings required or permitted in any actions or proc^cedirim allowed by law, f f 1N WITNESS\WHF ItF'OF,the Companies have caused this insiraanent to be signed and their corporate seals to he hereto affixed,this _._._ .._ nd a. (Iary of yaSt2017 Farmhglon Casualty Company St.Paul Mercury Insurance Compaaty Fidelity and Guaranty Insurance Compatay Travelers C astualtw and.Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers C astialty and Surety Company of Artteric:ar St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company i St.Pa,trl[guardian Insurance Company d e sup alY %+ t w y va (ri t �,, ✓ xl�ral {7 Sf !LL ns SEA6 La, w� caaara„ n A CIkeVa i895 I ��'y�. rw'* �'�+,{ pat't �µfir r�.>aµ"� �ti t µ•y'µvb�'f '�.�° ....„�,an�` �^"a aia� i .�w�� ��Act# rr u 1 State of Connection By: _... _c _. City of Ilariford ss. Rober't 1-Ratwy.Senior V9CC I"acsia➢ent i 2nd AuMrSt 2017 Oil this Ole day of , before t L.he personally appeared Robert Raancy,who acknowIcdsicd himself to `" be the:.Senior 'Vice 11resident of hauniitgloll C.aasoalty Cotul,tanay, Fidelity wand Guanim) Insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine.Insurance Company,St.Path Guardian Imurance(..'014111anw,St.Paul lklP cilry hrtialrance Company Travelers Casually and Surety C:Iompany,'dratvelers � i Caa5Ualty and SLlrety Cortlpatty of"America,and (United Slates Fidelity and GuEaranly f.ompally,and that he.as such,tieing,aanthorized so to do,executed the foreggoartg i instrument laar the purposes therein contained by sipning on hehalf of the corporations by'himself as a duly authorized officer. Ili Witness Whereof,I licLreuntn.seit my heard and official scat. _..�� Nly Commission expires the 30th day of.tune,3fd31. G �4`j ���� �larrr C' Tkktreault,Naraat_v Niblic FPIfr-,1 f 58440-5-16 Printed in U.S.A. � �� WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER //e4CpdtaWD.tlA�d gIIIIP�� v+m5vvwn x��v.uuNiwW InYNY JflUGW IPIYfV/NRP,PUANYfGMIWJUn/!l%BDYId➢tYfNkl�YlA,�tldl0ilN1.U&NifAlMAvflfiW'A,NSGM1tid,A%RM l lxl�Y"YpMMrtd#td( rvi�v k�M4vV.NMXin1mM�m,�iu'�,vwmuitim,;p „ WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power ofAttorney isgranied under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. ]',in] Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidehry arid Guaranty Company,which resolutions are now in full force and effect,reading,is follows: RE' )INED.that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for arid on behalf of the Company and may ,iNre such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the fj Company's scal bonds,recol-nizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any, of said officers or the Board of Directors at any finic may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any pail of the foregoing authority to one or more officers or employees of this Company,provided that each Such delegation is in writing and a copy thercofis filed in the office of the Secretary;and it is I. it FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Corriparly's'scal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agent,pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the.signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,arid the seal of the Company may be affixed by facsimile to any Power ofAttoriley or to any cellificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing an(]attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any Such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned„Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Conipany,71'ravelers Casualty and Surety Cornpany,'Fravelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company 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 in full force and effect and has not been revoked. TLA IN TESTIMONY WHEREOF,I have hereunto Set my hand and affixed the seals of said Companies this. I day of&--6 20 IA. 7ZK�v i E.Hughes,Assistant Seca tart' guarrp S E AL..-" -A A0 C's. 0 I To verify the aullienticitv of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.corn.Please refer to the Attorney-In-Fact nurriber,the above-named individuals and tire details of the bond to which the power is attached. RNING�THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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. Cambridge Reservoir Recoating and Fall Protection Improvements -REBID #2- Project Number: W20058 NAME OF PROJECT HC1 Industrial & Marine Coatings A E F BIDDER'S FIRM SIGNAT 4UTHORIi't'15—REPRESENTATIVE OF BIDDER Y7 Cambridge Reservoir Recoating REBID #2/Almaroof 20 January 22, 2018 Project Number: W20058 r,MAJUNE CQ4 .............. MINUTES OF SPECIAL MEETING OF THE BOARD OF DIRECTORS OF HCI INDUSTRIAL & MARINE COATINGS, INC The Special meeting of the Board of Directors of HCI Industrial & Marine Coatings, Inc a Washington corporation, elected by the shareholders in the Articles of corporation was held on December 31, 2013 in Brush Prairie, Washington. Kim Hasselbalch, Joseph Randall Cornelius were present in person being all of the members then serving on the Board of Directors. Said directors waived notice of time, place and purpose of the meeting by execution of the Consent, Waiver of Notice and Approval attached hereto. A quorum being present, meeting was called to order. Authorized Personnel to Execute Contracts or Bids After discussion, the following resolution was unanimously adopted: RESOLVED: Randy Cornelius Vice President and/ or Kim Hasselbalch President of the corporation is hereby the designated signers for all Contracts or Bids There being no further business to come before the board, upon motion duly made, second and unanimously carried, the meeting was adjourned. r �7o s oc TapscAj-ZegpYding Secretary 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 ...;.................E311/, Orderof Contents............................................................................ Erl/. Invitationto Bid.................................................................................... ContractorCompliance Statement.......................................................... ]K ....................................................................:....................... Have/have not participated acknowledgment.............................. Signatureand address ................................................................ Declaration - City of Kent Equal Employment Opportunity Policy ,........ Dateand signature ..................................................................... AdministrativePolicy .............................................................................. Proposal.................................................................................................. Firstline of proposal - filled in ...................................................prices are correct .......................i... ....... .......Unit ....... . Subcontra ctor List (contracts o ..... ......... . saver $100K) .................... ..................... Subcontractors listed properly........... ............. Signature......................................................................................EV-1, Subcontractor List (contracts over $1 million)..................................... Subcontractors listed properly.................................................... Dateand signature ..................................................................... Contractor's Qualification Statement ............................................................................................I Completeand notarized ..................................................................EY"' Certification of Compliance with Wage Payment Statutes..................... ProposalSignature Page.......................................................................E?'� All Addenda acknowledged .........................:................................0-1, Date, signature and address .......................................................Gr, BidBond Form ..................................................................................... Signature, sealed and dated .... ................................................... Powerof Attorney........................................................................ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................. Signature .................................................................................... ChangeOrder Form....................................................................................... E!( Bidder's Checklist .................................................................................. The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. 6) 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. Cambridge Reservoir Recoating REBID #2/Almaroof 23 January 22, 2018 Project Number: W20058 Duplicate Original PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT w•■.1•0*0• Bond Number: 106826357 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, HCI Industrial &Marine Coatings, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, 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 $ 1,334,850.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. 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 Cambridge Reservoir Recoating and Fall Protection 1 mprovements — REBID #2/Project Number: W20058 (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. Cambridge Reservoir Recoating REBID#2/Almaroof 24 January 22, 2018 Project Number: W20058 TWO WITNESSES: HCI Industrial &Marine Coatings, Inc PRINCIPAL (e r inc. ,s above) . �._ BY: DATE: ' DATE: '" 70 CORPORATE SEAL:, PRINT NAME DATE:__ a "' , Ica Travelers Casualty and Surety Company of America SURETY I CORPORATE SEAL: BY: L U-�QtLr" � Kathie Williams DATE: February 27, 2018 TITLE: Attorney-in-Fact ADDRESS: Durham and Bates Agencies, Inc. 720 SW Washington St, Suite 2.50 Portland', OR 97205 CERTIFICATE AS TO, CORPORATE SEAL I hereby certify that I am the (Assistant) Secr ary of the Corporation reamed as Principal in the within Bond; that �- Who 'signed the said 'bond on behalf of the Principal HCl industrial&Marine Coatings, Inc 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 AS ISTANT SECRETARY Cambridge Reservoir Recoating REBID #2/Almaroof 25 January 22, 2015 Project Number: W'20058 tea wawavmmarunrdirduuuwwimuixarrimmavnuux!wmuur+�!nr'wrwu~,"rnemorm,ama dw vw.mrvuu va muunvw�r rewxmmxmmum�rarvm sres mxuuruxu iuwurrssru�,u'xrcua ^uuareard rarl"✓umuuaurcmdurnr,ur v>, 'uv avu udu muu!.w.v suwvunur adrsu<,ru�uaruarrwirxaxmn!u!ammmmramarsa......u!u!umvuvuuuwvaruar!awuwtmuuauo!,urvuuirvurwud!� fVIVVAAa'MIRIfIM'H'iMiI�XIPI1PIkAtY1M1�121#�111PMI�aIYMXd@AYGIFkMA � WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AW POWER OF h`T'TOFil`arF+aY ° L «J Farmington Casualty Company St Pant Memory Insurance Company 6 Fidelity and Guaranty Insurance Company Iruvelers Casualty and Surety Company p Fidelity and Guaranty Insurance Underwriters,Inc. 1aarvelers Casualty and Surety Company of.Americat St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paid Guardian Insurance Company 7 1 Attorney-In Fact No. 229875 ��pV� dd Certificate No. 0�"l'% 8 9 f i r. �a -ItCvC)VV Al.l, Cwll,l'v li"4' l IIISI. PRESENTS:Sl^.N I S Chart t u nru a_tcan C.a.ualt" Company. St. Paul I ue and ly9arrna: Insurance COIIIJ)aay, St. Paul Garaarchaan Irastrraance Company.St. Paul Mercury Insurance.Cotnpany,Travelers Casualty and Surety Company. Iravelcrs Casualty and Surely Company of America,and United Slates P Fidelity and Guaranty Compaaly are corporatiarrts duly or,"aanizcd under the I'm's of the Starts, of Connecticut,that Fidelity tassel Guaranty Insurance Company is to corporation dilly orwoanarzed under the laws of She State,of lowa.and that Fidelity and Guaranty Insurance Underwriters,lnc.,is as Corporation duly orgauaized tinder tilts laws of the State of Wisconsin Melvin collectively called dac"Companies"),.and that the Companies do hereby make,constitute and appoint rl Gregory C. Ryerson, Kristine E.Culviri,Patrick Goodman,Flora Olaander,and Kathie Williams �J fi P©atlsuet off file City of ;state....,_. .. _.., . _ .... of C)l�ut. �gon their true and lawllrl Attorneys)-in F�'act, r . ._..... __._._._ _...._.. , 1 each in their sepaar.atc capacity if❑lyre tha`ul one is n�anaed.ahoy�C,to sr�n,CXCernte,seaal and.acknoaOed"c.uly auad gall bonds,aecotmiza nucs,conditional undertakings and ocher writings obligatory ill the nature thercol'on behalf of file Companies fry their husinesS of guaranteeing the fidelity of persons !LuaranleCIF)"tlae performance of contracts and executitrg or-�,,uarantceing hands and undertakings required or permitted,in any actions or proceedings allowed by law. 1 7 IN WITNESS WHEREOF,the Companies mes have carascd this illSIRMaenit p to be signed and their corporate seals to be hereto affixed.this, 2nd 6 Aua uSt 2017 day of ._. ._..wd Farmington Casualty Company St.Paul lylercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty insurance Underwriters,Inc. Travelers Casualty and Surety Company ol'Ameriea St.Paul Dire and NPirine Insurance Company United States Fidelity and Guaranty Company St,Paul Guardian Insurance Company a :>. `a a � � c�rMC4H�FA1�d9�' xa � m• a �,y�vroaar mm, 1t � �� S E,fkt cei; � 5Ee'"�.7G � a:dDt'art. n { ram^ h ' vea" Stints of Conaaeclicut I'Ry: City of llartford ss. RAbcn L.IZ icy,`,Cnwa Vicu Ilresidem a I 1 f 1 r Intl AU4*Ust 20 l7 c Oil ibis tile _ ti ty ut before meperson ally appeared Kober t L.Raney.who ai kno+vHcd cd himself to he fire Senior Vice President of Farmin"toll Casualty lty Company, Fidelity and Guaranty insurance Company,Fidelity and Guaranty Insurance Underwriters.Inc.,St.Paul Fire and Marine insurance Company.St.Paul Guardians insurance Company.St.Paul Itilerc'ury,Insurance.Company.TraveIers C:atsualty and Surety,C'earnliuny,TNIvele7u i Casualty and Surety Company of Arnefica,and United States Fidelity and Guar panty Company,and that he,as such.being authorized so to do.executed the foregoing i instrument for the purlaocCs therein contained by s�igrtin_=un trCtralf of fire cnrprnaat,ions P.ry hiratcClf was a fitly atathorizad offiCCr. .. r r In Witness 4Vlaercnl',1(aer turto set my tsarist and official seal. T My Commission eyphtQs the;filth day of June,2021. � yW � nt vie C. Ieuvauh,Notary Peh is C1 I 58440-5-16 Printed in U.S.A.. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ?nmmrucawru�murnurutiiurvws"arviwuLwummurcasuurnmmmaum vusuwrmouumunuxiawdrvwrvwnr!mua",nuwawurvswixumnawranow✓u�;unu�nrim!ivquvarvnw;uwmmzm!!vurmrrsurdnvumrnadav,�ueriasr xmrmnummnnr�urirmamairuammmxuuau.re mugnrmudxdrcnwemmuvamerawriaamnw.xwawruummuvaunwsmua rrmuimaunmuswm,um!.utwvwo:rvum!vruvwnmorvmuwuuwduduan mm�wmw�rnd rm!mm�u!mmn r�rc�nmmmmwmmamamdwdrvrvdusnrdrm nsua WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 19 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Filielby and GLKII-Mlly JllqUrauCC Company,Fidclity and Guaranty Insurance Underwriters,Inc.,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company.St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and CAlaranty Company,which resolutions are now in full force and effect,reading as follows: RES01,NIED,that tire Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice Presidelfl,any Vice Pr"ident,any Second Vice President,the Treasurer,any Assistant Treasurer.the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to let for and oil behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Compan y's s name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the stature of bong],recognizance,or conditional undertaking,and any of said officers or the Board of`Directors at any time may remove any such appointee and revoke the pmwcr given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may 5' delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof'is filed in the office of the Secretary,and it is I IrUIi'I'H RESOIVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance..or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and scaled with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under sear],if required)by one or more Attorneys-in-Fact and A.-ents,pursuant to the power prescribcd in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authofity; and it is FURTHER RESOINED.that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to"Illy certificate relating thereto appointing,Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purpose,,;only of executing and attesting bonds I and undcrtakin-s and other writings obligatory in the nature thereof,and any star Power of Attorney or certificate bearing such facsimile signature or facsimile sea] shall be valid and binding upon tile Company and any such power so executed and certified by such facsimile signature and facsimile sea]shall be valid and binding on the C0111pally in the future with respect to any bond or understanding to which it is attached. ff 1,Kevin E.fIU1�Jl,ICS,the undersigned,Assistant Secretary,of Farmington Casualty Company.Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St,Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company ofAlnerica,and United States Fidelity and Guaranty Company do bereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not heel)revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 20 Kevin i-hes,Assistant Seer. lary 01%,SEJLL I Of ro verify the authenticity of this Power of Attorney,call 1-800-421-3980 or contact us at www.travelersbond.corn.Please refer to the Attorney-In-Fact number,the above-named individuals,in(]the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and HCI Industrial & Marine Coatings, Inc., organized under the laws of the State of Washington, located and doing business at 4612 NE Minnehaha St., Vancouver, WA 98661 ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are 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: Cambridge Reservoir Recoating and Fall Protection Improvements — REBID #2/ Project Number: W20058 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 2016 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 2016 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 125 working days. The City of Kent will purchase water from Highline Water District to supply the service area of this project while the Cambridge water tank reservoir is offline. The Contractor will only have one 90-consecutive- calendar-day period (offline period) for the Cambridge water reservoir to be offline. The Contractor shall perform all the modifications, electrical work, interior and exterior recoating, sanitizing and place reservoir online the day following the 90th calendar day. The ability to complete these work within the reservoir offline period is crucial to the success of this project. 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 all the work provided for in the Contract, except where the specifications allocate that responsibility to 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. Cambridge Reservoir Recoating REBID #2/Almaroof 26 March 5, 2018 Project Number: W20058 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. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities, Cambridge Reservoir Recoating REBID#2/Almaroof 27 January 22, 2018 Project Number: W20058 CITY OF KENT BY: DANA RALP'H, MAYOR DATE: ATTFST�- KIMBERLEY . KOMDTO CITY LERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR RY: PRINT N ME: ' zle TITLE: yz, ' " DATE: Cambridge. Reservoir Recoatineg REBID #2/Alrn arcof 28 January 22, 2018 Project Number: W20058 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 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. Cambridge Reservoir Recoating REBID #2/Almaroof 29 January 22, 2018 Project Number: W20058 EXHIBIT 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. D. 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. Cambridge Reservoir Recoating REBID #2/Almaroof 30 January 22, 2018 Project Number: W20058 EXH I 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. 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. Cambridge Reservoir Recoating REBID #2/Almaroof 31 January 22, 2018 Project Number: W20058 DATE(MWDD/YYYY) A`oRD® CERTIFICATE OF LIABILITY INSURANCE 212 712 0 1 8 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 endorsement(s). PRODUCER NAMECT Alissa Clayton Durham and Bates Agencies, Inc. PHONE FAX 720 SW Washington St. o_EaO;503-796-0295 ac No:503-542-0607 Ste 250 E-MAIL ADDRESS: alissacddbates.com Portland OR 97205-3554 INSURER(S)AFFORDING COVERAGE NAIC a INSURER A:Landmark American Insurance Co 33138 INSURED INSURER B:Ohio Security Insurance Company 24082 HCI Industrial&Marine Coatings, Inc. PO Box 1573 INSURERC:RSUI Indemnity Company 22314 Brush Prairie WA 98606 INSURER 0:Am Lon shore Mutual Assn INSURER E:Crum&Forster Specialty Insurance Company 44520 INSURERF: PMA Insurance Group COVERAGES CERTIFICATE NUMBER:1585795139 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. tNSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDD MMMDMfYY A X I COMMERCIAL GENERAL LIABILITY LHA139477 6/42017 614/2018 EACH OCCURRENCE S 1,000,000 DAMAGE To CLAIMS-MADE �OCCUR RENTED PREMISES Ea occurrence) S 50.000 MED EXP(Any one person) $5.000 PERSONAL&ADV INJURY $1,000.000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY F JEST 7 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: WA Stop Gap S 1,000,000 B AUTOMOBILE LIABILITY BAS56502195 6/412017 6140018 COMBINED SINGLE LIMIT $ Ea atadenl 1 1X10000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Peracadent $ C UMBRELLA UAB X OCCUR NHA242609 6/42017 6142016 EACH OCCURRENCE $5.000.000 X EXCESS LIAB CLAIMS-MADE AGGREGATE S 5,000,000 DED RETENTIONS S F WORKERS COMPENSATION 0458240Y 6142017 6142018 X PER STATUTE ERH AND EMPLOYERS'LIABILITY Y I N ANY PROPRIETOR/PARTNERIEXECUTIVE ❑NIA E.I,EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000.000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 O USL&H ALMA01018.03 6/42017 6/4/2018 Statutory Limits E Pollution Liability CPL-106638 6/42017 6/42018 Limit 4,000.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Additional Insured-refer to attached coverage forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department 400 West Gowe AUTHORIZED REPRESEN AT1VE Kent WA 98032 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO CA 88 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGEINDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 n AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 s 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 following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION 11 - LIABILITY COVERAGE, paragraph A.I. - 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 11 - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those 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 ©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 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. ry 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_ a 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE, is amend- ed to provide a limit of$50 per day and a maximum limit of $1,500 02010 Liberty 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 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. " 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow- ing: N 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 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 cash value at the time of the "loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. C. SECTION V-DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. ©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 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; 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 fallowing: If the person or organization has waived those rights before an "accident' or 'loss", our rights are waived also. 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV- BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For"autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V-DEFINITIONS is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V-DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as fol- lows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. ©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 7 of 7 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 POLICY NUMBER: 201701-04-58-24—OY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATIONS WITH WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER DATE OF ISSUE: 05-30-17 1983 National Council on Compensation insurance. INSURED COPY LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read If Carefully. ADDITIONAL INSURED BLANKET --YOUR WORK This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any person or organization to whom or to which you are obligated by virtue of a written contract or by the issuance or existence of a written permit,to provide insurance such as is afforded by this policy. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the SCHEDULE, but only with respect to liability for"bodily injury","property damage" or "personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations; and/or"your work" defined for the additional insured(s)designated above included in the "products-completed operations hazard". This endorsement effective 6/4/2017 forms part of Policy Number LHA139477 issued to HCl INDUSTRIAL&MARINE COATINGS INC.; HCT PROPERTIES, LLC by Landmark American Insurance Company RSG 15017 0615 Includes copyrighted material of Insurance Services Office, Inc. 1984 with its permission LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM PRODUCT&COMPLETED OPERATIONS LIABILITY COVERAGE FORM SCHEDULE Name of Person or Organization: Any Person or Organization As Required By Written Contract The following is added to SECTION IV—CONDITIONS, 8.TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US: We waive any right of recovery we may have against the person or organization shown in the SCHEDULE above because of payment we make for injury or damage arising out of your ongoing operations, "your product" or"your work" done under a written contract with that person or organization and included in the "product-completed operations hazard". This waiver applies only to the person or organization shown in the SCHEDULE above. This endorsement effective 6/4/2017 forms part of Policy Number LHA139477 issued to HCI INDUSTRIAL&MARINE COATINGS INC.; HCT PROPERTIES, LLC by Landmark American Insurance Company RSG 14048 1008 Includes copyrighted material of Insurance Services Office, Inc. 1992 with its permission. Policy Number: LHA139477 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 C Insurance Services Office, Inc., 2012 Page 1 of 1 WAIVER OF SUBROGATION ENDORSEMENT This endorsement, effective 12:01 a.m. June 4, 2017, forms part of Certificate No. ALMA01018- 04 issued to HCI Industrial & Marine Coatings, Inc., by the American Longshore Mutual Association, Ltd. ("Association"). The Association waives its rights of subrogation against other individuals, firms, organizations or corporations but only when required by written contract and only to the extent required by that contract. This waiver shall apply only in respect to the specific contract existing between the Member and such other individual, firm, organization or corporation and shall not be construed to be a waiver in respect of other operations of such individual, firm, organization or corporation in which the Member has no contractual interest. Date Issued:6/8/2017 Nothing herein contained shall be held to vary, alter,waive or change any of the terms,limits or conditions of this Coverage Agreement,except as hereinabove set forth. Form No.ALMAws(Ed.02/02) KENT SPEC 1 AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-3 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public................. 1-13 1-08 Prosecution and Progress ................................................. 1-17 1-09 Measurement and Payment .............................................. 1-21 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-30 Project Signs.................................................................. 8-1 TECHN I CAL SPEC I F I CAT I ONS......................................................... A-1 KENT STANDARD PLANS ................................................................. A-2 EXISTING EXTERIOR COATING RCRA 8 METAL TEST REPORT ......... A-3 RECORDDRAW 1 NGS ....................................................................... A-4 SAMPLE PROJECT SIGN .................................................................. A-5 PREVAILING WAGE RATES.............................................................. A-6 Cambridge Reservoir Recoating REBID #2/Almaroof January 22, 2018 Project Number: W20058 KENT SPEC I AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 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 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. U I M I S I ON 1 - GENERAL REQU I REIIIIENTS 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 N I C 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: 1 . What work will be done, and by when; 2. Who provides labor and materials; and Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 1 January 22, 2018 Project Number: W20058 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 (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), 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. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION.- 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. "Remove," "Removal," "Excavate," "Excavation," "Demolition," and "Wastehaul" Unless otherwise noted, the words "remove," "removal," "excavate," "excavation," "demolition," and "wastehaul" in the contract plans and specifications shall mean that the Contractor is required to haul and dispose of the material at a legal off-site location. The cost for haul and disposal, including disposal and permit fees, shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 . No additional payment will be made. Drawing or Drawings; see definition for Plans. Owner; see definition for Engineer. Cambridge Reservoir Recoating REBID#2/Almaroof 1 - 2 January 22, 2018 Project Number: W20058 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 solejudgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. 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/doing-business/bids- procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, 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 Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 3 January 22, 2018 Project Number: W20058 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. 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: 1-02.1 O 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. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 4 January 22, 2018 Project Number: W20058 SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. 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. 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 1160 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 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. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 5 January 22, 2018 Project Number: W20058 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 FOLLOWINGS 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). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 6 January 22, 2018 Project Number: W20058 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 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 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 1-04.11 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, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 7 January 22, 2018 Project Number: W20058 DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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 by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines'that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, 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. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection 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 increase 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 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) 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. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 8 January 22, 2018 Project Number: W20058 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. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O 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 in the notice. 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. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 9 January 22, 2018 Project Number: W20058 SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): 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. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors 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 recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 10 January 22, 2018 Project Number: W20058 1-06.7 Submittals 1-06.7(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. 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 (1 A, 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. 1-06.7(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. 1-06.7(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 Cambridge Reservoir Recoating REBID#2/Almaroof 1 - 11 January 22, 2018 Project Number: W20058 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. 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 Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 12 January 22, 2018 Project Number: W20058 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. 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. 1-06.7(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 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 13 January 22, 2018 Project Number: W20058 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 work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, 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. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 14 January 22, 2018 Project Number: W20058 SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 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 1 nspection 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. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 15 January 22, 2018 Project Number: W20058 The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Centuryl-ink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. Cambridge Reservoir Recoating REBID#2/Almaroof 1 - 16 January 22, 2018 Project Number: W20058 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 and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. 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: 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. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 17 January 22, 2018 Project Number: W20058 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 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. 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 Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 18 January 22, 2018 Project Number: W20058 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. The City will bill the Contractor 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. 1 . Locate work 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. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 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. Unless previously approved by the Engineer, 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. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 19 January 22, 2018 Project Number: W20058 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, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. 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. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. Cambridge Reservoir Recoating REBID#2/Almaroof 1 - 20 January 22, 2018 Project Number: W20058 SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING SECTION. 1-08.9 Liquidated Damages Exceeding the 90-consecutive-calendar-day period (offline period) for this project will result in impacts to the temporary water source supplying the service area, special inspection cost, operating costs, and cause other inconveniences and harm. Accordingly, the Contractor agrees: 1. To pay $2.000.00 liquidated damages per calendar day, prorated to the nearest calendar day, that the reservoir is offline past the offline period as specified in the contract. 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due the Contractor. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 21 January 22, 2018 Project Number; W20058 SECTION 1-09. 11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. Cambridge Reservoir Recoating REBID #2/Almaroof 1 - 22 January 22, 2018 Project Number: W20058 DIVISION 8 - MISCELLANEOUS CONSTRUCTION ON DIVISIONS IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, hardware, and fabrication, installation and maintenance of sign 8 foot wide x 4 foot high provided by the Contractor based upon the sign example where shown on the plans or as directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the City Maintenance Shop on West James Street when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. Cambridge Reservoir Recoating REBID#2/Almaroof 8 - 1 January 22, 2018 Project Number: W20058 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Project Sian" constitutes complete compensation for furnishing all labor, tools, supplies, equipment and materials, to fabricate, install, maintain project sign(s) for the life of the project and removal and delivery of sign(s) to the City Shops upon closeout of the project. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. Cambridge Reservoir Recoating REBID#2/Almaroof 8 - 2 January 22, 2018 Project Number: W20058 TECHN I CAL SPEC I F I CAT I QNS The following specification, written in the CSI format, supplement all other plans and specifications which have been prepared for this project and are considered to be a part of the Kent Special Provisions for this project. Cambridge Reservoir Recoating REBID #2/Almaroof A - 1 January 22, 2018 Project Number; W20058 CITY OF KENT KING COUNTY, WASHINGTON ow NT WA SO4 G NC G'f OM TECHNICALI. . DIVISIONS - I for RESERVOIRCAMBRIDGE E PROTECTION IMPROVEMENT: - REBID NO. 2 04 0 e B G O #17530 JANUARY 201 4k'b"' CxvaLy 8zOsbox-rieg CONSULTNG ENGINEERS ENGINEERING SPECIFICATIONS TABLE OF CONTENTS SECTION DESCRIPTION PAGE Division 1 General Technical Requirements 01505 Mobilization and Demobilization....................................................01505-1 01510 Maintenance of Treatment Facility.................................................01510-1 Division 2 Sitework 02300 Earthwork.....................................................................................02300-1 02700 Gravel Materials............................................................................02700-1 02950 Site Restoration and Rehabilitation ................................................02950-1 Divisions 3 through 4 Not Used Division 5 Metals 05500 Miscellaneous Metal Fabrications...................................................05500-1 Divisions 6 through 8 Not Used Division 9 Finishes 09900 Painting.........................................................................................09900-1 09970 Reservoir Surface Preparation and Painting....................................09970-1 Divisions 10 through 12 Not Used Division 13 Special Construction 13211 Steel Reservoir Repairs and Improvements.................................... 13211-1 Divisions 14 through 15 Not Used Division 16 Electrical 16050 Basic Electrical Materials and Methods.......................................... 16050-1 16130 Raceway and Boxes....................................................................... 16130-1 i DIVISION 1 GENERAL TECHNICAL REQUIREMENTS SECTION 01505 MOBILIZATION AND DEMOBILIZATION PART1 GENERAL 1.1 SCOPE The work specified in this Section consists of mobilization and demobilization. Mobilization consists of preconstruction activities and preparatory work for the project necessary to mobilize labor, materials, and equipment to the project site. Demobilization consists of activities to remove materials and equipment from the project site upon project completion, including final cleanup. Items which are not considered mobilization or demobilization include but are not limited to: A. On-going activities throughout the duration of construction. B. Profit, interest on borrowed money, overhead, or management costs. 1.2 PAYMENT All costs for mobilization and demobilization as specified herein shall be included in the lump sum price for MOBILIZATION AND DEMOBILIZATION. Payment for MOBILIZATION AND DEMOBILIZATION shall be as follows: 35% Payment: When Contractor has mobilized on-site and temporary facilities are in place. 50% Payment: When 5 percent of the total pay items are completed (not including payment for materials on hand). 75% Payment:When 50 percent of the total pay items are completed (not including payment for materials on hand). 100% Payment: When Project is completed and recommended for acceptance. PART 2 PRODUCTS Products and materials required for mobilization and demobilization are described in the various sections of Division 1 and in other parts of the Contract Documents. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 01505-1 PART 3 EXECUTION Complete mobilization and demobilization as required by the various sections of Division 1 and other parts of the Contract Documents. * END OF SECTION * * City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 01505-2 SECTION 01510 MAINTENANCE OF FACILITY AND SITE ACCESS PART1 GENERAL 1.1 SCOPE The work specified in this Section includes the steps that the Contractor shall take to ensure that the existing facilities or temporary facilities, excluding the reservoir, remain fully operational during all stages of construction and modifications to the various existing facilities. The Contractor shall coordinate work efforts with the Engineer. Throughout the construction period, the Contractor shall maintain the cleanliness of the site and structures as described herein. The Contractor is also to maintain access to all existing, operating equipment such that the equipment may be serviced and operated. 1.2 CONTRACTOR USE OF SITE AND PREMISES Construction operations shall be limited to the site and staging areas noted on Sheet G-1 of the Plans and subject to the approval of the Engineer. The Contractor shall allow the Engineer, representatives of City of Kent, and the funding and regulatory agencies access to the project site at all times. The Contractor shall keep the disruption of the existing facility operations to a minimum. The reservoir may only be out of service for a period of 90 calendar days. The Contractor shall schedule work so as to not exceed 90 calendar days out of service. The City will relocate the existing connections antenna to the guardrail at the reservoir roof vent. The Contractor shall place a junction box and install a conduit from the existing communications antenna location to the new communications antenna location. The existing communications antenna may not be out of service for more than 1 hour. The Contractor shall provide temporary support and maintain service as necessary during the project. The Contractor shall provide 7 calendar days written notice prior to taking any existing facility out of service. The Contractor shall coordinate with the Engineer to obtain the necessary keys for site access. Keys shall be returned to the Engineer upon project closeout. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o##17530 01510-1 Access to the existing operations areas shall be maintained. Disruption of this access shall be kept to a minimum and must be prearranged and scheduled with the Engineer's operations and maintenance staff. 1.3 SUBMITTALS Prior to starting construction, the Contractor shall submit a construction sequence plan and schedule. 1.4 PAYMENT All costs of the work specified herein shall be considered incidental to the project and rolled into payment items. *** END OF SECTION *** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 01510-2 DIVISION 2 SITEWORK SECTION 02300 SITE EARTHWORK PART1 GENERAL 1.1 SCOPE The work specified in this Section includes the earthwork, including trench excavation and backfill for piping, excavation and backfill for structures, and finish grading. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02370 Erosion Control 16130 Raceway and Boxes 1.3 PAYMENT The lump sum contract price for ELECTRICAL, TELEMETRY, AND INSTRUMENTATION shall include but not be limited to all labor, materials, equipment, and incidentals associated with conduit trenching, backfill, and compaction as shown on the Plans and as specified herein. PART 2 PRODUCTS 2.1 GRAVEL MATERIALS All gravel materials shall conform to Section 02700. PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS Excavation, compaction and backfill for structures,pipelines and the final site contours shall be formed by either excavating or compacting fill, as required, to provide the cross-sections as shown on the Plans. All excavation performed on this Project shall be considered unclassified. Excavation shall consist of the removal of any and all material encountered, including debris, rubble, concrete, metal, topsoil, cutting and removal of existing surfacing, tree stumps, trees, logs, abandoned rail ties, abandoned piping, piling, riprap, etc. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 02300-1 Excavations shall be kept free of water, both surface water and groundwater, during the excavation, installation of pipelines and structures, and the placement of backfill. No timber bracing, lagging, sheathing or other lumber shall be left in any excavation except with permission of the Engineer and in the event such permission is granted, no separate payment shall be allowed for burying such material. All stockpiles shall be covered with plastic and no stockpile shall be higher than b feet above existing grade. 3.2 PROTECTION OF FOUNDATION SURFACES Care shall be taken to preserve the foundation surfaces shown on the Plans in an undisturbed condition. If the Contractor unnecessarily over excavates or disturbs the foundation surfaces shown on the Plans or specified herein without written authorization of the Engineer the Contractor shall replace such foundations with concrete fill or other suitable material approved by the Engineer in a manner which will show by test an equal bearing capacity with the undisturbed foundation material. No additional payment shall be made for the added quantity of concrete fill or other suitable material used because of unnecessary over excavation caused by the Contractor or his operations. 3.3 EXCAVATION AND BACKFILL FOR TRENCHES Excavation and backfill for trenches shall be in conformance with Sections 7-08 and 7-09 of the WSDOT Standard Specifications, and as further described herein. The following pipe materials shall be considered flexible: • PVC • Polyethylene Tubing • FRP • HDPE • Polyethylene • Corrugated Polyethylene All other pipe materials shall be considered rigid. Upon completion of work each day, all pipeline open trenches shall be completely backfilled, leveled, and temporarily patched or graveled, as herein specified. Under certain conditions, the trench may be left open at the last length of pipe laid during the day to avoid re-excavation the following morning, provided that the opening is adequately plated or covered for vehicle traffic. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 02300-2 The width of the trench at or below a point 12 inches above the top of the outside diameter of the pipe shall be carefully controlled and maintained to ensure the strength of the pipe and prevent pipe failures. Backfilling shall proceed as follows: A. SUBGRADE PREPARATION In the event unsuitable material is encountered below the subgrade shown on the Plans and described herein, the Contractor, as required by the Engineer, shall over-excavate until a suitable foundation is reached. B. BACKFILL FOR TRENCHES Partial backfill to protect the pipe will be permitted immediately after the pipe has been properly laid in accordance with the Plans and these Specifications. Complete backfilling of trenches will not be permitted until the section of conduit installed has been inspected by the Engineer and any requirements of necessary permits are fulfilled. From the point 12 inches above the top of the conduit barrel, the backfill material to be used in the trench section shall be suitable native material or Bank Run Gravel, as specified in Section 02700, except where required or shown on the Plans to use other material. The Contractor shall place backfill in horizontal lifts not to exceed 8 inches in thickness. All backfill shall be free of large rocks, organic matter, stumps, trees, pieces of pavement, broken concrete and other deleterious substances. The Contractor shall remedy, at his expense, any defects that appear in the backfill prior to final acceptance of the work. Cleanup operations shall progress immediately behind backfilling to accommodate the return to normal use of the trench area. 3.4 REUSE AND DISPOSAL OF EXCAVATED MATERIAL Excavated materials shall be properly protected and reused where possible. Excavated materials not used for fill shall be hauled to an approved waste site(s), as selected by the Contractor. The Contractor shall submit a list of approved waste haul site(s) to the Engineer prior to the commencement of hauling of waste materials. Any permits required for waste haul and disposal shall be the responsibility of the Contractor. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 02300-3 3.5 FINAL SITE GRADING Excavations and backfill shall be to the elevations required for the placement of all surface restorations, such as asphalt, concrete, gravel surfacing, or landscaping. All areas shall be graded to provide proper drainage. The final ground surface shall be smooth, raked free of debris and stones, and prepared for restoration. 3.6 TRENCH COMPACTION Trench backfill materials shall be moisture conditions to within three percent of optimum moisture content. Water settlement is not allowed for compaction. Compaction of the backfill in all trenches shall be performed by using mechanical equipment to at least 90 percent of the maximum dry density, using the Modified Proctor,per ASTM D 1557. *** END OF SECTION *** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 02300-4 SECTION 02700 GRAVEL MATERIALS PART1 GENERAL 1.1 SCOPE The work specified in this Section includes the various types of granular materials that are to be used in trenches and other excavations as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02300 Earthwork 16130 Raceway and Boxes 1.3 SUBMITTALS The Contractor shall provide certificates of laboratory tests, indicating particle size distribution for review for each type of granular material furnished and proctor test reports for all material to be placed as conduit bedding material, trench backfill. The certificates and proctor test reports shall be provided to the Engineer at least 5 calendar days prior to placement. 1.4 PAYMENT The lump sum contract price for ELECTRICAL, TELEMETRY, AND INSTRUMENTATION shall include but not be limited to all labor, materials, equipment, and incidentals associated with conduit trenching, backfill, and compaction as shown on the Plans and as specified herein. PART 2 PRODUCTS 2.1 BANK RUN GRAVEL FOR TRENCH BACKFILL Bank run gravel for trench backfill shall be free from organic matter or other deleterious materials and in conformance with Section 9-03.19 of the WSDOT Standard Specifications. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 02700-1 2.2 MISCELLANEOUS GRAVEL If the Plans call for a gravel that is not herein specified then the gravel shall conform to the type of gravel called for. PART 3 EXECUTION 3.1 BANK RUN GRAVEL FOR TRENCH BACKFILL Bank run gravel for trench backfill shall be used where excavated material is unsuitable or unavailable for the backfill of trenches as approved by the Engineer. In the event the Contractor overexcavates the pipe trench, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so placed shall be at the Contractor's sole expense. 3.2 MISCELLANEOUS GRAVEL Miscellaneous gravel shall be installed per the Plans. *** END OF SECTION *** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 02700-2 SECTION 02950 SITE RESTORATION AND REHABILITATION PART GENERAL 1.1 SCOPE The work specified in this Section includes those areas which shall be restored with hydroseeding. The work also includes repair and replacement of fencing and other property features impacted by construction. Particular care shall be taken to minimize damage to landscaped areas within and adjacent to construction areas. In the event construction is to be carried out in areas, which are landscaped, appropriate measures shall be taken to restore such areas to conditions existing prior to construction. 1.2 PAYMENT All costs for site restoration and rehabilitation as specified herein including watering, maintenance, and protection during the 2 years following the date of the project acceptance shall be included in the lump sum price for SITE RESTORATION. 1.3 QUALITY ASSURANCE A. FERTILIZER Conform to Washington State Department of Agriculture Laws and Federal Specification O-F-241 D pertaining to commercial fertilizers. B. SEED Conform to the standards for"certified"-grade seed or better. Furnished in standard container on which the following information is shown: seed name, lot number, net weight, percentage of purity, germination, weed seed and inert material. Furnish to the Engineer duplicate copies of a statement signed by the vendor, certifying that each lot of seed has been tested by a recognized seed testing laboratory within 6 months before the date of delivery on the Project. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 02950-1 Seed that is wet, moldy, or otherwise damaged in transit or storage will not be accepted. PART 2 PRODUCTS 2.1 HYDROSEEDING The seed mixture for property restoration shall have the following composition, proportion, and quality: - Minimum Minimum Kind:and Variety of Seed Percent By Percent of Percent of in Mixture Weight Pure Seed Germination Colonial Bent Grass(Highland or Astoria) 10% 9.8% 85% Creeping Red Fescus (Illahee Rainier or Pennlawn) 40% 39.2% 90% Perennial Rye Grass 30% 29.4% 90% White Clover re-inoculated 20% 19.6% 90% Maximum Percentage of Weed Seed 1.0% Maximum Inert and Other Crops 1.0% The seed mixture shall have the following composition, proportion and quality: The seed shall be applied at a minimum rate of 120 pounds per acre. A commercial fertilizer of the following formulation shall be furnished as specified, and all fertilizer shall be premixed prior to use on the job. The fertilizer shall be applied at the rate of 500 lbs. per acre. Nitrogen (Inorganic)as Nitrogen(Organic) Phosphorous Potassium N2 Ureaformaldeh de as P20s as K20 lbs/Acre 10% 38% 20% 20% 500 The fertilizer shall contain a minimum of 60 percent slow-release nitrogen and all minor elements as well. 2.2 FENCING REPAIR Should existing fences be impacted by construction activities, the fences shall be replaced as soon as practicable with matching materials. If existing fence posts are cast in concrete the contractor shall install new fence posts and cast them in place to match the original installation methodology. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 02950-2 PART 3 EXECUTION 3.1 HYDROSEEDING Should existing grass areas be impacted by construction activities, the areas shall be hydroseeded to restore the site to the previous conditions. For those areas in which hydroseeding would be difficult, the Contractor may request approval from the Engineer to hand-apply the hydroseeding mix. Approval shall be granted for hand-application only after reviewing and approving the procedure that the Contractor recommends. Seeding, fertilizing, and mulching shall be installed in conformance with Sections 8-01 and 9-14 of the WSDOT Standard Specification. Seeding, fertilizing, and mulching shall be installed using an approved type hydroseeder. When weather conditions are not conducive to satisfactory results from seeding operations, the Engineer may order the work suspended and it shall be resumed only when the desired results are likely to be obtained. Areas that have received an application of mulching shall be inspected upon completion of the work and again on the completion of the application of seed and fertilizer. 3.2 HYDROSEEDING, WATERING MAINTENANCE AND PROTECTION The Contractor shall water, protect and care for all seeded areas until fully established and healthy. Watering of hydroseeded, grass sod, and landscaped areas shall be at the Contractor's expense until new plantings are fully established. The Contractor shall guarantee landscaping materials and workmanship for a period of 2 years following the date of project acceptance. During the 2-year guarantee period, should any planted areas show signs of failure, such as dead or dying areas of grass or bare spots as part of the site restoration fail, the Contractor shall repair or replace all deficient seeded areas to the satisfaction of the Engineer. If any seeded areas require replacement, the Contractor's maintenance and guarantee period applicable to the replaced plants shall extend for an additional 1-year period after the time of the replacement. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 02950-3 The Contractor shall mow all newly established lawn areas a minimum of two mowings. The first mowing shall be performed only after an established and healthy stand of grass is judged to have grown. The second mowing shall occur upon establishment of second healthy stand of grass (4 inches in height). 3.3 FINISHING AND CLEANUP Before acceptance of the Project, all conduit, and appurtenances shall be cleaned of all debris and foreign material. In undeveloped areas, the entire area which has been disturbed by the construction shall be shaped so that, upon completion, the area will present a uniform appearance, blending into the contour of the adjacent properties. All other requirements outlined previously shall be met. Upon completion of the cleaning and dressing, the Project shall appear uniform in all respects. All graded areas shall be true to line and grade as shown on the typical sections and as required by the Engineer. 3.4 CONSTRUCTION ACCEPTANCE The Contractor shall protect and care for all seeded and sodded areas until fully established and healthy. Care shall include equipment and labor necessary to provide sufficient and continuous watering of all seeded areas until final acceptance. The Contractor shall guarantee landscaping materials and workmanship for a period of 2 years following the date of project acceptance. During the 2-year guarantee period, should any seed areas show signs of failure such as dead or dying areas of grass or bare spots, the Contractor shall repair or replace all deficient areas to the satisfaction of the Engineer. *** END OF SECTION ** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 c&o#17530 02950-4 DIVISION 5 METALS SECTION 05500 MISCELLANEOUS METAL FABRICATIONS PART1 GENERAL 1.1 SCOPE The work specified in this Section includes the of miscellaneous metal fabrication work as shown on the Drawings and includes, but is not limited to, the following: preassembled stairs, ladders, handrails, guardrails, railings, grating, including stair treads and nosings; floor plates and covers, custom fabricated pipe brackets, supports, and pipe sleeves; and manways. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 09900 Painting 13211 Steel Reservoir Repairs and Improvements 1.3 REFERENCES This section references the latest revisions of the following documents: Reference Title ASTM A36 Structural Steel ASTM A53 Hot-Dipped, Zinc-coated Welded and Seamless Steel Pipe ASTM A123 Zinc (Hot-Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip ASTM A153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A240 Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels ASTM A283 Carbon Steel Plates, Shapes, and Bars ASTM A307 Carbon Steel Externally Threaded Standard Fasteners ASTM A325 High Strength Bolts for Structural Steel Joints ASTM A386 Zinc-Coating (Hot-Dip) on Assembled Steel Products ASTM A446 Steel Sheet, Zinc-Coated(Galvanized) by the Hot-Dip Process, Structural (Physical) Quality ASTM A500 Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes ASTM A501 Hot-Formed Welded and Seamless Carbon Steel Structural Tubing City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 05500-1 ASTM B221 Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes ASTM B241 Aluminum-Alloy Seamless Pipe and Seamless Extruded Steel Tube NAAMM National Association of Architectural Metal Manufacturers, "Metal Bar Grating Manual" AISC American Institute of Steel Construction AWS D1.1 Structural Welding Code - Steel AWS D 1.2 Structural Welding Code - Aluminum SSPC Steel Structures Painting Council 1.4 SUBMITTALS The following information shall be submitted in accordance with City of Kent Special Provisions. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1.5 PAYMENT The lump sum contract price for STRUCTURAL MODIFICATIONS shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for miscellaneous metal fabrications necessary for demolition, wastehauling, and disposal of existing and installation of ladder platform, catwalk bump-outs, extension of existing roof hatch, and roof platform and stair treads as described herein and as shown on the Plans. The lump sum contract price for SAFETY MODIFICATIONS shall include all costs for labor, materials,tools, generators, fuel, other appurtenances, and equipment for miscellaneous metal fabrications necessary for demolition, wastehauling, and disposal of existing and installation of guardrails, extension of existing roof hatch,handrail cable safety systems, and Saf-T-Climb system as described herein and as shown on the Plans. The lump sum contract price for APPURTENANCES shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for miscellaneous metal fabrications necessary for demolition, wastehauling, and disposal of existing and installation of roof vent, complete level gauge board assembly, inlet/outlet rebar screen, and anti-climb mesh as described herein and as shown on the Plans. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 05500-2 PART 2 PRODUCTS 2.1 MATERIALS A. STEEL CASTINGS Comply with ASTM A27. Grade 65-35, medium strength carbon steel. B. STRUCTURAL STEEL Comply with ASTM A36 or ASTM A572, C. STAINLESS STEEL Comply with ASTM A276, Type 316. D. ALUMINUM ALLOY EXTRUDED BARS, RODS, WIRE, SHAPES AND TUBES Comply with ASTM B221, Alloy 6061-6. E. ELECTRODES FOR WELDING Comply with AWS, using ASTM A233, E-60 or E-70 Series. F. ZINC COATING Comply with ASTM A123 or ASTM A153. G. DEFORMED BAR ANCHOR STUDS Comply with Section 03200. H. PAINTING For reservoir accessories comply with Section 09970. Otherwise comply with Section 09900. I. HEADED STUD-TYPE CONNECTORS ASTM Al08, Grade 1015, forged steel, uncoated. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 05500-3 J. HIGH-STRENGTH THREADED FASTENERS Heavy hexagon structural bolts, heavy hexagon nuts and hardened washers as follows: Quenched and tempered medium carbon steel bolts, nuts and washers complying with ASTM A325. Quenched and tempered alloy steel bolts, nuts and washers complying with ASTM A490 where indicated. Provide and install bolts with load indicator devices (load indicator washers or snap-off heads). K. ANCHOR BOLTS AND THREADED RODS ASTM F1554, Grade 36, unless noted otherwise. ASTM A276, Type 316, stainless steel. L. UNFINISHED THREADED FASTENERS ASTM A307, Grade A, regular low-carbon steel bolts and nuts. Provide hexagonal heads and nuts for all connections. M. EXPANSION ANCHORS Provide size and type indicated. Expansion anchors shall be one piece stud type, wedge-style anchor. Carbon steel expansion anchors shall meet the following: • Stud: ASTM A108 and zinc plated in accordance with ASTM B633 • Wedge: AISI 1010 carbon steel • Nut: ASTM A563 Grade A • Washer: SAE 1005-1020 Stainless steel expansion anchors shall meet the following: • Stud: ASTM F593, AISI 304 or 316 • Wedge: AISI 304 or 316 • Nut: ASTM F594 • Washer: AISI 304 or 316 conforming to ASTM A240 City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 05500-4 Subject to compliance with the requirements,products which may be incorporated in the work include,but are not limited to, the following: KWIK Bolt, Hilti, Inc. Power-Stud, Powers Fasteners, Inc. N. ADHESIVE ANCHORS 1. Adhesive capsules shall be self-contained two-part component consisting of a vinyl urethane resin with a Dibenzoyl Peroxide Hardener. Subject to compliance with the requirements products, which may be incorporated in the work include, but are not limited to the following: HVU Adhesive capsule, Hilti, Inc. Chem-Stud Capsule, Powers Fasteners, Inc. 2. Injection adhesive system shall consist of a dual-cylinder adhesive refill pack, a mixing nozzle, and dispenser. The adhesive shall be formulated to include resin and hardeners. Subject to compliance with the requirements products, which may be incorporated in the work include, but are not limited to, the following: HIT RE 500 Injection Adhesive Anchor, Hilti, Inc. HIT HY 150 Injection Adhesive Anchor, Hilti, Inc. Power-Fast, Powers Fasteners, Inc. 2.2 PRODUCTS A. GRATING AND STAIR TREADS Grating shall be serrated, hot-dip galvanized steel rectangular bar grating complying with the requirements of NAAMM "Metal Bar Grating Manual;" in addition, stair treads shall be provided with 1-1/4-inch corratred nosings. Unless noted otherwise on the Drawings, minimum size of galvanized grating shall be 1-1/2" x 3/16" bearing bars at 1-3/16 inch on center with cross bars at 4 inches on center for a maximum span of 4'-6". For spans City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 05500-5 greater than 4'-6", grating shall be designed for 100 psf uniform load and 250 pounds concentrated load and 1/2 inch maximum deflection. Stair treads shall be designed for 300-pound concentrated load with 33-1/3 percent impact. Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to the following: AMICO Bar Grating IKG Borden McNichols Co. Seidlehuber Metal Products 2.3 FABRICATION Fit and shop assemble components in the largest practical size for delivery and installation at site. A. GENERAL Provide galvanized fasteners with zinc coated items except as noted below. B. GUARDRAIL AND RAILINGS Unless noted otherwise, handrail and railing assemblies shall include a minimum 1/4" x 4" steel kick plate. Fabricate components with joints tightly fitted and secured. Fabricate anchors and related components of the same material and finish unless noted otherwise. Coordinate and accurately form components to suit stairs, landings and building structure. All stair stringers shall have handrail installed on them, unless noted otherwise. C. GRATING AND STAIR TREADS Fabricate with bearing bars placed edgewise and joined by straight cross bars. Do not notch, slot or cut bearing bars to receive cross bars. Cross bars shall be secured to the main bearing bars to prevent turning, twisting, or coming loose. Each of the cross bars shall be trimmed flush with outside face of bearing bars. Grating shall be fully banded at ends and at all openings. Provide anchorage as indicated on the Drawings. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 05500-6 D. ACCESSORIES Provide necessary accessories as required for complete installation of products. Provide anchors, anchor bolts, plates, angles, hangers, struts, and other items required for connecting stairs to structure. PART 3 EXECUTION 3.1 EXAMINATION Verify that field conditions are acceptable and are ready to receive the work. 3.2 PREPARATION Clean and strip primed steel items to bare metal where site welding is required. Supply items required to be cast into concrete or embedded in masonry with setting templates. Paint embedded aluminum items in accordance with Section 09900. 3.3 INSTALLATION A. TOLERANCES Install items plumb and level, accurately fitted, free from distortion or defects. Comply with the following tolerances: Maximum Variation From Plumb: 1/4 inch (6 mm) per story, non-accumulative. Maximum Offset From True Alignment: 1/4 inch(6 mm). Allow for erection loads, and provide sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. B. BOLTING AND WELDING Field bolt and weld to match shop bolting and welding. Conceal bolts and screws whenever possible. Field weld components as indicated on the Drawings. Perform field welding in accordance with AWS D 1.1 or AWS D1.2. Obtain Engineer approval prior to field cutting or making adjustments not scheduled on the shop drawings. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 05500-7 C. COATINGS For reservoir accessories, comply with Section 09970. Otherwise comply with Section 09900. D. DISSIMILAR MATERIALS Avoid direct fastening of dissimilar metals to one another, i.e., steel to aluminum. Where dissimilar metals are in contact, the contact surface of each metal shall be entirely coated with epoxy paint. Where aluminum components are mounted to concrete, coat the aluminum surfaces in accordance with Section 09900. E. ANCHORING GRATING All grating shall be mechanically fastened into place. Provide plate fasteners or F-9 fasteners as recommended by the manufacturer. Where removable grating is specified on the Drawings, fasteners shall be provided and installed to allow for easy removal of the grating. *** END OF SECTION *** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 05500-8 DIVISION 9 FINISHES SECTION 09900 PAINTING PART1 GENERAL 1.1 SCOPE The work specified in this Section covers the furnishing and installation of galvanized touchup. All other coatings specified in Section 09970. Unless specifically noted otherwise in these Specifications or on the Plans, all work performed under this Contract(both new work and modifications to existing facilities) shall be painted. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 09970 Reservoir Surface Preparation and Painting 13211 Steel Reservoir Repairs and Improvements Division 16 Electrical 1.3 REFERENCED STANDARDS The following standards are referenced and shall be considered a part of these Specifications: American National Standards Institute (ANSI): Al59.1, Surface Preparation Specifications; Z53.1, Safety Color Code for Marking Physical Hazards American Society for Testing and Materials (ASTM): D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method E84, Standard Test Method for Surface Burning Characteristics of Building Materials National Fire Protection Association (NFPA): 101, Life Safety Code Steel Structures Painting Council(SSPC): SP-1, Solvent Cleaning SP-2, Hand Tool Cleaning SP-3, Power Tool Cleaning City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09900-1 SP-5, White Metal Blast Clearing SP-6, Commercial Blast Cleaning SP-7, Brush-off Blast Cleaning SP-10,Near-White Blast Cleaning SP-11, Power Tool Cleaning SP-13 Surface Preparation for Concrete Surfaces VIS-89, Visual Standard 1.4 DEFINITIONS A. PAINT Includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, urethanes, shellacs, varnishes and any other applied coating specified within these Specifications or shown on the Plans. B. PAINTING COVERAGE RATE Coverage's expressed in SF/GAL/coat are the manufacturer's published theoretical coverage's in square feet per gallon per coat. 1.5 SUBMITTALS The following information shall be submitted in accordance with Special Provisions Part 1, Section 1-06.7 (Submittals). 1. Written acknowledgment and certification that products submitted meet requirements of standards referenced in this Section. 2. Manufacturer's application instructions for primer, finish, and mural coats. 3. Manufacturer's surface preparation instructions. 4. Manufacturer's full line of color samples for color selection by Engineer. 5. If products being used are manufactured by a company other than the specified reference standard, the Contractor must provide a complete comparison of the proposed products with the specified rererence products per Part 2.1 requirements, including application procedure, coverage rates, and verification that product is designed for intended use. Information must be provided that demonstrates that manufacturer's products are equal to the performance standards of products manufactured by the Tnemec Company, which is the reference standard. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09900-2 6. Manufacturer's approval of protective coating systems applicator. 1.6 PAYMENT All costs of the work specified herein shall be included in the lump sum bid item for RESERVOIR EXTERIOR PREPARATION AND RECOATING. The lump sum contract price for RESERVOIR EXTERIOR PREPARATION AND RECOATING shall include all labor, generators, fuel, other appurtenances, materials, equipment, and incidentals associated with galvanized metal touchup and appurtenance coating as shown on the Plans and as specified herein. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS The following is an approved coating systems manufacturers list subject to compliance with the Specifications contained herein: 1. Tnemec Company. 2. Sherwin Williams. No substitutions shall be allowed that change the number of coats, thickness or generic type of paint required. All materials shall be brought to the jobsite in the original sealed and labeled containers of the paint manufacturer and shall be subject to inspection by the Engineer. No coating materials other than those specified shall be brought to the jobsite. Thinners, driers and oils brought to the jobsite shall be only those recommended and approved by the paint manufacturer. All paint shall conform to the applicable air quality regulations at the point of application. Any paint material which cannot be guaranteed by the manufacturer to comply, whether specified by product designation or not, shall not be used. It shall be the responsibility of the Contractor to ensure the compatibility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09900-3 2.2 PAINT SYSTEMS A. GALVANIZED SURFACE TOUCHUP 1. Scope This Section shall apply to all galvanized surfaces, which have received minor damage to the galvanized surface during construction. 2. Surface Preparation Power tool cleaning, SSPC-SP-3. 3. Coatings Paint System: Product: Tnemec-Zinc Tnemec Series 90-97 MDFT: 3 to 5 mils Total MDFT: 3.5 mils 2.3 COLORS A. GENERAL Paint colors used for the finish coatings on piping and building surfaces shall conform to the following schedules. All finishes shall be glossy unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform with this color schedule wherever possible. Factory coatings which are damaged during shipment or installation, or which are not of suitable color, as determined by the Engineer, shall be recoated in the field in accordance with these Specifications. Color samples shall be submitted to the Engineer for approval prior to application of any field or shop coatings. B. EQUIPMENT COLOR SCHEDULE Appurtenances on the exterior of the reservoir shall be the color chosen for the exterior. Appurtenances on the interior of the reservoir shall be the color chosen for the interior. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09900-4 PART 3 EXECUTION 3.1 GENERAL It is the intent of these Specifications that materials and workmanship be provided such that the highest quality job is obtained. The completed work, prior to acceptance, must be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or care of the completed work. It is the responsibility of the Contractor to ensure that all surfaces are prepared in accordance with the written recommendations and directions of the paint manufacturer whose paint is applied. Approval of conditions shall be obtained from the Engineer prior to applying any or all coats of paint; however, such approval shall not relieve the Contractor of his responsibility of conformance with these Specifications and conformance with the manufacturer's recommendations. It shall be the responsibility of the Contractor to prevent settling of dust or the occurrence of other conditions detrimental to the finished quality of the job and to repair any damaged paint at no additional cost to the City. Materials or equipment delivered with prime coats shall be touched up as required prior to the application of additional coating(s). The Contractor shall apply each coating at the rate and in the manner specified by the paint manufacturer. If material has thickened or must be diluted for application by spray gun, the coating shall be built-up to the same thickness achieved with undiluted material. Deficiencies in film thickness shall be corrected by the application of an additional coat(s) of paint. Film thickness shall be determined when dry by the Engineer with a magnetic dry film thickness gauge. The thickness gauge shall be calibrated with test shims. Where thinning is necessary, only the products of the manufacturer furnishing the paint and for the particular purpose shall be allowed. All thinning shall be done strictly in accordance with the manufacturer's instructions as well as with the full knowledge and approval of the Engineer. Paint application shall be performed strictly in accordance with the manufacturer's instructions. The additional conditions for application are listed herein and the most stringent requirement, between the manufacturer and these specifications, shall apply. No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 degrees F. No paint shall be applied when the temperature of the surface to be painted is below 35 degrees F. Paint shall not be City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09900-5 applied to wet or damp surfaces and shall not be applied in rain, snow, fog or mist or when the relative humidity exceeds 85 percent. No paint shall be applied when it is expected that the relative humidity will exceed 85 percent or that the air temperature will drop below 40 degrees F within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated and if such conditions are prevalent, painting shall be delayed until conditions improve to be certain that the surfaces are dry prior to application of paint. No paint shall be applied when the ambient temperature is less than 5T above the dewpoint. Further, the day's painting shall be completed well within advance of the probable time of day when condensation will occur, in order to permit the paint film an appreciable drying time prior to the formation of moisture. Manufacturer's recommended drying time shall be construed to mean"under normal conditions." Where conditions are other than normal because of the weather or because painting must be done in confined spaces, longer drying times shall be necessary. The manufacturer's recommendations for recoating time intervals shall be strictly adhered to. Adequate ventilation, which will effectively remove solvents, shall be provided for proper drying of paints on interior surfaces. A minimum of 7-consecutive calendar days at 70 degrees F following the application of the final coat on submerged surfaces shall be required before submergence. Longer periods shall be allowed prior to submergence if recommended by the paint manufacturer or if weather conditions require a longer curing time. Contractor shall store paint a minimum of 48 hours at the recommended mixing temperature prior to application so that the paint is a uniform temperature. In no case shall paint be kept or brought to a temperature outside of the storage temperature stated by the manufacturer. Any paint reaching such temperature shall be marked as such and removed from the job site at the end of the working day. 3.2 MIXING AND THINNING Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. Only thinners approved by the paint manufacturer shall be used. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 09900-6 3.3 SURFACE PREPARATION A. GENERAL Surfaces shall be dry and thoroughly cleaned of foreign materials with all defects filled or removed. All trades employed shall leave the surfaces of their work in such a condition that only minor cleaning, sanding and filling is required of the painting trade for surface preparation. Hardware, switchplates, machined surfaces, nameplates, lighting fixtures, wiring, and all other surfaces not to be painted shall be removed or otherwise protected. Drop cloths shall be provided, where necessary, to avoid spotting of surfaces adjacent to the item being painted. Working parts of electrical equipment shall be protected from damage during surface preparation and painting operations. Ferrous metal cleaning shall be in accordance with Steel Structures Painting Council Specifications (SSPC). Description SSPC White Metal Blast Cleaning SP-5 Commercial Blast Cleaning SP-6 Brush-Off Blast Cleaning SP-7 Near-White Blast Cleaning SP-10 Preparation of Concrete SP-13 The words "blast cleaning"or equivalent phrases of equal intent shall be taken to refer to the applicable SSPC specification when used in the paint manufacturer's recommendations or these Specifications. Hand tool cleaning shall be used when power tool cleaning is not possible. Hand and power tool cleaning shall be in accordance with SSPC Specifications SP-2, SP-3 or SP-11, respectively. The blast cleaning surface profile depth shall be per manufacturer's recommended depth. B. FERROUS METAL, GALVANIZED METAL AND HOLLOW METAL SURFACES The Contractor shall assure that fabrication, welding or burning is completed prior to the sandblasting operation. The Contractor shall chip or grind off flux, spatter, slag or other laminations left from welding. The City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09900-7 Contractor shall remove all mill scale. The Contractor shall grind smooth rough welds and other sharp projections. The Contractor shall near-white blast clean, in accordance with SSPC SP-10, all surfaces except galvanized surfaces. The Engineer reserves the right to accept preparation of these surfaces in accordance with SSPC SP-3 for areas not practical or possible to sandblast to SSPC SP-6 requirements. The Contractor shall apply prime coat on cleaned surfaces within 2 hours of cleaning. The Contractor shall solvent clean galvanized surfaces in accordance with SSPC SP-1. Final surface preparation for galvanized surfaces shall be determined by the paint manufacturer. C. SURFACE PREPARATION TOUCHUP The Contractor shall sandblast the following equipment items or surfaces in accordance with applicable SSPC standards whether prime coated or not: Shop primed surfaces, which have 2 percent or more of the primed surface damaged. If catalyzed epoxy prime coat has been exposed to sunlight for longer than 60 days. D. PREPARATION BY SANDBLASTING The Contractor shall not sandblast surfaces that will be wet after blasting and before painting. The Contractor shall apply primer to sandblasted surfaces the same day that the surface is blasted and before rusting occurs. The Contractor shall reblast surfaces allowed to set overnight prior to priming or surfaces that show rust bloom. The sand shall be clean, water washed, with controlled particle size and high silica content. The sand shall have sharp, angular surfaces and contain no clay particles or other extraneous matter. The profile depth of sandblasted surfaces shall be not less than 1 mil or greater than 2 mils, unless required otherwise by the coating manufacturer. Compressed air for blasting shall be free of water and oil. The Contractor shall provide accessible separators and traps, shall confine sandblast sand to the area being blasted, shall provide shields of polyethylene sheeting or City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09900-8 other such barriers to confine sand and shall plug pipes, holes or openings before sandblasting and keep them plugged until the sandblasting operation is complete and the sand is removed. The Contractor shall protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from sandblasting. The Contractor shall reblast surfaces not meeting the requirements of these Specifications. 3.4 APPLICATION A. GENERAL The Contractor shall mix and apply coatings by brush, roller or spray in accordance with the manufacturer's installation instructions. Spraying equipment shall be inspected and approved in writing by the coating manufacturer. The Contractor shall provide complete coverages to the mil thickness specified. The thickness specified shall be dry film mil thickness. All paint systems are "to cover." In situations of discrepancy between the manufacturer's square footage coverage rates and mil thickness, mil thickness requirements govern. When color or undercoats show through, the Contractor shall apply additional coats until paint film is of uniform finish and color. The Contractor shall not apply consecutive coats until the Engineer has had an opportunity to observe and approve previous coats. The Contractor shall apply materials under adequate illumination, shall evenly spread and flow on to provide full, smooth coverage, shall work each application of material into corners, crevices,joints and other difficult to work areas, shall avoid degradation and contamination of blasted surfaces and avoid intercoat contamination, shall clean contaminated surfaces before applying next coat and shall immediately smooth out runs or sags, or remove and recoat entire surfaces. The Contractor shall assure that preceding coats are dry before rcoating, shall recoat within the time limits specified by the coating manufacturer and shall allow coated surfaces to cure prior to allowing traffic or other work to proceed. The Contractor shall coat all aluminum surfaces in contact with dissimilar materials. All fabricated and structural steel shall have prime coat(s) applied in the shop and finish coat(s) applied in the field. During application of either prime or intermediate coats, brush coat all weld seams, edges, angles, fasteners and other irregular surfaces to insure a monolithic film, pinhole free surface. All coats of paint shall be uniform in color and sheen without streaks, laps, runs, drips, sags or missed areas. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&o#17530 09900-9 All submerged or intermittently submerged materials shall have surface preparation and coatings applied prior to installation unless otherwise approved by the Engineer. All pipe, pipe supports, and pipe hangers that will be painted shall have surface preparation and coatings applied ip-ior to installation. B. FINISH SCHEDULE All work performed under this Contract (including new work, modifications to existing facilities, and existing facilities) shall be painted. If the finish schedule requires wall surfaces to be painted in a particular space, the Contractor shall paint all appurtenant surfaces unless specifically noted not to be painted on the Plans. These items to be painted shall include: 1. Exterior of steel piping whether exposed or buried. 2. Ferrous metals. 3. Copper and brass surfaces. 4. Inside and/or outside of ferrous metal tankage including legs and cross supports. 5. New machinery and equipment except: a. Electrical panels; b. Raceways; The Contractor shall paint all exposed interior and exterior surfaces including: 1. Conduit and appurtenances. 2. Exterior and interior surfaces of ferrous metal tankage. 3. Ferrous metals. The Contractor shall not paint the following elements unless specifically noted on the Plans to be painted: 1. Stainless steel surfaces except as required to identify piping. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09900-10 2. Exposed to view aluminum surfaces. 3. Galvanized metal surfaces. 4. Interior of pipe, ductwork, and conduits. 5. Moving parts of mechanical and electrical units. 6. Code labels and equipment identification and rating plates. 7. Contact surfaces of friction-type connections. 8. Pipe and/or duct lagging. 3.5 FIELD QUALITY CONTROL The Contractor shall be responsible for performing and assuring conformance with all requirements of these Specifications. The Contractor shall maintain daily records showing: 0 Start date of work in each area. • Date of application for each following coat. • Moisture content and surface temperature of substrate. Also record weather conditions, ambient air temperature, dew point, and temperature of the paint. 0 Provisions utilized to maintain temperature and humidity of work area within paint manufacturer's recommended ranges. The Contractor shall measure the surface temperature of items to be painted with surface temperature gauges specifically designed for such use. Use of"heat guns" shall only be allowed if they are rated to higher than 2 percent margin of error and calibrated against a surface temperature gauge. If the surface temperature is within 10 degrees F of the dew point, the measurement shall be made by a surface temperature gauge. The Contractor shall measure substrate humidity with humidity gauges specifically designed for such use. The Contractor shall measure wet paint with wet film thickness gauges. The Contractor shall measure paint dry film thickness with a Mikrotest gauge calibrated against the National Bureau of Standards "Certified Coating Thickness Calibration Standards"or a digital coating thickness gauge meeting or exceeding the specifications of the Elcometer 456E City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09900-11 and with a current calibration certificate. The Engineer may direct measurement of paint thickness at any time during the project to ensure conformance with these Specifications. A sufficient number of dry film thickness measurements shall be made so that there is approximately one measurement for each 100 square feet of surface area painted. Where a wall or ceiling or other type of surface is disturbed and patched, the Contractor shall repaint entire wall or ceiling. The Contractor shall provide wet paint signs as necessary. The Contractor shall touch up damaged finish coats using the same material as specified for the finish coat. At the conclusion of all painting activities, Contractor shall submit a painting field test report to the Engineer showing the above information plus results of wet film and dry film thickness tests. Provide four copies of final test report. The City will employ an independent Painting Inspector as described in Section 09970. 3.6 PAINTING SITE Either shop painting or field painting and surface preparation shall be acceptable when painting work is performed in conformance with this Section, unless the painting is activity specified elsewhere in these Specifications. 3.7 PAINT THICKNESS All paint thicknesses specified herein are minimum dry film thickness (MDFT). The thickness of paint over metallic surfaces shall be measured with a magnetic thickness gauge or digital coating thickness gauge meeting the requirements of Section 3.5; paint thickness over wood or masonry shall vary in accordance with surface texture, but in no case shall the manufacturer's recommended coverage rate be exceeded. The minimum thicknesses given are total coating thickness for the coating specified, including multiple coats of the same material, where applicable. *** END OF SECTION *** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&o#17530 09900-12 SECTION 09970 RESERVOIR SURFACE PREPARATION AND PAINTING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes preparation of surfaces and completion of painting of the interior floor, ceiling, wall surfaces, accessories, riser interior, exterior roof, walls, legs, cross braces, drain/fill pipe, riser exterior, and areas damaged by the welding excluding aluminum items of the reservoir as required by the Drawings and as specified herein to include, but is not limited to, the following: A. RECOAT RESERVOIR INTERIOR AND EXTERIOR 1. Clean interior and dispose of material; 2. Provide adequate ventilation, dust collection and equipment; 3. Provide dehumidification heaters, and/or forced air fans as required; 4. Provide all generators, fuel, and other appurtenances necessary to perform the work described herein. 5. Provide containment of blast material, per SSPC Guide 6 per Specifications. Plug the inlet and outlet pipe on the interior of the reservoir and prevent blast material from entering the riser. 6. Blast interior to obtain an SSPC-SP10 (near white blast) finish including the reservoir riser and prep other damaged areas and welds as specified; 7. Blast exterior to obtain an SSPC-SP10 (near white blast) finish and prep other damaged areas and welds as specified; 8. Dispose of blast material. Blast material from the interior of the reservoir shall be removed through the existing reservoir roof access hatch. The existing exterior coating system has been tested and results are included in the Appendix. The exterior coating system has detectable levels of lead; 9. Apply prime, stripe, intermediate, and finish coats of paint; City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-1 10. Allow proper curing time while providing dehumidification heaters and/or forced air fans, as required; 11. Disinfection and testing of the reservoir. All coating materials and workmanship shall be in conformance with AWWA D102 and as specified herein. The more stringent requirements of the AWWA Standard or this Section shall apply. All coatings in contact with potable water shall be certified by the National Sanitation Foundation (NSF) for compliance with NSF Standards 60 and 61. Additional coating preparation and application specifications are found in Section 09900. The Contractor is advised that electrical power is not available on site to use on this project. The Contractor shall provide its own source of power to perform all the required work. Associated cost for power generation and fuel shall be considered incidental to the various pay items in the contract. In addition, the Contractor shall not remove any cross bracing or seismic members from the tank legs or center riser. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 1-06.7 Submittals 09900 Painting 1.3 REFERENCES ANSI/NSF 61 -Drinking Water System Components - Health Effects. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. AWWA C 652 —Disinfection of Water-Storage Facilities. AWWA D 102 —Painting Steel Water Storage Tanks. SSPC-SP 6/NACE 3 —Commercial Blast Cleaning. SSPC-SP 10/NACE 2—Near-White Metal Blast Cleaning. SSPC-Guide, Guide 6 —Guide for Containing Surface Preparation Debris During Paint Removal Operation. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-2 SSPC-Guide 7— Guide for Disposal of Lead-Contaminated Surface Preparation Debris. 1.4 SUBMITTALS The following information shall be submitted in accordance with Special Provisions Part 1, Section 1-06.7 (Submittals). A. Paint system data sheet for each of the distinctive products to be used. The information shall include manufacturer's name, product name, and number and required minimum dry film thickness. B. Manufacturer's written instructions for applying the primer, stripe, intermediate, and finish coats of paint. C. Manufacturer's Quality Assurance: Submit paint manufacturer's certification that coatings comply with specified requirements and are suitable for the intended application. D. Material Safety Data Sheets for all substances to be used and/or stored at the Project site. E. A Waste Handling and Disposal Plan that includes but is not limited to a description of the wastes that the Contractor expects to generate, waste characterizations, procedures and how wastes are to be collected, stored, contained, and disposed during the Project and how the nearby well will be protected from potential contamination. F. A Ventilation Plan to provide adequate ventilation and respirators for personnel to meet all safety requirements and to carry away solvents during the curing phase of each coat. G. Reservoir Interior Environmental Control Plan that includes a description of the dehumidifier, ventilation, heating systems, environmental monitoring equipment, and procedures the Contractor anticipates using on the project. H. A Health and Safety Plan that includes but is not limited to methods for protecting workers from dust, paint fumes, exposure to lead, a description of the air handling system and appropriate emergency procedures. I. A Fall Safety Plan, that includes but is not limited to methods for protecting workers when working on the reservoir. J. A Materials Storage Plan, that includes but is not limited to provisions for City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-3 temporary on-site storage of coating products and related materials. K. A Fueling Plan, that includes but is not limited to provisions for temporary on-site storage, transfer of fuels and lubricants, and how the nearby well will be protected from potential contamination. L. A Disinfection and Testing Plan, that includes but is not limited to written procedures and drawings for disinfection of the reservoir and collecting of samples to be tested by an independent laboratory. The Disinfection and Testing Plan shall include a plan for disposal of test water. M. A Containment Plan that includes, but is not limited to,written procedures and drawings for providing dust containment during the surface preparation of the reservoir exteriors, meeting the requirements of SSPC Guides 6 and 7, and how the nearby well will be protected from potential contamination. N. Certification that the interior paint coating in contact with potable water is certified in accordance with the National Sanitation Foundation Standard No. 61 and meets zinc-rich primer requirements of AWWA D102-03 System ICS-5. P. Provide a plan for blasting and blast removal including how the cleanliness of the inlet and outlet pipe will be maintained and how blast material will be removed from the interior of the reservoir through the existing reservoir roof access hatch. Provide an abrasive blast disposal plan that includes, but is not limited to, methods and materials planned for the proper storage, testing, disposal method, and disposal site for project blast material. Documentation of proper disposal will be required prior to project closeout. Proper adherence to all applicable laws, regulations, and standards for the safe handling of lead contaminated materials will be the responsibility of the Contractor. Q. A Spill Prevention, Control and Countermeasure Plan per 40 CFR Part 112 including how the nearby well will be protected from potential contamination. The above information shall be submitted 20 days prior to the painting process and shall be approved by the Engineer before any coatings are applied. 1.5 SITE ENVIRONMENTAL REQUIREMENTS A. The Contractor, in executing the work, shall maintain affected areas within and outside project boundaries free from environmental pollution that would be in violation of any federal, state, county, or local regulations. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-4 B. Staging areas established by the Contractor shall be limited to the minimum area absolutely required. Hazardous materials stored in the staging areas shall be placed on a leak proof membrane and surrounded with temporary retaining curbs as required to prevent soil contamination and/or the release of any contaminated material. Other precautions to prevent soil contamination shall consist of acceptable containers for the collection and disposal of all waste materials including rubbish, other debris, existing paint chips and other painting materials used for this project. C. Any liquid, semi-liquid, or saturated solids that tend to bleed must be conveyed in watertight containers. D. The Contractor shall not dispose of volatile wastes such as mineral spirits, oil, chemicals, paint thinner, or paint stripper in storm or sanitary drains. Disposal of wastes into streams or waterways is also strictly prohibited. Wastes shall be prohibited from entering the surface or subsurface water source(s). No paint or solvent material shall be disposed of on site, nor shall the Contractor burn or bury rubbish or waste materials on the project site. E. The use of petroleum products on the site shall be limited during construction to that amount absolutely necessary. Refueling shall be done in an area covered by a leak-proof membrane and surrounded by temporary retaining curbs as required. Any vehicle or piece of equipment that is leaking petroleum products, including fuel or hydraulic fluid, shall be prohibited from the construction site. F. The Contractor shall prepare a Spill Prevention, Control and Countermeasure (SPCC) Plan and in the event a spill occurs on the construction site, the Contractor is responsible for contacting the Engineer and all appropriate agencies in accordance with applicable federal, state, and local regulations, including but not limited to WAC 173-303-145 (Spills and Discharges into the Environment). G. The Contractor shall comply with all applicable federal, state, and local laws including but not limited to WAC 173-303 Dangerous Waste Regulation relating to the collection, containment and transportation of hazardous substances and shall be contractually responsible for ensuring all subcontractors comply as well. H. Noise shall be minimized by using appropriate construction methods and equipment. The Contractor shall provide mufflers or acoustical barriers to maintain noise levels from tools and equipment within legal noise levels. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-5 See Kent City Code Chapter 8.05, Noise Control. Noise levels shall be limited to 55 dBA at the property line and between the hours of 10:00 p.m. and 7:00 a.m. noise levels shall be limited to 45 dBA at the property line. I. The Contractor shall strictly adhere to applicable regulations for fugitive dust emissions as specified by the Puget Sound Clean Air Agency. Any dust complaints received shall be immediately addressed by the Contractor. J. The Contractor shall be responsible for the temporary storage of painting materials, solvents, plus the collection and containment of all non- hazardous and hazardous wastes, debris and rubbish generated by construction activities for the duration of the Project and until the Engineer accepts the work as complete. The Contractor shall employ the necessary safe guards to protect the materials temporarily stored on site from accidental spills and vandalism. Temporary storage areas required for the Contractor to store hazardous substances and other wastes on site shall be confined to mutually agreed upon locations within the site. The Contractor shall be confined to the location(s) specified. Changes or modification to the temporary storage shall be permitted, provided the request is submitted in writing with a sketch of the proposed modification to the Engineer for review. K. Hazardous and non-hazardous substance storage on site is limited to the length of the Contract. All containers with hazardous substances shall be water tight and environmentally safe. When temporarily stored on site, all containers shall be placed on wooden pallets and contained within leakproof membranes surrounded with temporary retaining curbs. Containers shall be stored up right in multiple rows, stacking containers on top of one other is prohibited. L. The Contractor shall be responsible for transporting and disposal of all materials generated from the cleaning process to include but not limited to: all abrasive paint removal materials and all other hazardous and non- hazardous substances, debris and rubbish generated from the surface preparation, application of the new coating system and other construction activities. All materials shall be removed from the site by the Contractor prior to Project acceptance and disposed of or recycled in accordance with all federal, state, county, and local regulations. 1.6 CONTRACTOR'S QUALIFICATIONS The Contractor or subcontractor performing the surface preparation and painting (shop and field) shall have completed at least five water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09970-6 For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work,the initial contract amount, the final contract amount,the initial contract time and final completion time, and year completed. The Engineer shall have the right to reject any and all painters based on lack of qualifications. Any costs associated with obtaining approval of the painter or substitution of a new painter shall be considered incidental to the Project and no additional payment will be made. 1.7 MANUFACTURER'S SERVICE It shall be the responsibility of the paint manufacturer to work with the Contractor as a working team to obtain a good protective coating for the interior and exterior surfaces of the reservoir. A. The Manufacturer's representative shall be notified and be present at the jobsite on the first day of painting to verify that proper surface preparation has been provided and that coatings are being applied in conformance with these Specifications. B. The Manufacturer's representative shall be available on request by either the Engineer or the Contractor for further confirmation of proper painting procedures throughout the field painting phase of construction, particularly prior to applying the next coat of paint. C. The Manufacturer's representative shall assist in the inspection of the surface coatings, upon completion of the final coats of paint to principally check the minimum dry film thickness (DFT) of the coatings. D. The Manufacturer's representative shall assist in performing the first year and second year anniversary inspection of the interior and exterior coatings at no additional cost to the City. 1.8 INSPECTION The Engineer will provide an independent Painting Inspector to review and inspect the work. The Inspector will review surface preparation, dry film thickness measurements, coating product identification including batch numbers of products, and weather conditions. The Contractor shall make available, at the Inspector's request, access to man-lifts, scaffolding, safety equipment, and work areas as necessary to perform coatings inspections. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09970-7 1.9 EXISTING RESERVOIR CONDITIONS A. DIMENSIONS Capacity: 300,000 gallons Diameter(tank): 43'-2" Diameter(foundation): 53'-5" Height (tank): 29'-11" Height (overall): 88'-0" B. PREVIOUS INTERIOR COATING Previous coating systems are unknown. C. PREVIOUS EXTERIOR COATING Previous coating systems are unknown. A RCRA 8 metals test is included in the appendices. 1.10 DELIVERY, STORAGE AND HANDLING Deliver materials to the site in the paint manufacturer's original, unopened containers and packaging, with label clearly identifying: • Coating or material name. • Name of Paint Manufacturer. • Color name and number. • Date of manufacture. • Batch number. • Mixing and thinning instructions. Store paint materials in a protected area that is heated or cooled to maintain temperature range recommended by the paint manufacturer. Keep materials sealed until time of application. Do not use materials after expiration of shelf life limit as indicated by the Paint Manufacturer. 1.11 PAYMENT REMOVAL OF MILL SCALE will be measured per square foot of reservoir surface where mill scale is identified and removed through abrasive blasting. Should the Contractor encounter mill scale during the process of completing surface preparation of the reservoir,the Contractor shall notify the Engineer. The City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-8 Engineer will review the surface and, if mill scale is present, measure its extent. The Contractor shall remove all paint and corrosion as necessary to expose the mill scale and allow the Engineer to determine the square footage of mill scale present. There will be no compensation allowed for mill scale that is not identified by the Contractor and confirmed and measured by the Engineer. The unit price bid per square foot for removal of mill scale shall include all costs for the labor, materials, and equipment required to remove mill scale from the reservoir surface, should mill scale be encountered. The lump sum contract price for RESERVOIR EXTERIOR PREPARATION AND RECOATING shall include all labor, materials, equipment, generators, fuel, other appurtenances, and incidentals associated with preparing the exterior by abrasive blasting of and recoating the exterior of the Cambridge Reservoir including appurtenances both existing and new as shown on the Plans and as specified herein, including providing heat, dehumidification, and environmental controls from surface preparation through curing. Also included are the complete removal of pack rust, stratified rust, or any other form of rust. The lump sum contract price for RESERVOIR INTERIOR PREPARATION AND RECOATING shall include all labor, materials, equipment, generators, fuel, other appurtenances, and incidentals associated with preparing the interior by abrasive blasting of and recoating the interior of the Cambridge Reservoir, and provide new gaskets and galvanized bolts on the existing manway and roof access hatch, and disinfection as shown on the Plans and as specified herein, including providing heat, dehumidification, and environmental controls from surface preparation through curing. Also included are the complete removal of pack rust, stratified rust, or any other form of rust. The lump sum contract price for RESERVOIR CONTAINMENT shall include all costs for labor, materials, generators, fuel, other appurtenances, tools and equipment necessary to install containment of the existing reservoir, and to provide adequate ventilation, and equipment, including but not limited to, dehumidification heaters, and/or forced air fans as described in Section 09970, and as shown on the Plans. The lump sum contract price for SPCC PLAN shall include but not be limited to all labor, materials, equipment, and incidentals associated with preparation and implementation of a Spill Prevention, Control, and Countermeasure (SPCC) plan as shown on the Plans and as specified herein. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 09970-9 PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS Subject to compliance with the Specifications contained herein, approved manufacturers offering coating systems which may be incorporated into the work include, but is not necessarily limited to the following: A. Tnemec Company B. Sherwin Williams Tnemec Company, Inc. and Sherwin Williams paint products are listed. All colors and types of paints indicated are Tnemec or Sherwin Williams coating systems. All coating applications shall be to the manufacturers' standards, specifications, requirements, and recommendations. Paint application shall be performed in strict accordance with manufacturer's printed instructions except that minimum coating thickness specified in paint schedule herein shall govern. 2.2 STORAGE AND HANDLING All materials delivered to the jobsite shall be in original sealed and labeled containers of the paint manufacturer. Store paint materials in a protected area that is heated or cooled to maintain temperature range recommended by the paint manufacturer. 2.3 INTERIOR RESERVOIR COATING The interior coating system shall be suitable for potable water service (AWWA D 102, System 3 modified for zinc-rich primer for entire interior surface). The interior system shall include: A. ALTERNATIVE SYSTEM 1 —TNEMEC 1. Primer: Tnemec Series 94-H2O, applied at 2.5 to 3.5-mils dry film thickness. 2. Stripe Coat: Tnemec Series N 140F Pota-Pox Plus, applied at 2.0 to 10.0 mils dry film thickness. 3. Intermediate Coat: Tnemec Series N140F Pota-Pox Plus, applied at 6.0 to 9.0 mils dry film thickness. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-10 4. Finish Coat: Tnemec Series N140F Pota-Pox Plus, applied at 6.0 to 9.0 mils dry film thickness. 5. The total dry film thickness of the complete interior paint coating system shall be in the range of 14.5 to 21.5 mils dry film thickness not including stripe coated areas. Stripe coated areas shall be in the range of 16.5 to 31.5 mils dry film thickness. 6. Finish interior shall be tank white. B. ALTERNATIVE SYSTEM 2 - SHERWIN WILLIAMS 1. Primer: Sherwin Williams Corothane I Galvapac I Zinc Primer, applied at 2.0 to 4.0-mils dry film thickness. 2. Stripe Coat: Sherwin Williams Macropoxy 5500LT, applied at 2.0 to 4.0 mils dry film thickness. 3. Intermediate Coat: Sherwin Williams Macropoxy 550OLT applied at 6.0 to 14.0 mils dry film thickness. 4. Finish Coat: Sherwin Williams Macropoxy 5500LT, applied at 6.0 to 10.0 mils dry film thickness. 5. The total dry film thickness of the complete interior paint coating system shall be in the range of 14.0 to 28.0 mils dry film thickness not including stripe coated areas. Stripe coated areas shall be in the range of 16.0 to 32.0 mils dry film thickness. 6. Finish interior shall be white. 2.4 EXTERIOR RESERVOIR COATING The exterior topcoat shall meet the requirements of AWWA D 102, System 6. The exterior system shall include: A. ALTERNATIVE SYSTEM 1 -TNEMEC 1. Primer: All areas shall receive one coat of Tnemec Series 94-H2O, applied at 2.5 to 3.5-mils dry film thickness. 2. Stripe Coat: Tnemec Series 27 Typoxy at 3.0 to 5.0-mils dry film thickness. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement-Rebid No. 2 G&O#17530 09970-11 3. Intermediate Coat: Tnemec Series 27 Typoxy at 4.0 to 6.0-mils dry film thickness. 4. Finish Coat: Tnemec Series 1095 Endura-Shield, with graffiti resistance materials included, at 3.0 to 5.0-mils dry film thickness. Broadcast spread granules of sand in the last coat of topcoat material to provide a non-skid surface where indicated on the Plans. The total dry film thickness of the completed exterior paint coating system shall be a minimum of 9 mils not including stripe coated areas. Stripe coated areas shall be a minimum of 12 mils. Finish color to be light blue. B. ALTERNATIVE SYSTEM 2 —SHERWIN WILLIAMS 1. Primer: All areas shall receive one coat of Sherwin Williams Corothane I Galvapac 1K Zinc Primer, applied at 2.0-to 4.0-mils dry film thickness. 2. Stripe Coat: Sherwin Williams Macropoxy 646 FC, applied at 2.0- to 4.0-mils dry film thickness. 3. Intermediate Coat: Sherwin Williams Macropoxy 646 FC, applied at 5.0-to 10.0-mils dry film thickness. 4. Finish Coat: Sherwin Williams Hi-Solids Polyurethane, applied at 3.0- to 5.0-mils dry film thickness. Broadcast spread granules of sand in the last coat of topcoat material to provide a non-skid surface where indicated on the Plans. The total dry film thickness of the completed exterior paint coating system shall be a minimum of 10 mils not including stripe coated areas. Stripe coated areas shall be a minimum of 12 mils. Finish color to be light blue. 2.5 COATING PERFORMANCE CRITERIA REQUIREMENTS A. INTERIOR COATING PERFORMANCE CRITERIA Interior coating materials shall meet or exceed the following test requirements established for the coating system. 1. Galvanic Protection a. Method: Primer applied to SSPC-SP10 Near-White Blast Clean hot rolled carbon steel. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-12 b. Requirement: The average measured potential of primer is -878 millivolts. 2. Adhesion a. Method: ASTM D4541 (TTM-34) Type V Posltester. b. Requirement: Not less than 2,083 pounds per square inch pull, average of three trials. 3. Prohesion a. Method: TTM-80 Prohesion Cabinet Testing. b. Requirement: No blistering, cracking, rusting or delamination of film. No more than 1/64 inch creepage at scribe after 15,000 hours. B. EXTERIOR COATING PERFORMANCE CRITERIA Exterior coating materials shall meet or exceed the following test requirements established for the coating system. 1. Primer a. Adhesion i. Method: ASTM D3359 Method B(Crosshatch Adhesion) Coating system applied to sandblasted steel panels and cured 30 days at 77 degrees F. ii. Requirement: Not less than a rating of 5, average of three tests. b. Salt Spray(Fog) i. Method: ASTM B 117. ii. Requirement: No blistering, cracking, rusting or delamination of film. No rusting at scribe after 1,500 hours exposure. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09970-13 2. Finish a. QUV Exposure i. Method: ASTM G53 (UVA-340 bulbs,4 hours light, 4 hours dark). ii. System: Series L69 HB Epoxoline/Series 740 EnduraSheild applied to SSPC-SP10 Near-White Blast cleaned steel and cured 14 days at 75 degrees F (24 degrees C). iii. Requirement: No blistering, cracking or chalking. No gloss loss and no more than 0.67 DEoo (2.02 DEFMC2) color change after 4,000 hours exposure. b. Graffiti Resistance i. Method: The following graffiti materials applied to coating and allowed to dry for seven days: acrylic, epoxy-ester and alkyd spray paints, ballpoint ink, crayon, Markett marker, black shoe polish and lipstick. Removal first attempted with xylene, if graffiti remains then Methyl Ethyl Ketone shall be used. ii. Requirement: Complete and easy removal without loss of shine. PART 3 EXECUTION 3.1 SURFACE PREPARATION A. CLEANING INTERIOR SEDIMENT Preparation for recoating the interior surfaces shall include general cleaning of the entire reservoir. The Contractor shall anticipate sediment on the reservoir floor which shall be removed by vacuum. Disposal of sediment shall be to an approved location. Inlet and outlet piping shall be plugged to prevent sediment and abrasive blast material from entering them. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-14 B. ABRASIVE BLASTING All interior and exterior steel surfaces to be painted shall receive a blast cleaning in accordance with SSPC SP-10 (Near White Blast), as verified using SSPC-VIS-1, to remove all existing paint, corrosion, and mill scale. Surfaces shall be cleaned of all dirt, mud, oil, grease, mill scale and foreign materials. The final prepared surface shall be clean, dry, and free of contaminants. The riser pipe shall be plugged on the interior of the reservoir and blast material shall be prevented from entering the riser. All blast-cleaned areas shall be primed the same day that the surfaces are blasted. Longer time periods for painting after blasting may be allowed if the dew point, humidity and temperature are within the coating manufacturers requirements. Longer time periods must be approved by the Engineer. C. CONTAINMENT OF ABRASIVE BLASTING The Contractor shall contain airborne and other materials using best management practices and available technologies that are in compliance with applicable federal, state, and local air pollution authorities, environmental control regulations and fugitive dust emissions. The Contractor shall use acceptable containers for the collection, storage, transport and disposal of specified waste materials. The containment shall, as a minimum, meet the requirements of Class IA containment as provided by the SSPC Guide 6 and meet the following: Penetrability: Type B 1 —Air Impenetrable Joints: Type D 1 —Fully Sealed Entryways: Type E2 —Entryway through Resealable Doors Air Supply(Intake Points): Type F1 —Controlled Air Supply (Intake) Air Pressure Inside Containment: Type H2—Visual Verification Exhaust Air Flow/Dust Collection: Type J1 —Air Filtration Required Methods for Assessing Quantity of Emissions: Method G—Visual Assessment of Site Cleanliness. Engineer may elect to use Methodology A- F, as necessary, at Engineer's expense. The reservoir inlet/outlet shall be plugged on the interior of the reservoir and blast material shall be prevented from entering the riser. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 09970-1 s D. SURFACE CONDITIONS FOR PAINTING After surface preparation has been completed and prior to painting, all dirt, dust and similar contaminants from the surface shall be removed. It is the responsibility of the Contractor to ensure that all surfaces are prepared in accordance with the written recommendations and the directions of the Paint Manufacturer. Coatings shall be applied only when humidity, air and surface temperatures are within limits prescribed by the Paint Manufacturer for the coating being applied. E. ABRASIVE BLAST DISPOSAL The interior and exterior coatings systems have been tested for metals, and the exterior coating system contains measurable levels of lead. Blast material from the interior of the reservoir shall be removed through the existing reservoir roof access hatch. The Contractor shall be responsible for transporting and disposing of all materials generated from the cleaning and painting processes, including but not limited to: all abrasive paint removal materials and all other non- hazardous substances, debris and rubbish generated from the surface preparation, application of the new coating system, and other construction activities. The Contractor shall have a TCLP test run on at least one composite sample of the waste prior to disposal. All costs shall be borne by the Contractor. The Contractor shall dispose of the waste material in accordance with all federal, state and local regulations. Documentation of the location and proper disposal of blast materials shall be provided to the Engineer prior to project closeout. If materials chosen by the Contractor for surface preparation, i.e., abrasives and/or additives, cause the waste blast to be categorized as hazardous waste,the additional costs for hazardous waste disposal shall be borne by the Contractor, regardless of any hazardous materials in the paint removed. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-16 3.2 RESERVOIR ENVIRONMENTAL REQUIREMENTS A. GENERAL The space to be controlled shall be sealed off as well as possible allowing air to escape at the bottom of the reservoir away from the point where the dehumidified air is being introduced. For the interior, maintain a slight positive pressure within the reservoir unless the dust from the blasting operation is hazardous. In no event shall dust or other particulates be allowed to leave the interior of the reservoir without being filtered. Environmental conditions shall be monitored using a manual Sling Psychrometer and US Department of Commerce Psychrometric tables. Contractor shall take and record conditions at 4-hour intervals beginning at the start of each shift and throughout each work day where blasting and/or coating application takes place. B. HUMIDITY Provide dehumidification as required to maintain the relative humidity within the Paint Manufacturer's specified humidity range. C. TEMPERATURE 1. Provide auxiliary heaters as required to maintain the temperature within the Paint Manufacturer's specified temperature range. 2. Heaters shall be installed in the process air supply duct between the dehumidifier and the reservoir as close to the reservoir as possible. 3. Only electric or indirect gas-fired auxiliary heaters shall be used. No direct-fired space heaters will be allowed. 4. Air heaters or refrigeration equipment are not acceptable substitutions for dehumidification equipment. D. VENTILATION 1. Provide ventilation during the coating evaporation stage in confined or enclosed areas in accordance with AWWA D102. 2. The ventilation system must be designed to match the air volume of the dehumidification equipment in such a manner that it will not City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09970-17 interfere with the dehumidification equipment's capacity to control the reservoir as described herein. 3. Do not recirculate the air from the reservoir or from filtration equipment back through the dehumidifier when coating or solvent vapors are present. E. DUST AND CONTAMINANTS 1. Schedule coating work to avoid excessive dust and airborne contaminants. 2. Protect work areas from excessive dust and airborne contaminants during coating application and curing. 3.3 PAINTING A. GENERAL APPLICATION REQUIREMENTS It is the intent of these specifications that materials and workmanship be provided such that the highest quality job is obtained. The completed work, as a condition of acceptance, shall be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or faulty care of the completed work, and shall be free of film characteristics or defects that would adversely affect coating performance. Paint all steel reservoir interior surfaces, including sideshell, bottom and ceiling, and all accessories therein, including conduits, ladders, platforms, and appurtenances. All accessories that are not to be painted as part of this project shall be removed, stored and reinstalled or masked off at the approval of the Engineer. Paint steel reservoir exterior surfaces including the roof, side shell, legs, fill/drain pipe and accessories. All accessories that are not to be painted as part of this project shall be removed, stored and reinstalled or masked off at the approval of the Engineer to include, but not limited to, landing and stairway gratings, electrical conduit, and aluminum roof vent. Mix,thin and apply coatings in accordance with the manufacturer's printed instructions. Keep products in closed containers when not in use, to avoid contamination. Do not use mixed coatings beyond pot life limits. Use application equipment, tools, pressure settings and techniques in accordance with the recommendations of the Paint Manufacturer and the equipment manufacturer. Use full kit or measuring equipment to meet manufacturer's requirements. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-18 After surface preparation has been completed and prior to painting, remove all dirt, dust, and similar contaminants from the surface. It shall be the responsibility of the Contractor to ensure that all surfaces are prepared as specified herein and in accordance with the written recommendations and the directions of the paint manufacturer whose paint is being applied. The Contractor shall also comply with the directions of the Painting Inspector and the Engineer. All surfaces to be painted shall be in proper condition at the time the work is in progress, and no painting shall be performed under adverse conditions. Air and surface temperatures and humidity shall be continuously monitored and be within specified limits prescribed by the manufacturer for the coatings being applied. Work areas shall be reasonably free of airborne dust at the time of application and while the coating is drying. Allow each coat of paint to dry thoroughly before applying next coat. Contractor shall provide fans, heaters, and dehumidifiers as necessary to provide proper painting and curing. The interior coating system must be cured within 7 days after application of the final coat. Finish coats shall be uniform in color and sheen without streaks, laps, runs, sags, ridges, or missed areas. Apply sprayed coatings uniformly at the spreading rate required to achieve the specified dry film thickness. All welds, edges and sharp angles on landings, ladders, beams, rafters, roof plates, fasteners, bolted connections, or other irregular surfaces shall be provided with a stripe coat prior to the application of the intermediate coat. The stripe coat shall be applied using a two-way, directional brush stroke to ensure a pinhole-free and monolithic film. Stripe coat shall be applied as a separate/stand alone coat. It shall be applied following the application of the prime coat and before application of the intermediate coat. The coatings manufacturer's recommended dry time for the prime coat must be adhered to prior to the application of stripe coat. The Contractor shall correct finish coat defects to the satisfaction of the Engineer. Repair or replace damaged materials and surfaces not scheduled to be coated. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Follow Paint Manufacturer's recommendations for preparation and application of recoats. Recoat entire surface where touch-up result is visibly different, either in sheen, texture or color. Repair in accordance with the Paint City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&0#17530 09970-19 Manufacturer's recommendations all coatings that exhibit film characteristics or defects that would adversely affect performance of the coating system. B. CONTRACTOR DOCUMENTATION The Contractor shall provide a final written report that paint coatings have been applied properly and meet the requirements of the Specifications. This report is in addition to the report prepared by the Engineer's Painting Inspector. As a minimum, the report shall include: Daily Activities Log, Surface Preparation Checklist, Coating Materials Report, Mixing Data Report, Wet Mil Thickness Report, Dry Mil Thickness Report and product batch numbers. The Contractor shall make the information available to the Engineer and Painting Inspector as requested for periodic review. 3.4 INSPECTION AND TESTING The Engineer may employ an independent Painting Inspector to perform specified inspections during preparation for painting and the painting process of the reservoir. Principal inspections will occur to ensure compliance with these Specifications at the following hold points: • Surface preparation • Application of full prime coat • Brush on stripecoat • Application of intermediate coat • Application of finish coat • Dry film thickness test • Holiday testing The Contractor shall be responsible for coordinating with the Engineer and the Painting Inspector at least 24 hours prior to reaching an inspection hold point. The inspections will be performed in accordance with Steel Structures Painting Council (SSPC) PA-2. The Contractor shall be responsible(Engineer may verify) for assuring conformance with all requirements of these Specifications. Contractor shall have on-site a wet film thickness gauge, dry film thickness gauge, steel temperature gauge, manual sling psychrometer, wet sponge type "holiday" detector and any other testing equipment necessary to ensure that the quality control requirements of the paint manufacturer and these Specifications are met. The fall reservoir City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-20 surface from the full water level down shall be checked for"holidays"using a low voltage, wet sponge, holiday detector producing 67.5 volts. The total dry film thickness on all surfaces shall be measured in accordance with 'SSPC PA-2. A sufficient number of measurements shall be taken which are considered representative based on the surface area of the reservoir. Within one hour prior to the application of any coating, and thereafter at any time during the coating process if the conditions appear to deteriorate as noted by the Paint Manufacturer, Painting Inspector or the Engineer, the Contractor shall record weather conditions, ambient air temperature, steel temperature, and dewpoint. The Contractor shall provide the Painting Inspector and Engineer or their representative with necessary equipment and labor to inspect all areas of the reservoir. Necessary equipment shall include safety harness, hoisting equipment, ladders, etc., and this equipment shall be the same as that used by the Contractor to paint the reservoir. If equipment operators are required, the Contractor shall provide the operators. Wet film thickness tests shall be measured with a gauge that measures the wet film thickness within an accuracy of plus or minus 0.5 mil. A wet film thickness measurement shall be made for each 100 square feet of surface area painted. Dry film thickness tests shall be measured with a magnetic gauge that will measure the dry film thickness within an accuracy of plus or minus 0.25 mil. A sufficient number of dry film thickness measurements shall be made so that there is approximately one measurement for each 100 square feet of surface painted. The Contractor shall furnish the Engineer four copies of a written test report showing the results of the wet and dry film thickness tests made on the reservoir surfaces as well as daily weather and humidity conditions for all days when painting was performed on site. The report shall include the daily reports prepared by the Contractor. The Engineer and Painting Inspector will monitor the painting process, note the products used and verify the dry film thickness measurements. The Contractor shall provide all necessary safety equipment for the Engineer, Painting Inspector, and Paint Manufacturer's Representative during all inspections including, but not limited to: A. Respiration protection equipment equal or better than that being used by workers on the Project in compliance with applicable safety regulations; and City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-21 B. Fall protection equipment including, but not limited to, full body harness, shock-arresting lanyards, proper connectors and lifelines,tie rods, and connections to structural members. Safety equipment shall be in good condition and fully functional for its intended purpose. 3.5 PAINT MANUFACTURER'S SERVICE It shall be the responsibility of the Paint Manufacturer to work with the Contractor as a working team to obtain a serviceable protective coating that is installed in accordance with the Paint Manufacturer's specifications. A. The Paint Manufacturer shall attend the preconstruction conference. B. The Paint Manufacturer's representative shall be present at the job site on the first day of painting of the reservoir to verify that proper surface preparation has been made and that coatings are being applied in conformance with these Specifications. C. The Paint Manufacturer's representative shall be available on request by either the Engineer or the Contractor for further confirmation of proper painting procedures throughout the field painting phase of construction, and in particular prior to application of each coat. D. The Paint Manufacturer's representative shall assist in the visual inspection of the surface coatings upon completion of the final coat,to identify defects in appearance and defects that may adversely affect the future performance of the coating system. E. The Paint Manufacturer's representative shall assist in the first and second anniversary inspection of the interior coatings at no additional cost to the City. 3.6 DISINFECTION Before disinfecting, all scaffolding, planks, tools, rags, and any other material not part of the reservoir or operating facilities of the reservoir shall be removed. Then the surfaces of the walls, floor, ceiling, column, and operating facilities of the reservoir shall be cleaned thoroughly using a high-pressure water jet or by sweeping and rinsing. Contractor shall be careful not to damage the structure or the new coating system during preparation of the reservoir for disinfection. All water, dirt, and foreign material accumulated in the cleaning operation shall be discharged from the reservoir, or otherwise removed. This foreign material may be discharged out the reservoir drain piping but shall be captured and disposed of to waste, and shall not enter the distribution system. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09970-22 The reservoir shall be disinfected and tested after all interior accessories are in place and the interior painting is completed and properly cured. Methods and procedures for disinfecting the reservoir shall conform to AWWA C652, Disinfection of Water-Storage Facilities. The use of chlorine solution(sodium hypochlorite) or dry chlorine (calcium hypochlorite) is anticipated as the active disinfecting agent. The Contractor shall be responsible for safe and proper handling and storage of chlorine compounds or other hazardous chemical that are used to perform this work. Handling of such chemicals shall be in accordance with chemical manufacturer's instructions and federal, state and local regulations. Other hazardous chemicals shall be used only after acceptance by the Engineer and the Department of Health. The intent of this Part of the Specifications is to ensure successful completion of bacterial and odor tests, protection of materials, health/safety and conservation of water. To achieve these requirements, the Contractor shall submit a Disinfection and Testing Plan, to include written procedures and drawings for disinfection of the reservoir and collecting of samples to be tested by an independent laboratory. The submittal shall include: A. Type of disinfection solution and method of preparation. B. Method of disposal for disinfecting reservoir wastewater. C. Disinfect all interior surfaces of the reservoir in accordance with the following method: 1. Spray or brush a solution containing 200 ppm of available chlorine onto the interior surfaces of the reservoir as prescribed in AWWA C652 Method 2. Apply solution from the bottom up,to include the entire interior surface area of the reservoir. 2. Allow disinfecting solution to remain at a minimum of 30 minutes before being rinsed off. 3. Fill reservoir with potable water sufficient to allow purging of the drain piping of chlorinated cleaning water. 4. Drain, dechlorinate and dispose of all chlorinated cleaning water. D. SAMPLING Prior to disinfecting the reservoir, the Contractor shall schedule sampling with the Engineer. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 09970-23 The Engineer will partially fill the reservoir to approximately 20 percent of its capacity, and then hold the water in contact with the paint at this level for a minimum of 24 hours. The water will then be tested by the Engineer for the following: • Bacteriological • Volatile Organic Chemical(VOC) analysis Upon satisfactory test of the above,the reservoir will be filled to its maximum level, and at this point the Engineer will perform an additional bacteriological test. The reservoir will not be accepted as complete until all tests are acceptable. Any retesting required because of a failed purity test shall be paid for by the Contractor. 3.7 GENERAL RESTORATION Areas damaged by the Contractor, which are not specifically allowed for under the Contract shall be repaired or replaced by the Contractor at the Contractor's expense. The reservoir site shall be cleaned and restored to its original condition or better. 3.8 FIRST AND SECOND ANNIVERSARY INSPECTION A first and second anniversary inspection of the coatings shall be performed after the Project is accepted by the Engineer as complete. The Engineer will notify the Contractor of the specific date of the first and second anniversary inspections. As part of these inspections, the Engineer will drain and inspect the interior of the reservoir. The paint manufacturer's representative and the Contractor shall attend both inspections. An inspection report will be prepared for the Contractor and paint manufacturer's representative to review. The reports will include documentation pertaining to the number and types of failures observed. Engineer reserves the right to waive the first anniversary inspection and require the second anniversary inspection. The Contractor shall perform remedial work to correct any failures noted during the inspections, and shall be prepared to start immediately following notification of any failures by the Engineer. All required remedial work shall be scheduled with the Engineer. Such remedial work shall be completed in the shortest practicable time possible, considering the prevailing weather conditions that would affect such work. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 09970-24 A failure of the painting system shall be considered to have occurred at any location where coating has peeled off,blistered, or cracked, or at any location where rusting is evident. The Contractor shall make repairs at all points where failures are observed by removing the deteriorated coating, cleaning the surface, and recoating with the same paint system. All repairs shall be performed in accordance with the paint manufacturer's specifications for preparation and recoating. All repair work shall be subject to the requirements for new work as specified herein, including disinfection and testing. The Contractor shall furnish the Engineer two copies of all repair data recorded in relationship to weather conditions and testing reports showing the results of the dry film thickness measurements made on the reservoir. If the area of failure exceeds 25 percent of the area of the tank surface repaired as part of this Project, the entire paint system installed under this Project shall be removed and repainted, and the warranty period shall be extended for 2 years from the date of the repainting, including the requirement specified herein for a first and second year inspection. The Contractor shall be responsible for disinfection and testing of the reservoir at both anniversary inspections whether repairs are required or not. ***END OF SECTION*** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 09970-25 DIVISION 13 SPECIAL CONSTRUCTION SECTION 13211 STEEL RESERVOIR REPAIRS AND IMPROVEMENTS PART1 GENERAL 1.1 STEEL RESERVOIR The work specified in this Section includes furnishing and installing reservoir accessories as shown on the Drawings and specified herein. Accessories include the new roof vent, ladder and landing, access hatch, stairways, guardrails, level gauge system, intrusion switches, motion detectors,platforms, grating, including stair treads and nosings. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 05500 Miscellaneous Metal Fabrications 09900 Painting 09970 Reservoir Surface Preparation and Painting 1.3 DESIGN REQUIREMENTS Design, fabricate, erect, inspect, and test in accordance with AWWA D100 and the 2015 International Building Code (IBC), except as modified herein. Platforms, stairs, railings, ladders and grating shall be designed in conformance with applicable safety and building codes, including AWWA D100, OSHA, WISHA and IBC. Reservoir components shall be designed per AWWA D100. Design calculations and engineering drawings shall be provided to the Engineer by the Contractor. 1.4 APPROVED ERECTORS A. GENERAL QUALIFICATION The Contractor shall have successfully completed at least five water reservoir projects of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 13211-1 1. Required Documentation For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. B. WELDER QUALIFICATION The Contractor or subcontractor performing the welding shall have successfully completed at least three similar projects on water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the last 5 years. 1. Required Documentation For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, reservoir capacity, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 1.5 SUBMITTALS The following information shall be submitted in accordance with Section 01300. A. Provide shop drawings showing location and thickness of all plates, structural members, welds, and details of all accessories and their attachment to the reservoir. B. Furnish mill test report for all steel used for the reservoir accessories. C. Provide calculations, stamped by a Professional Structural Engineer registered in the State of Washington, for the design of the accessories, for the loads as given herein. D. WELDING 1. Welding Procedure Specifications: Welding documentation shall be submitted on appropriate forms found in the appendixes to the ASME Boiler and Pressure Vessel Code, Section IX, Appendix A, Forms QW-482 and QW-483. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 13211-2 2. Welder/Welding Operator Qualifications: Submit all shop and field welder or welding operator performance qualification records to the Engineer for review prior to any welding. Welding documentation shall be submitted on Form QW-484 in Appendix A to ASME Boiler and Pressure Vessel Code Section IX. 3. Welding Inspector: The Engineer will provide welding inspection. E. PAINTING REPORT Provide written report, as required in Section 09970. 1.6 GUARANTEE The Contractor shall guarantee the repairs and modifications and all items related thereto against defective materials and workmanship for a period of 2 years after physical completion. Any defective materials or workmanship shall be replaced by the Contractor, at the Contractor's expense, immediately upon notification by the Engineer. 1.7 PAYMENT The lump sum contract price for STRUCTURAL MODIFICATIONS shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment necessary to demolish,wastehaul and dispose of existing, and to install ladder platform, catwalk bump-outs, and roof platform as described herein and as shown on the Plans. The lump sum contract price for SAFETY MODIFICATIONS shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment necessary to demolish, wastehaul and dispose of existing, and to install handrails and ladder cable safety system as described herein and as shown on the Plans. The lump sum contract price for APPURTENANCES shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment necessary to demolish, wastehaul and dispose of existing, and to install roof vent complete, level gauge board, inlet/outlet rebar screen, and anti-climb mesh as described herein and as shown on the Plans. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 13211-3 PART 2 MATERIALS 2.1 ACCESSORIES A. PLATFORMS Provide and install ladders and platforms at the locations shown on the Drawings. Platforms shall be ASTM A36 steel, fabricated and welded to the reservoir except for platform gratings. B. LADDER FALL PROTECTION All ladders shown on the drawings shall be furnished with an approved Latchways system meeting OSHA requirements and installation shall be certified by the manufacturer. The Latchways system shall include: • Three each Latchways Ladder Latch attachment device • Three each full body harness (two x-large, one large) • ANSI A10.14 Class III OSHA 1910.66 • Suitable for Latchways Ladder Latch and stair fall protection described in 2.2 ACCESSORIES Part C • Latchways Ladder Latch fixed ladder system including top anchor, bottom anchor, intermediate cable guides, and constant force energy absorber. • Energy absorbing lanyard shall be 2 feet C. GUARDRAIL FALL PROTECTION SYSTEM Provide a complete fall protection system that shall allow the user to proceed for the entire length of the catwalk or along the roof guardrails from the ladder to the roof vent and back while provided secure anchorage to arrest a fall by the user. The system shall allow the user wearing a harness and attached to the fall protection system to proceed uninterrupted the entire system length without having to unhitch from the system to pass through intermediate support points. The system shall be designed to support three users in case of fall and prevent the users from free falling more than six feet. The system shall be designed for hands-free operation once the user is properly attached to the system. All components must be designed by the fall protection system supplier and shall meet the City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 13211-4 application requirements of ANSE Al0.14. All stainless steel components shall be ASTM A666 304 or 316 stainless steel. The fall protection system installation shall be certified by the manufacturer. The fall protection system shall be ManSafe as manufactured by Latchways, Inc., and distributed by MSA Safety or equal. The fall protection system shall consist of a stainless steel safety cable attached to the handrail per manufacturer's recommendations. The cable shall be continuous or have swaged splices which allow the user to pass without unhooking from the system. The cable shall have a stainless steel entry terminal with a plastic spring gate swaged to the cable at each end. A stainless steel, spring loaded line tension device and turnbuckle will be provided at one or both ends. The cable will be supported with stainless steel"D"rings at intervals recommended by the manufacturer and hangers designed to allow the user to pass without unhitching from the cable. Provide three stainless steel lanyard coupler devices (transfastener) with connector eye. The coupler device shall be able to be hooked and unhooked at the entry terminals and be able to pass immediate cable supports and splices without need to be detached. Brackets and supports shall be attached to the structure with appropriate anchors or proper size to support a load on the safety restraint system of two times the maximum design load without failure. Provide three adjustable length,tear our shock absorbing, nylon lanyards with double locking snap end assemblies at each end meeting OSHA 1926.104 and ANSI 10.14 and as recommended by the safety restraint system manufacturer. Provide harness suitable for the safety restraint system as specified above in 2.1 ACCESSORIES Part B. D. PLATFORM GRATINGS Provide and install hot-dip galvanized steel grating for the platform landings as noted in the Drawings and as specified herein. Exterior platform grating shall be hot-dip galvanized steel per Section 05500. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#I 7530 13211-5 Gratings and grating connections shall be designed to resist loadings per Section 05500. All exposed surfaces shall be smooth and true to form. Grating shall be shipped from the manufacturer, palletized, and banded with exposed edges protected by cardboard to prevent damage in shipment. Each piece shall be clearly marked showing manufacturer's applicable drawing number. See Section 05500 for additional requirements. E. PLATFORM FRAMING 1. Platform Framing Material and fabrication of platform and landing framing members shall comply with the following: a. Structural Steel Plates and Bars ASTM A36, unless noted otherwise. b. Structural Tubing Cold-Formed: ASTM A500, Grade B, Fy=46KSI Hot-Formed: ASTM A501, Fy=36KSI C. Welding Materials AWS A5.1 or A5.5, E70XX; AWS A5.17, E70S-X; AWS A5.20, E70XT-X. Comply with AWS code. Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications for the design, fabrication and erection of structural steel for buildings. Properly mark and match-mark materials for field assembly. Fabricate for delivery sequence, which will expedite erection and minimize field handling of materials. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 13211-6 After inspection and before shipping, clean steelwork to be painted. Remove loose rust, loose mill scale, and spatter, slag or flux deposits. Clean steel in accordance with Steel Structures Painting Council(SSPQ as follows: SP-10 "Near-White Blast Cleaning." Immediately after surface preparation, apply structural steel primer paint in accordance with Section 09970 and manufacturer's instructions. Use painting methods, which result in full coverage of joints, corners, edges and exposed surfaces. Deliver material to site at such intervals to ensure uninterrupted progress of work. Store materials to permit easy access for inspection and identification. Keep steel members off ground, using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. Do not store materials in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. F. GUARDRAIL ASTM A53, Type E. Provide guardrail as shown on the Plans. All handrails shall be shop primed and field painted. Affix fall protection system as shown on Drawings and as specified in 2.1 ACCESSORIES Part C. See Section 05500 for additional requirements. G. BOLTS-ANTI-SEIZE COMPOUND All bolts shall be coated with Armite Anti-Seize Compound No. 609, or equal, prior to installation. H. ROOF VENT Provide and install one circular removable roof vent located at the center of the reservoir on a new riser and flange provided and installed by City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 13211-7 Contractor, as shown on the Drawings. Contractor shall measure vent flange for size. The vent shall be of adequate size to handle pressure differential caused by water entering at a maximum rate of 2,600 gpm or leaving the tank at a maximum rate of 67,000 gpm with 30 percent of the vent screen blocked. The open area of the overflow shall not be considered as venting area. The vent shall be easily dismantled to remove the screens for cleaning. The vent shall be screened with#24 mesh stainless steel screen and properly attached to prevent insects,water or other contaminants from entering. The vent shall be an AWWA type security roof vent design with a vacuum pallet consisting of a free floating 1/2-inch-thick high-density polyethylene removable plate (doughnut shaped), together with a screened pressure relief pallet (fall circle). All components of the vent shall be aluminum, alloy 6061-6. The bolts shall be a security type bolt that requires a special tool to remove. The special tool shall be provided by the Contractor and given to the Engineer. The vent shall meet all Department of Health(DOH) requirements and be mounted so that the underside opening shall be 24 to 36 inches above the roof. Contractor shall remove existing riser and flange, and replace with new riser, flange, and double plate to accommodate new roof vent. Roof vent shall be Newlin's Welding and Tank Maintenance Vandal Proof Vent, (766) 245-2741, P.O. Box 439, Montezuma, IN 47862. 1. LEVEL GAUGE Demolish and wastehaul existing level gauge and provide a level gauge system as shown on the Drawings including a float, float guide cables, floor mounted cable stay, roof penetration hardware, exterior reader board, reader board target, and all other accessories for a complete installation. The unit shall be a half travel unit and shall be a Model 6700 manufactured by Varec or approved equal. Counter weights shall be supplied on the float and level indicator to minimize cable movement due to wind. The bottom cable bracket shall be seal welded to the floor and shall be steel similar to the tank shell. The cables and float shall be stainless steel. Electrical isolation shall be provided between the stainless steel and any steel in connection with the tank shell. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 13211-8 J. ELECTRICAL CONDUIT Provided electrical conduit and pull boxes per Division 16 and as shown on the Drawings. K. INTRUSION SWITCHES Provided intrusion switches and associated wiring per Division 16 and as shown on the Drawings. L. MOTION DETECTORS Provide motion detectors and associated wiring per Division 16 and as shown on the Drawings. M. LADDER ANTI-CLIMB MESH Provided ladder anti-climb mesh as shown on the Drawings. N. PAINTERS PLUGS Installation of painters plugs shall be at the option and expense of the contractor and shall be included in the contract bid amount. Painters plugs shall come shop painted and will be seal welded both interior and exterior to the reservoir. Prior to installation the contractor shall provide a submittal stamped by a structural engineer. Painters plugs shall be tack welded shut prior to the reservoir being brought back into service. PART 3 EXECUTION 3.1 PAINTING The reservoir shall be painted in accordance with Section 09970. All accessories shall be painted except for exposed wiring, aluminum roof vent, stair and platform grating, the fall protection carrier cable, and handrail cable safety system. 3.2 PLATFORM GRATING Provide anchorage devices and fasteners where necessary for securing grating in place. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 13211-9 All field cut and drilled edges sealed-with a catalyzed resin compatible with the original resin and recommended by the manufacturer. The sealing of the edges shall prevent premature fraying at the field cut edges. Install items specified as indicated and in accordance with manufacturer's instructions. Install items as specified and in accordance with manufacturer's instructions. See Section 05500 for additional requirements. 3.3 LADDER FALL PROTECTION SYSTEMS Install safety climb devices in accordance with manufacturer's instructions in such a manner to enable worker to be attached to device at all times during the climb without having to remove worker's hands from ladder to operate the system effectively and to be able to easily pivot onto and off of work platforms or landings wile safely attached to device. 3.4 ELECTRICAL CONDUITS Conduit shall be installed in a straight, or uniformly curved alignment to give a neat appearance. Conduit shall be supported in such a manner as to provide a f- inch clear space between conduit and reservoir to facilitate future cleaning and painting procedures. Pull boxes and other items shall be mounted with adequate clearance from the reservoir structure to clean and paint to the surfaces covered thereby, wherein the minimum clearance shall be 8 inches for such items, with exception of ladders. 3.5 SERVICE The Engineer will provide the water for all initial testing and the initial fill of the reservoir in accordance with Section 09970. The Contractor must provide a plan to fill the reservoir and coordinate the filling of the reservoir with the Engineer. The reservoir will be filled from existing system by controlling the inlet valve of the reservoir. The plan for reservoir filling must detail method to control system pressure during filling, maintaining existing reservoir level and control and coordination of valve operation. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 13211-10 3.6 DISINFECTION AND TESTING The reservoir shall be disinfected and tested in accordance with Section 09970. ** END OF SECTION *** i City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 13211-11 DIVISION 16 ELECTRICAL SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PARTI GENERAL 1.1 SCOPE The work specified in this Section includes the requirements and methods for furnishing and installing the basic electrical materials, and other associated items as shown on the Plans, and as further specified herein. 1.2 RELATED WORKS SPECIFIED ELSEWHERE Section Item 02300 Site Earthwork Division 16 Electrical 1.3 DEFINITIONS A. ANALOG I/O Analog UO are PLC input/output electronic signals that are contiguous over time. Analog signals represent a large number of values within a specific range. B. CONCEALED AREAS Locations that are underground, within walls, or within other areas that do not allow full entry of personnel are considered concealed. Concealed areas are not exposed (see EXPOSED AREAS) or accessible (see ATTICS and CRAWL SPACES). C. CONTROL PANELS Control Panels shall be defined as enclosures that contain electrical devices capable of controlling, altering, indicating or displaying the function or conditions of electrical circuits. Unlike junction boxes, Control Panels are not just used for the redirection or reconnection of electrical circuits. D. CONVENIENCE RECEPTACLES 120 Vac general-purpose receptacles that are not dedicated to a specific function or piece of equipment. Receptacles dedicated to computers, heat City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16050-1 tracing, fans, louvers, and etc., are not considered convenience receptacles. E. DAMP AREAS Damp areas are considered wet (see WET AREAS). F. DEDICATED RECEPTACLES Dedicated receptacles are provided for a specific receptacle load such as computers, heat tracing, fans, louvers, metering pumps, sump pumps, and etc. Dedicated receptacles are not intended for general use. G. DIGITAL I/O A digital I/O point consists of a single input or output binary bit at one of two possible states, which may be represented as 1's or 0's, ON or OFF, YES or NO,TRUE or FALSE, etc. Digital I/O may also be called "discrete" I/O. Within these specifications, both terms are synonymous. H. EXPOSED AREAS Locations that are visible, outdoors, or exposed to a process or room environment. Exposed areas are not concealed(see CONCEALED AREAS). I. FINISHED AREAS Indoor confined areas that are not directly exposed to a process or process chemicals. They typically include closed offices, bathrooms, laboratories, lunch/break rooms, etc. Finished areas are considered DRY. J. HMI Human Machine Interface—The way a person interacts with a computer or electronic device. It comprises the screen menus and icons, keyboard shortcuts, command language, and help functions. Peripheral support devices, such as a mouse, keyboard, touch screen, and remote controls are also included. The HMI system is typically PC based, located in an office or lab environment. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-2 K. INDOOR AREAS Confined locations where the equipment is normally protected from wind, dust, rain, snow, and other natural elements. INDOOR areas are not the same as DRY areas. L. I/O Inputs/Outputs—Input and output signals into and out of a PLC or RTU. M. OUTDOOR AREAS Locations where the equipment is normally exposed, or partially exposed, to weather in the form of wind, dust, rain, snow, and other natural elements. N. PROCESS AREAS Process areas are those areas that are directly exposed to process moisture, or that may be subjected to moisture in the event of a process leak or failure. They typically include pump rooms, chemical rooms, and direct process-exposure areas such as clearwells, open filters, and reservoirs. Process areas are considered WET. O. PLC Programmable Logic Controller—A device used to monitor and control system process. It can be used stand-alone or in conjunction with other systems such as SCADA. It may provide telemetric functions or interface with telemetric equipment. P. RTU Remote Telemetry Unit/Remote Terminal Unit—A device that reads the status of process devices and transmits them to another telemetric unit. RTUs may transmit a command from another source but will not alter or interpret the command. RTUs differ from PLCs in that they do not control a process. Q. SCADA Supervisory Control and Data Acquisition(SCADA) systems are data monitoring and control stations that allow operators to visualize and adjust live process conditions at a centralized HMI. These systems often include City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16050-3 process historical data tracking and alarming capabilities. SCADA systems can be used for data monitoring locally, remotely, or both. R. SHOP FABRICATED Manufactured or assembled equipment for which a UL test procedure has not been established. S. TELEMETRY Telemetry is the transfer of data between remote sites. Typical methods of data transfer are utility phone lines, radio transmission, and fiber optics. T. VIBRATING EQUIPMENT Equipment that is subject to vibration under normal operating conditions, such as motors,transformers, electrically operated valves, etc. U. WET AREAS Locations outdoors, underground, directly or indirectly exposed to the process, in concrete slabs or masonry in direct contact with the earth, or in any other way subject to saturation with water or other liquids. 1.4 REFERENCES Unless otherwise noted, the requirements of the following code-making authorities and standard organizations apply: References Title AISI American Iron and Steel Institute ANSI American National Standards Institute ASTM American Society for Testing and Materials ASTM A36 Specification for Structural Steel ETL Electrical Testing Laboratories, Inc. FM Factory Mutual System ICEAO Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society of North America ISA Instrument Society of America JIC Joint Industrial Council JIC EMP-1 Mass production Equipment LPI Light Protection Institute NEC National Electric Code NEMA National Electrical Manufacturers Association City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 16050-4 NEMA ICS-1 General Standards for Industrial Control and Systems NEMA ICS-2 Industrial Control Devices, Controllers and Assemblies NEMA ICS-6 Enclosures for Industrial Controls and Systems NFPA National Fire Protection Association NRTL National Recognized Testing Laboratory OSHA Occupational, Health, and Safety Administration UL Underwriters Laboratories, Inc. UL 508 Safety Industrial Control Equipment UL 698 Industrial Control Equipment for Use in Hazardous Locations WAC 296-46B Washington Administrative Code, Electrical Safety Standards, Administration, and Installation In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, plans, and specifications, the more stringent condition shall govern. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Prior to submittal of shop plans, coordinate all electrical equipment, particularly motor control equipment, process and control panels, and instrumentation, with related manufacturers and with other applicable equipment and systems specified in other divisions of the Specifications. C. Provide submittals in the following manner: 1. Organize the submittals by CSI code type. 2. Clearly show the Tag Number associated with each submittal within each CSI grouping. 3. Include non-tagged devices such as grounding systems, conduits, wireway, ductbank details, wire, cable, boxes, fittings, switches and receptacles. 4. Clearly show the specific part, part number, order code, etc. associated with the device. Use pointers, highlights, circles, etc. to clearly identify the specific part. 5. Submit on distribution equipment, including but not limited to: Unit substations, Medium voltage switching equipment, motor control centers and control equipment, low voltage switchboards, City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16050-5 safety switches, dry-type (specialty)transformers, panelboards, and grounding. 6. Submit on lamps, lighting, site lighting, and wiring devices. D. Provide manufacturer's product technical data including, but not limited to: 1. Manufacturer's name, address, and contact number. 2. Manufacturer's product descriptive bulletin. 3. Nameplate data, current, voltage, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Plans. E. Provide schematic interconnection diagrams and/or PID diagrams for each control system and each control panel. Each control diagram shall show a schematic representation of the process equipment and the locations of the switches, meters, automatic valves, indicators, controllers, and recorders. Show correct operating settings and ranges for each control instrument on the diagrams. F. Use diagrams and symbols in shop plans, which conform to JIC Electrical Standards for Industrial Equipment and/or NEMA, ICS,ANSI, and IEEE standards, latest revisions. Prepare plans on 22" x 34", or ANSI size A, B, or D in a format similar to the Contract Documents or other nationally recognized drawing standard. G. Clearly, indicate on submittals that the equipment or material is NRTL listed or is constructed of listed or recognized components. Where a NRTL standard has not been established, clearly identify that no NRTL standard exists for that equipment. H. OPERATION AND MAINTENANCE MANUALS Manuals for the electrical system shall consist of 3-ringed, expandable metal hinge binders labeled with the job name and the Contractor's name. 1. Provide tab dividers for each major type of equipment. Each divider shall contain detailed information,plans, diagrams, and instructions for installing, operating, and maintaining the equipment installed in Division 16. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16050-6 2. Provide a table of contents listing each tab divided section and its contents. 3. In each section, compile a spare parts list and supplier index. 4. Assemble records of all tests, measurements, and calibration settings made for each device. J. Upon completion of the work, provide Record ("As Built") Plans. Fold, punch, and insert these records into the manual after they are reviewed by the Engineer by folding and punching I I" x 17" or smaller plans and folding larger sheets, and placing in plastic sleeves in manual. 1.6 SYSTEM DESCRIPTION A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation complete power, lighting, control, alarm, communications, and instrumentation electrical system of this Contract as shown on the Plans or Specifications herein. B. Provide a functioning system(s) in compliance with manufacturer's instructions, performance requirements as specified or indicated, and modifications resulting from reviewed shop plans and field coordinated plans. C. Provide complete wiring and controls for all equipment specified under other divisions and that comply with Division 16. 1. Connect motors, controls, meters, and any other electrical device installed or provided as part of the project. D. Pay and make arrangements for necessary permits, licenses, and inspections. 1.7 QUALITY ASSURANCE A. TESTING AGENCY QUALIFICATIONS A"Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910.7, or a full member company of the InterNational Electrical Testing Association(NETA). 1. Testing Agency Field Supervision: Use persons currently certified by NETA or the National Institute for Certification in Engineering City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-7 Technologies, or equal, to supervise onsite testing specified in Part 3. B. Comply with NFPA 70 (NEC) for components and installation. C. LISTING AND LABELING Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed and Labeled:" As defined in the National Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications a. A NRTL as defined in OSHA Regulation 1910.7. b. A NRTL recognized and approved by the State of Washington. 1.8 DELIVERY, STORAGE AND HANDLING See Section 01600. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage— either inside or on top of enclosures. Protect nameplates on electrical equipment from being defaced. Repair or replace damaged, corroded, and rejected items at no additional cost to the City. 1.9 PAYMENT All costs of the work specified herein including associated permitting shall be included in the lump sum bid item for ELECTRICAL, TELEMETRY, AND INSTRUMENTATION. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections. 1. Similar equipment shall be provided by only one manufacturer throughout the project unless otherwise noted in the Specifications. B. Submit requests for substitution in accordance with Section 01300. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16050-8 C. Trade names and catalog numbers may be used in the Plans or Specifications to establish quality standards and basis of design: 1. Other listed manufacturers in the applicable specification sections with equal equipment may be acceptable. 2.2 GENERAL PRODUCT REQUIREMENTS A. Except as otherwise indicated, provide new materials and equipment, which are standard products of manufacturers, regularly engaged in production of such equipment. Provide material or equipment approved and labeled for the purpose for which it is to be used by NRTL or other organizations acceptable to the State of Washington Department of Labor and Industries. B. Where voltage, current,power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which is more conservative or increases the capacity of the device or material in question. C. Furnish materials, devices, and equipment that are non-corrosive or coat them in a manner that renders them non-corrosive and acceptable to the Engineer. Do not provide materials, which contain polychlorinated biphenyls, asbestos, or other hazardous or detrimental materials. Do not install materials in a location or construction manner that produces galvanic action or do not install material combinations with corroding or eroding action. D. Where changes in the work, or substitutions in material are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. E. All terminals shall be suitable for 75 degrees C rated copper conductors. 2.3 FABRICATION A. When equipment is shop fabricated specifically for this Project, use electrical devices and enclosures, which are NRTL, listed and labeled or recognized. B. SHOP OR FACTORY FINISHES 1. Interiors of painted electrical equipment shall be either white or light gray. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-9 C. Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose. Where cutting, drilling, grinding, etc., is done to galvanize or painted metal, regalvanize, or paint to match original finish. 2.4 SUPPORTING DEVICES A. Channel and angle support systems, hangers, anchors,sleeves, brackets, fabricated items, and fasteners are designed to provide secure support from the building structure for electrical components. 1. Material Steel, except as otherwise indicated, protected from corrosion with zinc coating, cadmium plating, or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics. 2. Metal Items for Use Outdoors or in Damp Locations Hot-dip galvanized steel, or stainless steel, except as otherwise indicated. B. ANCHORS Cadmium plated or galvanized steel in dry areas; stainless steel or hot dipped galvanized steel in wet areas. 1. Lag screws or Type A tapping screws for wood. 2. Rockwell"well-nut" for light loads in masonry. 3. Thru-bolt with fender washers for heavy loads in masonry. 4. Toggle bolts with springhead for hollow partitions. 5. Self-drilling anchors with threaded studs for concrete. 6. Clamps or U-bolts for structural steel. 7. Self-drilling anchors with extension rods for hollow tile over concrete. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16050-10 C. SHEET-METAL SLEEVES 0.0276 of an inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. D. PIPE SLEEVES ASTM A53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. 2.5 ELECTRICAL IDENTIFICATION A. MANUFACTURER'S STANDARD PRODUCTS Where more than one type is listed for a specified application, selection is Installer's option but provide single type for each application category. Use colors prescribed by ANSI A13.1, NFPA 70, and Specifications. B. COLORED ADHESIVE MARKING TAPE FOR RACEWAYS, WIRES, AND CABLES Self-adhesive vinyl tape, not less than 3 mils thick by 1 inch wide. C. UNDERGROUND LINE WARNING TAPE Provide bright-colored, vinyl tape not less than 3-mils thick by 6-inches wide compounded for direct-burial service with permanent and continuous print. D. TAPE MARKERS Vinyl or vinyl-cloth, self-adhesive,wraparound type with preprinted numbers and letters. E. COLOR-CODING CABLE TIES Type 6/6 nylon, self-locking type. Colors to suit coding scheme. F. FASTENERS FOR PLASTIC-LAMINATED AND METAL SIGNS Self-tapping stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-11 G. FLASH PROTECTION WARNING Provide Arc Flash Warning Label on all equipment as required by 110.16 NEC (2014). The label is to contain the following text: WARNING or DANGER Arc Flash Hazard! Follow requirements in NFPA 70E for safe work practices and appropriate PPE. Failure to comply can result in death or injury. 2.6 TOUCHUP PAINT Use touchup paint on equipment provided by equipment manufacturer and select color to match existing equipment finish. A. FOR NON-EQUIPMENT SURFACES Matching type and color of undamaged, existing adjacent finish. B. FOR GALVANIZED SURFACES Zinc-rich paint recommended by equipment manufacturer. PART 3 EXECUTION 3.1 ELECTRICAL SUPPORTING METHODS A. WET AREAS 1. For pullboxes and equipment vaults,reference Specification Section 16130. 2. For wet areas which are not pullboxes or equipment vaults, hot-dip galvanized materials, stainless steel materials, or nonmetallic, U-channel system components unless otherwise noted on the Plans. B. METHODS Support raceway, equipment, and devices from framing members or building structure with sufficient clearance for maintaining and servicing. Provide backing plates, and/or framing material to support equipment, City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-12 devices, and materials, which are located between the building or facility structure-framing members. 3.2 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show changes from the Contract Documents, routing of hidden raceways, actual fixture and equipment locations, equipment sizes and dimensions and building outline changes. At the end of the Project, provide the Engineer a complete set of Plans marked in red pencil in a manner consistent with the Contract Plans, indicating the changes made on the job. B. Record voltage, current, and megohmeter and ground ohmic resistance test measurements made on the electrical work, the trip units, fuses, and overload relay elements installed in the equipment and the setting of all pressure, flow, level, etc., control devices. When the Project is completed and operating, turn over these records to the Engineer. C. Equipment and raceways installed under this contract for future work shall be dimensioned on the Record Drawings. 3.3 COORDINATION A. Coordinate installation of supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed. B. Coordinate the location of motors, switches, panel connections, and other points of connection with the equipment manufacturers or vendors prior to conduit installation. Route circuits to the actual connection point. Even if removal and reinstallation of building materials is necessary, remove and reinstall conduit, outlet boxes, and other electrical connections, if initial electrical connections are not made to the appropriate equipment location. C. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. D. Coordinate and verify work under Division 16 with work under other Divisions, cooperate in locating equipment to avoid interference with work of others, and plan work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. Coordinate the installing of built-in work, attaching items to buildings, and cutting and City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-13 patching. Coordinate connecting electrical circuits to components furnished under other Divisions. (Portions of the electrical design are based upon the equipment specified in other Divisions.) No extras are allowed because of moving work required to avoid interference with work of other Contractors. E. Coordinate the interruption of electrical systems to any part of the facility in use by the Engineer at least 2 working days before interruption of the system. F. Coordinate installing electrical identification after completion of finishing work where identification is applied to field-finished surfaces. G. Where changes in the work, or substitutions in material are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. 3.4 INSTALLATION A. ENCLOSURES FOR USE WITH ELECTRICAL EQUIPMENT Unless specifically called out otherwise on the Plans, electrical enclosures shall meet the following specification: 1. Dry Areas Not applicable. 2. Wet Areas a. Outdoors NEMA 3R where the enclosure will not be subjected to splashing water, hose-directed water, or windblown dust. 3. Exceptions a. As otherwise indicated on the Plans. b. As modified in other Division 16 sections. 4. Standards a. NEMA ICS-6, Enclosures for Industrial Controls and Systems. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 16050-14 b. UL 508, Rainproof Enclosures. B. WORKMANSHIP Install the equipment and materials in a neat and workmanlike manner employing workers skilled in the particular trade and in accordance with the manufacturer's instructions, the National Electric Code, National Electric Safety Code, applicable local regulations, ordinances, and industry standards. A person in charge at the site shall maintain adequate supervision of the work under this division when necessary for coordination with other work. C. MOUNTING HEIGHT Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. Mount enclosures for individual units at 54 inches above floors to centerline of controls unless otherwise indicated in the Plans. D. ACCESSIBILITY Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, while minimizing interference with other installations. E. EQUIPMENT ORIENTATION Install items parallel and/or perpendicular to other building systems and components, except where otherwise indicated. F. EQUIPMENT MOUNTED ENCLOSURES Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of supplier/manufacturer or the Engineer. Do not mount safety switches and external equipment to other equipment enclosures, unless enclosure mounting surface is properly braced to accept mounting of external equipment. G. COORDINATION Give right of way to raceways and piping systems installed at a required slope. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-15 H. WALL MOUNTED ENCLOSURES Stand equipment off wall surfaces a minimum of 1/4 of an inch where enclosures are mounted on walls in WET AREAS with neoprene or plastic shim washers. I. MISCELLANEOUS SUPPORTS Install metal channel racks for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes,junction boxes, transformers, and other devices, except where components are mounted directly to a structural member of adequate strength. J. SLEEVES Install for cable and raceway penetrations of concrete slabs and walls, except where core-drilled holes are used. Install for cable and raceway penetrations of masonry and fire-rated gypsum walls and of all other fire-rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. K. FASTENING Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building structure. 1. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. 2. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof-test load. L. FIREPROOFING 1. Do not remove or damage fireproofing materials. 2. Install hangers, inserts, supports, and anchors prior to installation of fireproofing. 3. Repair or replace fireproofing removed or damaged. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-16 M. PENETRATIONS All penetrations of electrical work through walls and roofs shall be water and weather-tight. N. MISCELLANEOUS REQUIREMENTS 1. Screen or seal all openings into outdoor equipment to prevent the entrance of rodents and insects. 2. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete. 3. Do not exceed the dimensions indicated for equipment except as approved in writing by the Engineer. 4. Do not use equipment or arrangements for equipment that reduce the required clearance or exceed the space allocations. O. DIMENSIONS Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions. 1. Field measurements take precedence over dimensioned plans. 3.5 IDENTIFICATION A. LABELS Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. Conduit labeling is further described in section 16130. B. NOMENCLATURE Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. C. SELF-ADHESIVE IDENTIFICATION PRODUCTS Clean surfaces of dust, loose material, and oily films before applying. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-17 D. IDENTIFY PATHS OF UNDERGROUND ELECTRICAL LINES During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines. Where multiple lines installed in a common trench or concrete envelope, do not exceed an overall width of 16 inches, use a single line marker. E. ENGRAVED, PLASTIC-LAMINATED LABELS, SIGNS, AND INSTRUCTION PLATES Engraving stock shall be melamine plastic laminate punched for mechanical fasteners with a minimum thickness of 1/16 of an inch for signs up to 20 square inches, and 1/8 of an inch thick for larger sizes. Engraved legend in white letters on black face. Provide nameplates on equipment enclosures giving the name and circuit identification of the enclosed device/equipment in 1/4 of an inch lettering. F. PANELBOARD SCHEDULES For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker. G. ARC FLASH HAZARD Provide and install warning labels for arc flash hazard on all switchboards, panelboards, control panels, motor control centers, and other equipment per the requirements of the NEC and Washington State Administrative Code(WAC). 3.6 DEMOLITION A. EQUIPMENT TO BE DEMOLISHED Demolish all existing electrical devices and circuits, which are noted for demolition. Demolition includes, but is not limited to: 1. Removing all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc.,which are not concealed in the building structure or below grade/slab. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-18 B. TEMPORARY POWER Provide temporary power to existing branch circuit panels, branch circuits, and/or directly to electrical devices as required to keep all portions of the existing facility, which are occupied by the Engineer, or required for operation, in operation at all times. Obtain approval by all appropriate code authorities, including the Department of Labor& Industries Electrical Inspection Department, or the local jurisdiction having authority, for any temporary connections required. C. DAMAGED ELECTRICAL EQUIPMENT Where remaining electrical work is damaged or disturbed in the course of the work, remove damaged portions, and install new products of equal capacity, quality, and functionality. D. TEMPORARY DISCONNECTION Remove, disconnect, store, clean, reinstall, reconnect, and make operational those components that are indicated for relocation and/or reconnection. Coordinate the process, mechanical, HVAC, and other equipment scheduled to be relocated and/or reused with other Divisions. 3.7 CUTTING AND PATCHING Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. Repair disturbed surfaces to match adjacent undisturbed surfaces. 3.8 TOUCHUP PAINTING Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3.9 TESTING A. Test electrical equipment before energization and placing into service. Report all test results in writing. Where tests disclose a defect in the work, rework, or repair the work at no additional expense to the City and retest to confirm the rework or repair until testing confirms that the defect has City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-19 been corrected. Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i.e., NEMA, NFPA, IEEE, ISA, ANSI) for the class of equipment. 1. Test the equipment and electrical circuits for proper connection, tightness, continuity, and absence of undesirable shorts and grounds. When complete and 72 hours prior to energizing of the system, test the wire and cable installation. Check for continuity, visual damage, marking, and proper phase sequence before performing insulation testing. 2. Megger power equipment, bus work, switches, breakers, and associated devices phase-to-phase and phase-to-ground. Megger at or near the rated voltage, but not above. Disconnect and reconnect equipment which cannot be meggered when connected. The minimum acceptable steady-state value is 50 megohms. Record ambient temperature and humidity during testing. Call any reading less than 100 megohms to the attention of the Engineer. Take appropriate steps to improve such values to permanent levels greater than 100 megohms. 3. Test operation, calibration, and settings of the meters, relays, and indicating devices. 4. Test all operating controls for proper operation. 5. Test all auxiliary equipment, i.e., heaters, thermostats, lights, all illuminated indicating devices and lamps, and all audible alarm devices which are an integral part of transformers and panels to verify that they function properly. 6. Check fuses with an ohmmeter. Ring out wiring and busing. Check operation of control and safety interlocks. Check grounding of potential transformers, current transformers, lightning, and surge arresters. Check control connections and tightness at terminal blocks, relays, meters, switches, etc. B. Rework or repair equipment, which performs unsatisfactorily during, or as a result of, testing at no additional expense to the City. C. Additional testing requirements specific to other sections are specified in those sections. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16050-20 3.10 TEST DOCUMENTS The following test documents shall be signed and submitted for review prior to energizing associated electrical circuits: A. Provide a Power Conductor Megger Testing Report. A blank copy of this report, specifically associated with this contract, is available from Engineering on request. A copy of these signed test results shall be submitted to the Engineer for approval prior to startup and shall be included in the O&M Manual. 3.11 DEMONSTRATION Demonstrate to the Engineer that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests. Demonstrate equipment in accordance with each section in Division 16. 3.12 CLEANING Clean dirt and debris from all surfaces. Apply touchup paint as required to repair scratches, etc. Replace nameplates damaged during installation. Thoroughly vacuum the interior of all enclosures to remove dirt and debris. *** END OF SECTION *** City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O##17530 16050-21 SECTION 16130 RACEWAY AND BOXES PART1 GENERAL 1.1 SCOPE The work specified in this Section includes raceways, fittings,boxes, enclosures, and cabinets for electrical wiring. 1.2 RELATED SECTIONS INCLUDE THE FOLLOWING: Sections Items 16050 Basic Electrical Materials and Methods 1.3 DEFINITIONS A. 100 PERCENT CONTINUOUS 100 percent continuous means that electrical continuity shall be maintained over a conduit's entire length and that such conduits shall consist of only RGS (whether PVC-coated or not), LFMC, or combinations of these types. There can be no break in the electrical continuity by non-metallic components. EMT conduits are not considered 100 percent continuous. B. CONDUIT BODIES A separate portion of a conduit system that provides access through a removable cover to the interior of the system at a junction of two or more sections of the system. C. CONTROL CONDUITS Control conduits typically contain cables or conductors in the range of 12 Vdc to 120 Vac. These cables/conductors are used to provide discreet field inputs and outputs to motor drives, PLC controllers, operator stations, etc. They typically connect to discreet I/O field devices like local panel pushbuttons, indicating lights, selector switches, field limit switches, relay circuits, etc. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-1 D. CONTROL PANELS Control panels are enclosures in which one or more circuits are changed, unlike junction boxes where circuits are simply routed through the panel. Control panels may be as simple as an enclosure with a pilot light or they may be very complicated with hundreds of 1:/0 terminations. E. CONVENIENCE RECEPTACLES Reference Section 16140, Definitions. F. DEVICE BOXES Device boxes are electrical boxes used for receptacles, light switches, dimmers, and other similar devices. Selector switches, indicating lights, displays, etc., are mounted in control panels and equipment enclosures, not in device boxes. G. DRIP FITTINGS Drip fittings are used to drain water from conduit entry points,junction boxes, or other enclosures where accumulation of moisture must be removed. They are also intended to disable the entry of foreign materials, including tools and fingers, through the drain. H. EMT Electrical Metallic Tubing (a type of RMC). I. FINISHED AREAS Reference Section 16050, Definitions. J. FMC Flexible Metal Conduit (a type of RMC). K. FRP Fiberglass Reinforced Plastic (a type of RNC). City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&0#17530 16130-2 L. HANDHOLES A handhole is a pullbox that is not sufficiently sized for entrance of personnel (reference PULLBOXES). M. INSTRUMENTATION CONDUITS Instrumentation conduits contain cables and conductors that carry low-power modulated or communication signals. They may include 4-20 mA current loops, 0-10 volt analog signals, 5 to 12 Vdc digital (TLL) data, analog or digital communications signals, etc. They may also include low-voltage compliance power to instruments such as 5 Vdc,±15 Vdc, or 24 Vdc. N. JUNCTION BOXES Junction boxes are electrical enclosures used for combining, splitting, pulling, or redirecting electrical circuits. Junction boxes may terminate one conduit or join multiple conduits. Circuits are not altered inside a junction box. Enclosures where circuits are altered are called CONTROL PANELS. With the exception of terminal strips,junction boxes do not contain electrical devices. 1. Junction Boxes, Type J1 —not used 2. Junction Boxes, Type J2—not used 3. Junction Boxes, Type J3 Junction boxes identified as TYPE J3 can contain only instrumentation circuits that are not intrinsically safe. Junction boxes not containing circuits of the types identified for TYPE Jl, TYPE J2, or TYPE J3 are simply called"junction boxes" (without a TYPE identifier). O. LFMC Liquidtight Flexible Metal Conduit (a type of RMC). P. POWER CONDUITS Power conduits contain branch and feeder conductors with voltages 120 Vac and above. These conductors provide operating power to MCCs, City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-3 panels, motors, lighting, receptacles, HVAC, etc. Conductors can be of #12 AWG wire gauge and larger, either separate or in power cables. Q. PROCESS AREAS Reference Section 16050, Definitions. R. PULLBOXES Pullboxes are underground electrical enclosures, sufficiently sized to allow the entrance of personnel, used for combining, splitting, pulling, or redirecting electrical circuits. Pullboxes may terminate one conduit or join multiple conduits. A pullbox can be considered an underground junction box. Circuits are not altered or terminated inside a pullbox. Pullboxes do not contain electrical equipment or devices. Exception: • Pull boxes may include a sump pump. Handholes are types of pull boxes but are not sufficiently sized to allow the entrance of personnel (reference HANDHOLES). S. PVC Polyvinyl Chloride Conduit (a type of RNC). T. PVC-RGS Polyvinyl chloride, externally coated RGS (a type of RMC). Alias: May be called or shown on Plans and elsewhere in specifications as PVC-Coated RGS or PVC-RMC. U. PVC-RMC Reference PVC-RGS. V. RGS Rigid Galvanized Steel (a type of RMC). City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-4 W. RMC Rigid Metal Conduit (General NEC Category). X. RNC Rigid Nonmetallic Conduit (General NEC Category). Y. SURFACE RACEWAYS A metallic raceway that is intended to be mounted to the surface of a structure, with associated couplings, connectors, boxes, and fittings for the installation of electrical conductors. Z. WET LOCATIONS Reference Section 16050, Definitions. AA. WIREWAYS Sheet metal troughs with hinged or removable covers for housing and protecting electric wires and cable in which conductors are laid in place after the wireway has been installed as a complete system. 1.4 SUBMITTALS A. Provide data for surface raceways, wireways and fittings, hinged-cover enclosures, and cabinets. 1.5 QUALITY ASSURANCE See Section 16050. 1.6 COORDINATION Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access. Coordinate electrical work with outside utilities associated with the project. Non electrical piping and structural has priority over underground conduit routing. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-5 Exception: 0 Unless specifically coordinated otherwise with the General Contractor. 1.7 PAYMENT All costs of the work specified herein shall be included in the lump sum bid item for ELECTRICAL, TELEMETRY, AND INSTRUMENTATION. PART 2 PRODUCTS 2.1 METALLIC CONDUIT TYPES A. EMT— shall not be used. B. FMC—shall not be used. C. LFMC 1. Conduit Flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer. Electri-Flex Type LA or American Sealtite, Type UA 2. Connectors Galvanized steel, screw in, grounding type with a ferrule, which covers the end of the inside and outside of the conduit. D. RGS 1. Conduit Hot dipped galvanized with threaded ends meeting ANSI C80.1. 2. Couplings Steel, cast iron, or malleable iron compression type employing a split, corrugated ring and tightening nut, with integral bushings and locknuts. No indent or set screw type. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-6 a. Couplings Unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. b. Nipples Factory made through 8 inches, no running threads. C. Conduit bodies shall be galvanized, or epoxy coated cast iron or aluminum one piece with galvanized, or epoxy coated cast cover, gasket, and threaded hubs. Use stainless steel screws or other approved non-corroding screws to hold cover in place. 3. Conduit Clamps Conduit clamps for RGS shall be cast iron. E. PVC-COATED RGS, PVC-RMC 1. General a. A proprietary colored urethane coating shall be uniformly and consistently applied to the interior of all conduit and fittings. This internal coating shall be a nominal 2 mil thickness. Conduit or fittings having areas with thin or no coating shall be unacceptable. b. The PVC exterior and urethane interior coatings applied to the conduit shall afford sufficient flexibility to permit field bending without cracking or flaking at temperatures above 30'degrees F (-1 degrees Q. C. All male and female threads on conduit, elbows, and nipples shall be protected by application of an electronically conducting corrosion resistant compound. d. Installation of the PVC coated conduit system shall be performed in accordance with the manufacturer's installation manual. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-7 e. Conduits and fittings shall meet the following standards: i. ASTM D870 ii. ASTM D 1151 iii. ASTM D3359 iv. ASTM D1308 V. NEMA RN 1 2. Conduit a. The PVC coated rigid metal conduit must be UL listed. The PVC coating must have been investigated by UL as providing the primary corrosion protection for the rigid metal conduit. Ferrous fittings for general service locations must be UL listed with PVC as the primary corrosion protection. Hazardous location fittings, prior to plastic coating must be UL fisted. All conduit and fittings must be new, unused material. Applicable UL standards may include: UL 6 Standard for Safety, Rigid Metal Conduit, UL 514B Standard for Safety, Fittings for Conduit and Outlet Boxes. b. The conduit shall be hot dip galvanized inside and out with hot dipped galvanized threads. 3. Fittings and Accessories The design shall be equipped with a positive placement feature to ease and assure proper installation. Certified results confirming seal performance at 15 psig (positive) and 25 inches of mercury (vacuum for 72 hours shall be available). a. A PVC sleeve extending one pipe diameter or 2 inches, whichever is less, shall be formed at every female fitting opening except unions. The inside sleeve diameter shall be matched to the outside diameter of the conduit. b. The PVC coating on the outside of conduit couplings shall have a series of longitudinal ribs 40 mils in thickness to protect the coating from tool damage during installation. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 16130-8 C. Conduit Form 8 Bodies shall be 1/2 inch through 2-inch diameter, shall have a tongue-in-groove "V-Seal" gasket to effectively seal against the elements. Conduit bodies shall be Form 8 and shall be supplied with plastic encapsulated stainless steel cover screws. d. Right angle beam clamps and U bolts shall be specially formed and sized to snugly fit the outside diameter of the coated conduit. Al U bolts will be supplied with plastic encapsulated nuts that cover the exposed portions of the threads. e. Conduit clamps and fittings for PVC-Coated RGS conduits shall be 316L stainless steel. 4. Approved Material a. Plasti-Bond REDH2OT, Perma-Cote, or KorKap manufactured by Robroy Industries. b. Ocal-Blue Steel conduit and fittings as manufactured by Ocal, Inc. C. Any deviation from the above approved materials must be approved by the Engineer. 2.2 NONMETALLIC CONDUIT TYPES A. PVC 1. Conduits NEMA TC 2, Schedule 40 or 80 PVC. 2. Fittings and Accessories NEMA TC 3;match to conduit type and material, but elbows shall be RMC. 3. Conduit bodies Where allowed, shall match type, material, and gauge of conduit. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-9 B. STANDARD METAL BOXES Assembled from stamped steel hot dipped zinc galvanized coated flat pieces, welded or mechanical assembled into a device box, with knockouts for conduit or connector entrance, meeting NEMA OS 1, with plaster or extension rings and necessary mounting appurtenances to suite construction and application. C. CAST BOXES 1. Cast Aluminum Epoxy coated cast aluminum box, one piece, with mounting lugs, with threaded holes or hubs, with internal green ground screw and with neoprene gaskets. 2. Cast Iron Cast iron with electro-galvanized and aluminum acrylic paint finish, one piece, with mounting lugs, with threaded holes or hubs, with internal green ground screw and with neoprene gaskets. D. DEVICE COVERS 1. Plastic: Thermoplastic nylon, device-mount, ivory. 2. Aluminum: Sheet Aluminum. 3. Cast Iron: Iron alloy. E. SWITCH ACTUATORS 1. Aluminum: Lever-arm type, raintight, cast aluminum matching the metallurgy of the device box. 2. Cast Iron: Lever-arm type, raintight, cast iron alloy matching the metallurgy of the device box. F. WEATHERPROOF COVERS AND PLATES Weather proof, self-closing, die-cast aluminum, UL listed. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-10 G. IN-SERVICE COVERS Shall be weather proof and hinged from top with removable cord slots. 2.3 JUNCTION BOXES AND HANDHOLES A. JUNCTION BOXES 1. Standard Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1. Boxes 6" x 6" x 4" or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication. 2. Cast Cast iron with electrogalvanized and aluminum acrylic paint finish, one piece, with threaded cover of the same metallurgy and finish, with mounting lugs, with threaded holes or hubs, with internal green ground screw and with neoprene gaskets; explosion-proof, dust-ignition-proof, raintight, rated for Class I, Division 1 and 2, Groups C, D. 3. Stainless Steel NEMA 4X 316L stainless steel with gasketed screw down cover. B. HANDHOLES 1. Material and Strength Handholes shall be made from Concrete or Polymer Concrete. The boxes and covers are required to conform to all test provisions of ANSI/SCTE 77 2002 "Specification For Underground Enclosure Integrity" for Tier 15 applications (Design Load Vertical 22,500 lbs. and Lateral 800 lbs/sq. ft.) and to be Listed and Labeled. The boxes must physically accommodate and structurally support compatible covers, which possess the Tier rating. In no assembly can the cover design load exceed the design load of the box. All components in an assembly(box and cover) are to be manufactured by the same manufacturer. All covers are required to have a minimum coefficient of friction of 0.50 in accordance with ASTM City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-11 C 1028. Independent third party verification or test reports stamped by a registered Professional Engineer certifying that all test provisions of this specification have been met are required with each submittal. The cover is to have an identifying function descriptor imprinted on it. The Descriptor shall be ELECTRICAL, CONTROL, SIGNAL, TELEPHONE, STREET LIGHT, or similar approved by the Engineer. Handhole lid assemblies comprised of steel shall have a factory- applied galvanized finish. Exception: • Unless the assembly is fabricated from stainless steel. 2. Manufacturers Quazite (Strongwell Corp.) Carson Industries PART 3 APPLICATION 3.1 CONDUIT BODIES This section describes the types of raceways,junction boxes, and device boxes that can used for different circuits and different environments. Reference Section 4.1 for methods and practices required for installation. A. CABLE AND CONDUIT SCHEDULE The Cable and Conduit Schedule shall be considered absolute. No changes to wire sizes, wire count, insulation type, circuit type, or conduit size shall be allowed without approval from the Engineer. The Cable and Conduit Schedule does not indicate conduit type (PVC, EMT, RGS, etc.) since, in many cases, a conduit's type may change between its source and destination. The rules stated in this specification define the necessary and allowed conduit type(s) for various applications and routes. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 16130-12 B. RACEWAY REQUIREMENTS The term"RGS conduits"refers to a type of conduit body and does not imply whether the conduit is PVC-coated or not. Certain applications require RGS conduits with PVC coating, others do not. Reference Section 3.2, "RGS RACEWAY PROTECTIVE COATINGS"for these requirements. 1. Circuit Types and Categories a. Circuit Types Conduits are broken into three general circuit types; 1) Power, 2) Control, and 3) Instrumentation (see Definitions). On the Cable and Conduit Schedule, Power conduits are those starting with the letter "P", Control conduits are those starting with the letter "C", and Instrumentation conduits are those starting with the letter "S". b. Circuit Categories Control and Instrumentation circuits are broken into two categories, those that contain intrinsically safe circuits and those that do not (see Definitions). These types and categories are listed below in Table 3.1.B.1 below. C. Relationships Between Circuit Categories and Conduit Types Many electrical circuit types do not require special conduit routing considerations. However, Table 3.1.B.1 shows circuit types where the conduit route must be 100 PERCENT CONTINUOUS (reference Definitions). Table 3.1.13.1 100% Type Continuous? Power No Control No Instrumentation Yes City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-13 2. Conduit Shape Wiring shall be routed in pipe or tubular conduits, NOT in fabricated wireways or gutters. Exception: • Unless specifically called out otherwise in the Plans. C. PVC SCHEDULE 40 RACEWAY APPLICATIONS 1. All straight portions of conduits completely concealed in walls, attics, concrete, or below ground (not exposed) shall be PVC Schedule 40. Exceptions: • All Instrumentation conduits shall be I00 percent continuous over their entire length. • All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. • Where specifically called out otherwise in the Cable and Conduit Schedule. D. PVC SCHEDULE 80 RACEWAY APPLICATIONS 1. All portions of conduits which contain grounding electrode conductors shall be PVC Schedule 80 and shall contain no metal fittings, connectors, or devices. Such conduits containing grounding electrode conductors shall contain no other types of conductors. 2. PVC conduit areas under roads or heavy traffic areas. 3. As stated in the Cable and Conduit Schedule. E. RGS RACEWAY APPLICATIONS 1. All conduits requiring 100 percent continuity per Section 3.1.B.1 shall be RGS over their entire length. For coating requirements, reference Section 3.2. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&o#17530 16130-14 Exception: • LFMC conduit shall be allowed per the "LFMC Raceway Applications"section herein. 2. Underground factory or bent elbows and offsets greater than or equal to 30 degrees shall be RGS. Exceptions: • Where the radius of a conduit bend is greater than or equal to 1 S feet per inch of trade size. • Raceways used for the containment and protection of bare grounding electrode conductors shall be PVC Schedule 80. Reference PVC Schedule 80 raceway applications. 3. All portions of conduits exposed outdoors shall be RGS. Exception: • All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. 4. All portions of conduits exposed on the inside of below-ground pullboxes, equipment vaults, wet wells, and dry wells (vaults) shall be RGS. Exceptions: • All conduits immediately terminating after penetrating a vault wall, that are allowed to be PVC Schedule 40 underground, shall terminate as a PVC conduit bell-end. If the conduit is connected inside the vault to any device, conduit body,junction box, control panel, or any other conduit, then all portions of the conduit inside the vault, through the wall penetration, and 24 inches outside the vault shall be RGS and shall be grounded. • All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&o#17530 16130-15 5. All portions of conduits penetrating concrete floors, walls, or ceilings shall be RGS. Exception: • In below ground vaults as described above. 6. All conduit penetrations from grade shall be RGS. Exception: • All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. 7. All portions of exposed conduits inside closed buildings shall be RGS. Exceptions: • LFMC conduit shall be allowed per the "LFMC Raceway Applications"section herein. • All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. • Unless otherwise specifically called out on a separate plan or detail. F. LFMC RACEWAY APPLICATIONS (REFERENCE DEFINITIONS) 1. LFMC conduit shall be used for the last 18 inches of connection to motors, transformers and other vibrating equipment. 2. LFMC conduit shall be used for the last 18 inches of connection to any device that may require minor movement during maintenance or repair or that may require physical adjustment. 3.2 RGS RACEWAY PROTECTIVE COATINGS Protected RGS conduits are used to minimize conduit degradation from moisture and chemicals. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-16 Where called in the Plans or Specifications as "Protected RGS," "PVC-Coated RGS," "PVC-Coated," "PVC-RGS," or"PVC-RMC," all such conduits, elbows, and fittings shall be factory coated PVC as defined in Section 2.1. A. PVC-COATED RGS CONDUIT APPLICATIONS 1. All portions of RGS elbows, bends, straight pipes, couplings, and fittings buried underground shall be PVC-Coated. 2. All portions of RGS elbows, bends, straight pipes, couplings, and fittings encased in concrete shall be PVC-Coated. 3. All portions of RGS elbows, bends, straight pipes, couplings, and fittings exposed outdoors shall be PVC-Coated. 4. All portions of RGS elbows, bends, straight pipes, couplings, and fittings inside underground vaults, pullboxes, wet wells, and dry wells shall be PVC-Coated. 5. All portions of RGS elbows, bends, straight pipes, couplings, and fittings exposed in Chemical Rooms (reference Definitions) shall be PVC-Coated. 6. All portions of RGS conduits penetrating concrete floors and below-ground walls and ceilings shall be PVC-Coated at least 12" into the exposed area and extending at least 24" underground. Exceptions: • Where specifically noted to be otherwise in the Plans. • Non-metallic conduits that terminate at the wall of a pullbox. 3.3 JUNCTION AND DEVICE BOX APPLICATIONS A. JUNCTION BOXES 1. Junction boxes for Instrumentation, Intrinsically Safe, and Non- Linear Power circuits (see Definitions) shall be hinged steel, 6" x 6" x 4" minimum. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-17 2. Wet Areas (see Definitions). a. NEMA 4X 316L stainless steel. Exceptions: • Unless called out otherwise on the Plans 3.4 HANDHOLE APPLICATIONS A. HANDHOLES Handholes are used as pull and splice points in underground installations and are typically installed in driveways, parking lots, and off-roadway applications subject to occasional non-deliberate heavy vehicular traffic. PART 4 EXECUTION 4.1 EXAMINATION Examine surfaces and spaces to receive raceways, boxes, for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 4.2 INSTALLATION, GENERAL A. COORDINATION WITH OTHER WORK Wherever practical, route conduit with adjacent ductwork or piping. 1. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes or other heat sources operating at temperatures above 100 degrees F. 2. Non-electrical buried piping has routing priority over electrical burials. B. MOUNTING PRACTICES 1. All conduits in process areas shall be surface mounted unless specifically called out otherwise on the Plans. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-18 2. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. 3. Where several conduits follow a common route, stagger pull boxes, junction boxes, pulling sleeves, and fittings. C. DEVICE BOX INSTALLATION 1. Coordinate box locations with building surfaces and finishes to avoid bridging wainscots,joints, finish changes, etc. 2. Recess boxes in the wall, floor, and ceiling surfaces in finished areas. Set boxes plumb, level, square and flush with finished building surfaces within 1/16 of an inch for each condition. Set boxes so that box openings in building surfaces are within 1/8 of an inch of edge of material cut-out and fill tight to box with building materials. Back boxes with structural material to prevent rotation on studs or joists. Use gang boxes wherever more than one device is used at one location. 3. Surface mount boxes to building structures with a minimum of 1/4-inch spacing and with a minimum of two fasteners. Provide attachments to withstand an additional force of 100 pounds applied vertically or horizontally. 4. Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below. 5. Set floor boxes level and adjust to finished floor surface. D. CONDUIT INSTALLATION Install conduit as a complete and continuous system without wires. Mechanically secure to boxes, fittings, and equipment. Electrically connect conduits to all metal boxes, fittings, and equipment. 1. All field or manufactured ferrous metal threaded connections of conduits and fittings shall be installed with a coating of electrically conductive, corrosion resistant, copper colloidal compound such as "Shamrock Kopr-ShieldTM Compound" or equivalent. 2. Keep conduits clean and dry. Close each exposed end. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 16130-19 3. Properly ground each metallic box, cover, lid, hatch, conduit, etc., in compliance with the National Electrical Code. 4. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt, shavings, or moisture into equipment. 5. Install pull wires in empty raceways. Use No. 14 AWG zinc-coated steel, monofilament plastic line, or woven polyester pull line with not less than 200-1b tensile strength. Leave at least 8 inches of slack at each end of the pull wire. 6. Install exposed raceways in lines parallel or perpendicular to the building or structural member's lines except if structure is not level then follow the surface contours as much as practical. Do not crossover or use offsets if they can be avoided by installing the raceway in a different routing. 7. Run parallel or banked conduits together, on common supports where practical. 8. Make bends in parallel or banked runs concentric (common radius point, expanding radius). Use factory elbows only where elbows can be installed concentrically; otherwise, provide field bends for parallel raceways. 9. Select surface raceway outlet boxes to which lighting fixtures are attached of sufficient diameter to provide a seat for the fixture canopy. 10. Provide surface metal raceway outlet box and the backplate and canopy at the feed-in location of each end-stem suspension fluorescent lighting fixture. 11. Labeling With the exception of conduits supplying power to lighting and convenience receptacles, all conduits shall be labeled in the following manner. a. Conduits shall be labeled at each entrance and exit of a raceway, box, and device. Labels shall be placed no more than 3 inches from the relevant entrance or exit and shall be City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-20 positioned in a manner where they can best be read by technicians and maintenance personnel. Exception: • Only one label shall be required for conduits less than 6 feet in length where the entire conduit can be seen from a single point. b. The labels used shall be permanent items manufactured specifically for tagging conduits in direct sunlight and wet environments. C. The conduit label shall be the full conduit number as listed on the Cable and Conduit Schedule. d. The conduit label shall be attached near the ends of conduit stub ups through floors and penetrations into vaults even if equipment is set over the conduit. P0217B Figure 4.2.1).11 Example of a Conduit Label E. RACEWAY TERMINATIONS AND CONNECTIONS 1. Join raceways with fittings designed and approved for the purpose and make joints tight. 2. Make connections waterproof and rustproof by application of a watertight, conductive thread compound. Clean threads of cutting oil before applying thread compound. 3. PVC—RMC Conduits Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduits. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-21 4. Apply PVC adhesive by brush. 5. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 6. Cut ends of conduit square with hand or power saw or pipe cutter. Ream cut ends to remove burrs and sharp ends. Make conduit threads cut in the field with the same effective length and same thread dimensions and taper as specified for factory-cut threads. 7. Flexible Connections Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, removal, or movement; and for all motors. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment. Recessed and semirecessed lighting fixtures may use up to 6 feet of flexible conduit, or 11 feet of premanufactured lighting "whips." Use LFMC in wet or damp locations. Do not strap flexible conduit to structures or other equipment. 8. Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets. Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts. Exception: • In wet areas, use Myers hubs. 9. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. 10. Support conduit connections to motors or other equipment independently of the motor or equipment. Raise or drop vertically to the nearest practicable point of connection to the unit. Run vertical drops to the floor and fasten with a floor flange. Unsupported drops are not permitted. Horizontal runs on the floor or on equipment are not permitted. Drop or raise at the appropriate City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-22 closest location. Run conduit on equipment frames or supports to closely follow the contours of the equipment. Locate conduit to maintain access to all equipment services and adjustment points and so as not to interfere with operation of the equipment. 11. Connect conduit to hubless enclosures, cabinets, and boxes with double locknuts and with insulating type bushings. Use grounding type bushings where connecting to concentric or eccentric knockouts. Make conduit connections to enclosures at the closest point possible where the devices are located to which the circuits contained in the conduit will connect. Exception: • In wet areas, connect to enclosures, boxes, and devices from the bottom side using Myer-type hubs. F. EXPANSION FITTINGS Where conduits cross building expansion joints, use suitable sliding or offsetting expansion fittings. Unless specifically approved for bonding, use a suitable bonding jumper. Exception: • For 100 percent continuous conduits,provide an LFMC loop to compensate for expansion. Include conduit outlet boxes for maximum bend compliance. G. RACEWAY SUPPORT Support raceways as specified in Section 16050. 1. Provide anchors, hangers, supports, clamps, etc., to support the raceways from the structures in or on which they are installed. Do not space supports further apart than 10 feet. 2. Provide sufficient clearance to allow conduit to be added to racks, hangers, etc., in the future. 3. Support raceway within 3 feet of every outlet box,junction box, panel, fitting, etc. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-23 4. Support raceway and boxes in an approved manner by: a. Expansion shields in concrete or solid masonry; b. Toggle bolts on hollow masonry units; C. Wood screws on wood; d. Metal screws on metal. 5. Raceway in wet areas shall have clamp backs or other appropriate spacers to hold them a minimum of 1/2 inch off the surface. Horizontal runs on the roof surface shall be blocked at every 5 feet to hold them a minimum of 2 inches above roof surface. H. INSTALLING PVC-COATED RGS CONDUITS 1. Follow the manufacturer's requirements and recommendations when installing PVC-Coated RGS conduits. 2. Seal the connections to protect the conduit. 3. Provide manufacturer's PVC repair compound where the thickness of the conduit coating has been reduced or damaged (from bending, threading, nicking, etc.) I. BENDS AND OFFSETS Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes. Bending of PVC shall be by hot box bender and, for PVC 2-inches in diameter and larger, expanding plugs. Make elbows, offsets and bends uniform and symmetrical. Make bends and offsets so ID is not reduced. Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. 4.3 HANDHOLES A. HANDHOLE INSTALLATION Install handholes for underground raceway systems true to line and grade. Provide a compacted foundation of fine sand or 3/8 minus crushed rock for the bearing surface edges of the handholes. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&o#17530 16130-24 The handholes shall be installed per the NEC sections 314, and other applicable sections of the NEC. B. HANDHOLE CONDUIT INSTALLATION 1. End all conduits with a vertical riser. 2. Conduits NOT identified as 100 percent continuous shall be allowed to extend into the handhole as a PVC conduit. Provide a PVC bell-end in each conduit as shown in Figure 4,5.B.2. Provide a removable filler at the end of each conduit to eliminate the possibility of water entry. BELL END (TYP.) HANDHOLE Figure 4.5.B.2 Typical PVC Conduit Terminations in a Handhole 3. Conduits identified as 100 percent continuous shall terminate into the bottom of a TYPE J1, TYPE J2, or TYPE J3 junction box, with Myer-type hubs, in PVC-Coated RGS conduit as shown in Figure 4.5.13.3. The door of the J-Box shall face upwards. HANDHOLE 7­­­J-BOX MYER-TYPE HUBS (TYP.) I Figure 4.5.B.3 Typical 100 Percent Continuous Conduit Terminations in a Handhole City of Kent Cambridge Reservoir Recoatiiig and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-25 Exception: • Where a handhole contains only two conduits, and is being used solely as a pulling point, where one conduit is simply an extension of the other, a junction box may be replaced with a PVC-Coated RGS conduit pulling body. C. HANDHOLE GROUNDING 1. All handholes with metal conduits or with metal lids shall be grounded. 4.4 INSTALLATION OF CONDUITS UNDERGROUND AND IN CONCRETE A. UNDERGROUND RACEWAYS 1. The minimum conduit depth shall be 24 inches. Exceptions: • Electrical utility conduit depth shall be 36 inches. • Unless required otherwise by utility company. • Unless required to be shallower due to physical constraints (see requirements below). • Unless under a concrete slab (see requirements below). • Conduits contains a grounding electrode conductor shall be 30-inches deep. 2. Conduits that require a buried depth of less than 18 inches shall require a 6-inch-thick concrete covering over that portion of such conduits. Such concrete covers need not be formed but shall be colored red or shall be painted red on top. 3. Conduits under a concrete slab-on-grade shall be separated from the slab and from the supporting soil by at least 3 inches with soft sand on all sides. 4. Provide separation of underground instrumentation conduits from power and control conduits by a minimum of 12 inches. Avoid City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17s30 16130-26 parallel runs of instrumentation conduits with power and control conduits as much as possible. Where instrumentation conduits are required to crossover power or control conduits, maintain the 12-inch separation using depth and make the crossover as close to 90 degrees as possible. 5. Run conduits as straight as practicable. Make changes in direction and/or grade of sufficient length to allow a gradual change (3-foot radius minimum). Make slight offsets with 5-degree couplings. 6. Run trenches true and clear of stones or soft spots. Place 4-inches of fine sand in the trench bottom and tamp into place. Provide preformed plastic spacers on top of sand spaced 5-feet on center. After the raceway is placed in the trench, backfill 6 inches with sand, then with native earth backfill passing a No. 8 sieve, free of stones. Do not tamp on top of the conduit until the final backfill is placed. Tamp or water-settle the final backfill to finish the grade. Compact the backfill as specified under Section 02300 "Site Earthwork." 7. Mark direct buried conduit by placing a red marking tape a minimum of 12 inches below grade during backfilling of the trench. 8. Seal conduit connections to eliminate leakage. B. CONCRETE ENCASED RACEWAYS Raceways encased in structural concrete must be defined in detail and presented to the Structural Engineer for approval at least 7 days prior to installation. As a minimum, approval will be based on the assurance that there will be no physical interference and that structural integrity will not be jeopardized. C. CONDUITS IN ELEVATED SLABS See "CONCRETE ENCASED RACEWAYS" above. D. CONDUITS UNDER SLABS ON GRADE 1. No conduits will be encased in slabs less than 8 inches in depth. 2. For slabs-on-grade, all conduits larger than 3/4-inch trade size must be run underground below the slab. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No.2 G&O#17530 16130-27 3. All conduits desired to be installed within slabs on grade shall be submitted to the Engineer for approval and design as defined in this Section. E. CONDUIT TRANSITIONS Where raceway exits from grade or concrete, provide the following: 1. All conduits exiting grade or concrete shall be PVC-Coated RGS. Exception: • Raceways used for the containment and protection of bare grounding electrode conductors shall be PVC Schedule 80. No portion of these conduits shall be metallic. 2. For equipment to be moved into place at a later date, install a PVC- Coated RGS coupling flush with the floor slab. Insert a threaded flush plug into the coupling. Provide a pull wire looped backed into the conduit that can be reached after removal of the plug. 3. Only the straight portion of conduits shall exit grade or concrete. No curved portion of a factory or field-bent conduit shall be visible existing the penetration, even when covered or hidden by equipment. F. CONDUIT STUB-UPS INTO EQUIPMENT AND ENCLOSURES 1. Where conduits are stubbed up into open bottom equipment and enclosures, extend the bottom of the conduit threads 1/2 inch above grade. Provide ground bushing and end fittings, flush with fitting and 2-inch stub, above the bottom of the enclosure. Stub conduits to a uniform height (plus or minus 1/8 of an inch) and align within plus or minus 1/4 inch. Exception: • Conduits that do not meet the requirements of being 100 percent continuous, stubbing up directly tinder a Motor Control Center that is mounted on a housekeeping pad, shall be allowed to terminate as a PVC conduit with a bell- end. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&0#17530 16130-28 2. Locate stub-ups directly under the section gutter into which the conductors they contain are to be routed. Terminate conduit with insulating, grounding type bushing bonded to the ground bus of the equipment. 3. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends are not visible above the finished slab. 4. Unless otherwise noted on the Plans, spare conduits stubbing up through concrete floors and not adjacent to a wall shall be finished flush with floor with an RGS coupling. Provide an in-set metal plug (male thread) into coupling flush with floor. 5. Unless otherwise noted on the Plans, spare conduits stubbing up through concrete floors or grade, and adjacent to a wall or housekeeping pad shall extend 12 inches above slab/grade. The exterior edge of the conduit shall be a minimum of 1 inch from the wall/pad. 6. All stub-ups shall be provided with pull string. 7. Provide conduit labels on all stub-ups which are not flush mounted. 4.5 PROTECTION Provide final protection and maintain conditions, in a manner acceptable to manufacturer and installer that ensures coatings, and finishes are without damage or deterioration at the time of Substantial Completion. A. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. B. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 4.6 CLEANING On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#1 7530 16130-29 4.7 QUALITY CONTROL A. TESTS 1. Conduits identified as meeting the requirements of 100 percent continuity shall be tested between source and destination as follows: a. Testing shall be performed using a Digital Voltmeter or Biddle ohmmeter. b. Testing values shall not exceed 5 ohms. C. If testing values exceed 5 ohms, then corrective action shall be taken to reduce the resistance to 5 ohms or below. d. These measurements shall be documented, signed, and submitted to the Engineer for approval. *** END OF SECTION * * City of Kent Cambridge Reservoir Recoating and Fall Protection Improvement—Rebid No. 2 G&O#17530 16130-30 SCENT STANDARD PLANS STORM 5-31 Filter Fabric Fence Cambridge Reservoir Recoating REBID #2/Almaroof A - 2 January 22, 2018 Project Number: W20058 WIRE FABRIC NEWLY GRADED OR `D DISTURBED SIDE SLOPE 2' 2, FILTER FABRIC z FLOW MATERIAL M -LARGE ROCK 2"OR / - GREATER IN DIAMETER NATIVE BACKFILL MATERIAL OR 3/4"-1.5"WASHED GRAVEL / 8„ I N IJ SECTION A-A FILTER FABRIC MATERIAL 2"x2"x14 GAUGE WELDED WIRE FABRIC OR MIRAFI 100X OR EQUIVALENT A WIRE RINGS EQUAL(IF 180# EXTRA STRENGTH FABRIC (TYPICAL) IS USED MAY ELIMINATE WIRE FABRIC) .. i v v JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. STEEL OR A U 2 X 4 WOOD POSTS. 6'O.C. INSTALLATION NOTES: ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER. 2. FILTER FABRIC FENCES SHALL BE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT INSPECTED IMMEDIATELY AFTER EACH AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE RAINFALL AND AT LEAST DAILY 5 C)WEPT ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL,ANY of y�� REQUIRED REPAIRS SHALL BE MADE THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IMMEDIATELY. C) ��4; co p CITY OF KENT to Z ENGINEERING DEPARTMENT 3. REMOVE SEDIMENT WHEN IT REACHES �-3 1/3 FENCE HEIGHT. t KENT FILTER FABRIC FENCE -0 � 21493 O WASHINGTON 4. INSTALL THE SILT FENCE FIRST. �Q� F�ISTE R� k�' AFTER THE SILT FENCE HAS BEEN el DRAWN ED gog SCALE NONE STANDARD PLAN INSTALLED,CONSTRUCT BERM AND ONAL E CHECKED DATE TRENCH. o« on 5-3 APPROVED SepLr-mber 2009 EXISTING EXTERIOR COATING RCRA S METAL TEST REPORT Cambridge Reservoir Recoating REBID #2/Almaroof A - 3 January 22, 2018 Project Number: W20058 Gray& Osborne Page 2 Project Name: AmTest I D: 15-A011120 AMTEST Identification Number 15-A011120 Client Identification Cambridge Ext. Kent Sampling Date Total Metals PARAMETER RESULT UNITS Q D.L. METHOD ANALYST DATE Acid Digestion Y SW-846 3050B CG 07/16/15 Cadmium < 1.146 ug/g 1.1 EPA 6010C CG 07/20/15 Chromium 18.0 ug/g 2.3 EPA 6010C CG 07/20/15 Lead 2540 ug/g 14.6 EPA 6010C ICG 07/20/15 AMTEST Identification Number 15-A011121 Client Identification 125k Exterior Kent Sampling Date Total Metals PARAMETER RESULT UNITS Q D.L. METHOD ANALYST DATE Acid Digestion Y SW-846 3050B CG 07/16/15 Cadmium 6.530 ug/g 1.9 EPA 6010C CG 07/20/15 Chromium 128. ug/g 3.8 EPA 6010C CG 07/20/15 Lead 17330 ug/g 1 17.7 EPA 6010C CG 07/20/15 RECORD DRAW I NGS The following record drawing of the 1990 Cambridge water tank safety improvement are provided for information only. Cambridge Reservoir Recoating REBID #2/Almaroof A - 4 January 22, 2018 Project Number: W20058 Z< CPA Z-1 7 J'6 I r Iry nN ZE L : LP it) gj 17 rp Lo 119 ro" ct,c F, 01:i 1 0,;aei,P E ZIPqll 11 n qp, all � � �`'1-L� L� � �°' Ill I� ,e t✓! � ^, .=—j- Tml'15 ORN IT" IF 1� I�-j zi 1 11 -Z 9 11, LZ-.3 r � •0 H xx w A q� ° 3y Qy 4\ Rm, •t11 L Ii �t A � �� C — Y �_'�- ¢G a /+s• ,I C y u —F— g ZM1. i 53 y v 1 z k ppqq 'go Zn� I9g :4 yy Z � ti — tit r`^ _ •.— ii;,_:•ca=��t.,�;_�? � I E Z�t-3 SAMPLE PROJECT S I GN Cambridge Reservoir Recoating REBID#2/Almaroof A - 5 January 22, 2018 Project Number: W20058 00 0 LM AMA 0 CD 4ma 0 LM CL /" m mm wREIM g ffmam 00 m 0 Mffz= PREVA 1 L 1 NG WAGE RATES Cambridge Reservoir Recoating REBID #2/Almaroof A - 6 January 22, 2018 Project Number: W20058 Page 1 of 18 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: 02/13/2018 County Trade Job Classification Wa a Holida Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $55.82 5A 1 M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 55 2F King Building Service Employees Traveling Waxer/Shampooer $24.18 5S 2F King Building Service Employees Window Cleaner (Non- $27.23 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $28.13 5S 2F '.King Cabinet Makers (ln Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 5D 4C -King Carpenters Floor Finisher $57.18 5D 4C King Carpenters Floor Layer $57.18 5D 4C King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1 M "King Divers a Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King Divers Et Tenders Diver $110.54 5D 4C 8V King Divers &Tenders Diver On Standby $67.97 5D 4C King Divers >a Tenders Diver Tender $61.65 5D 4C King Divers 8t Tenders Manifold Operator $61.651 5D 4C King Divers &Tenders Manifold Operator Mixed Gas $66.651 5D 4C King Divers it Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers 8 Tenders $57.43 5A 4C htftnc•//fnri-rncc Ulm mc-mw 1 Page 2ot18 Remote Operated Vehicle Tender King Dred a Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $56.78 5D 1 H King Drywall Tapers Journey Level $57.43 5P 1 E King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $88.36 7D 4A King Elevator Constructors Mechanic In Charge $95.41 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $39.48 7A 31 King Glaziers Journey Level $60.56 7L 1y King Heat 8 Frost Insulators And Journeyman $67.93 5.1 4H Asbestos Workers httnc•//fnrtrPcc wa nnv/lni/wanPlnnki in/nrvWanPlnnki in acnx 1 /?7/?f11 R Page 3 of 18 King Heating,Equipment Mechanics Journey Level $78.171 7F 1 E King Hod Carriers 8t Mason Tenders Journey Level $48.02 7A 31 King Industrial Power Vacuum Journey Level $11.50 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1 K King Inland Boatmen Cook $56.181 5B 1 K King Inland Boatmen Deckhand $56.18 5B 1 K King Inland Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1 Of Sewer Et 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/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $57.18 5D 4C King Ironworkers Journeyman $66.68 7N 10 King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 {King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner $46.57 7A 31 King Laborers Caisson Worker $48.021 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Caulker $46.57 7A 31 King Laborers Cement Dumper-paving $47.44 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31 King Laborers Chipping Gun(30 Lbs. And $47.44 7A 31 Over) King Laborers Choker Setter $46.57 7A 31 King Laborers Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 hf+nc• //fnrf-rccc tinier 1 /1)7/1)r)1Q Page 4 Ot 16 King ILaborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller 'King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking Ft $46.57 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $46.571 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller Et Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker Et Transit $48.02 7A 31 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 31 (level A) King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 King Laborers Motorman-dinky Locomotive $47.44 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using httnq-//fnrtregs_wa_nnv/Ini/wan zInnki in/nrvWanPInnki in_agnx 1 /77/7f11 R Page 5of1.8 Combination Of High Pressure Air&t Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $39.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 King Laborers Pipe Reliner $47.44 7A 31 King Laborers Pipe Wrapper $47.44 7A 31 King Laborers Pot Tender $46.57 7A 31 King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers Scale Person $46.57 7A 31 King Laborers Sloper (over 20") $47.44 7A 31 King Laborers Sloper Sprayer $46.571 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 7A 31 King Laborers Tamper Et Similar Electric, Air $47.44 7A 31 &t Gas Operated Tools King Laborers Tamper (multiple Et Self- $47.44 7A 31 propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $46.571 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.441 7A 31 King Laborers Tunnel Work-Compressed Air $92.60 7A 31 8�( Worker 0-30 psi King Laborers $97.63 7A 31 S h�lran. //��r�r�ne. awry AA/--- r.li. r� i /^f'11^flliO rage b or its Tunnel Work-Compressed Air Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 88Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 8� Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 8� Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 8g Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 8� Tender King Laborers Tunnel Work-Miner $48.12 7A King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $46.57 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $47.44 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 $56.78 5D 1 H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.50 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication In Shop) Painter $11.50 1 King Metal Fabrication fln Shop) Welder $15.48 1 King Millwright Journey Level $58.68 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.50 1 hH-nc-//fnH-racc ura 1 0 Page 7 of 18 King Modular Buildings Tool Maintenance $11.561 1 King Modular Buildings Utility Person $11.561 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker- $71.35 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $80.35 5D 4C Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker- $85.35 5D 4C Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker- $87.85 5D 4C Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker- $92.85 5D 4C Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker- $94.85 5D 44C Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker- $96.85 5D 4C Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker- $98.85 5D 4C Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7� 1R King Playground Et Park Equipment Journey Level $11.50 1 Installers King Plumbers Et Pipefitters Journey Level $79.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.491 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $59.96 7A 3C 8P Concrete King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Equipment Operators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.961 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Operators Chipper $59.96 7A 3C 8P King Power Equipment Operators Compressor $56.90 7A 3C 8P ht+nc• //fnrtrocc IAIM nnv/Ini a Page 8 of 18 King Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 81 With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $59.49 7A 3C 8P 'King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco & Similar Equipment King _Power Equipment Operators Forklift: 3000 Lbs And Over $59.49 7A 3C 8P With Attachments httnc-//fnrhrPcc_wa_nnv/lni/wanPlnnkiin/nrvWanalnnkiin acne 1 /??/?niR Page 9 of 18 King Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $56.90 7A I 3C 8P King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. 8: $61.10 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operators Locomotives, All $59.96 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) Page lu of 18 King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.491 7A 3C 813 King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps -Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower- No Cab, Under $56.90 7A 3C 8P " 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, BeRman $59.49 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $59.49 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $59.491 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $60.49 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 813 King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom King Power Equipment Operators $61.72 7A 3C 8P I,++--- /14: r+rr - .,- —,/1.-,i —/ram AA1-..-..-.1.-..-.I—..n e+r.v 1 1-1111-)1110 Page 11 of 18 Tower Crane: over 175' through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $62.33 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $60.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P Conveyor King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $59.96 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer EL Water "King Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer&Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Conveyors $59.49 7A 3C 8P Page 1Z or 18 Power Equipment Operators- Underground Sewer£t Water King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer&t Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $61.72 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer &t Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Dozers D-9 Et Under $59.49 7A 3C 8P Underground Sewer &t Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $59.96 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Underaround Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer Et Water htf-nc-//fnrtracc ura 1 / /7(li Q Page 13 of 18 King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $60.49 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $59.96 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $59.49 7A 3C 8P Underground Sewer rt Water Locator King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $59.49 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $61.10 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $60.49 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $60.49 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer Et Water King $59.96 7A 3C 8P hf+nc-//fnri-rccc Ulm menu 1 /1)1)/I)n1 0 Page 14 of 18 Power Equipment Operators- Pile Driver (other Than Crane Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps -Water $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Underground Sewer It Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $59.49 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backho es, $59.96 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- $61.10 7A 3C 8P Underground Sewer Et Water httnc-//fnrtracc wa nnv/lni/wanalnnki in/nrvWanalnnki in acnx 1 /77/7f11 R Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $60.49 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $61.10 7A 3C 8P ` Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $61.72 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P Underground Sewer E`Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $60.49 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $59.96 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $55.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons liourney Level $22.64 1 Page 16 Of 18 King Residential Drywall Journey Level $42.86 5D 4C Applicators King Residential Drywall Tapers Journey Level $57.43 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $40.25 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 111 Workers King Residential Soft Floor Lavers Journey Level $47.61 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 King Roofers Journey Level $49.27 5A 3H King Roofers Using Irritable Bituminous $52.27 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $43.31 7M 1H King Shipbuilding It Ship Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $42.07 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $67.93 5J 4H King Shipbuilding Et Ship Repair Laborer $41.99 7T 413 King Shipbuilding 8t Ship Repair Machinist $42.00 7T 413 King Shipbuilding Et Ship Repair Operator $41.95 7T 4B King Shipbuilding it Ship Repair Painter $42.00 7T 4B King Shipbuilding Et Ship Repair Pipefitter $41.96 7T 4B King Shipbuilding Et Ship Repair Rigger $42.05 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.98 7T 4B King Shipbuilding Et Ship Repair Shipfitter $42.05 7T 4B King Shipbuilding Et Ship Repair Trucker $41.91 7T 4B King Shipbuilding §i Ship Repair Warehouse $41.94 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $42.05 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) k++MC-• //fr,rtl"eNOC %At'n ri^%i/Ini/%Atnnclnnli..r%/r -ilAI -1-vr. oorw i /71)/7/li0 Page 17 of 18 King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers Non- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $47.61 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King S rinkler Fitters Fire Journey Level $74.49 5C 1X Protectiont King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Surveyors Chainman $58.93 7A 3C 813 King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer Il $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television $27.21 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble F±Terrazzo Finisher $42.19 5A 1 B Finishers King Traffic Control Stripers Journey Level $44.93 7A 1 K h�}ran. //F�r1-r�nr ,w.- —I/I—;hA.-.-.— /r. AAI---I��li,.r. Page 18of18 King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers ht-i-nc•//fnri-racc wn nnv/Ini/%nranalnnlriin/nrv1A/nnAlnnl-iin acnv 1 /77/7f11SZ Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight (8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours 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 at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 atone 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 8/31/2017 thru 3/2/2018 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall 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 hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 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. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to 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. 3 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 3. 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. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two(2)hours of overtime after ten (10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(I-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. 4 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines,switching stations, regulating, capacitor stations, generating plants,industrial plants, associated installations and substations,except those substations whose primary function is to feed a distribution system,will 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. E. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week, and Saturday shall be paid at one and one half(1%)times the regular shift rate for the first eight(8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. 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 overtime hours worked,except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). 5 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 5. 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). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And 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. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 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). 6 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 6. 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. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 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,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall 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 8/31/2017 thru 3/2/2018 Holiday Codes Continued 7. I. 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. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 8 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 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 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B:$0.75,Level C:$0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00,Class B Suit:$1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. 9 Benefit Code Key—Effective 8/31/2017 thru 3/2/2018 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked. Workers who do"pioneer"work(break open a cut,build road,etc.) more than one hundred fifty(150) feet above grade elevation receive an additional$0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 15 P to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' -$1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' -$2.00 per foot beginning at 600'. 10 IXEQUESS F6R MbYOR'S SiGMATURE MORI RONNIE IN` MIkR Almdbof un.Fl �e (ons aeorJ 56 � u IX¢tum5lgne' cumene m.�� ngAF?T De[� 141111,11 4'waYk ng says u caa � novxovn� zlvo/i8 re IBM sin v Fp o t =.., ,� nao✓m ia�max, W2�U5$: u e attalHe eat men nix o m �y s stela �n�ern� aew noena = ro�� Si m n�37w3e�A�r nec m�� � a�' uuu IIIIIIIUIIIVuuuuuum "' ��� t 4„ � Illlumu • KENT Agenda Item: Bids - 10A WASHIYGTON TO: City Council DATE: February 20, 2018 SUBJECT: Cambridge Reservoir Recoating and Fall Protection Improvements Rebid #2 - Award MOTION: Award the Cambridge Reservoir Recoating and Fall Protection Improvements Rebid #2 Project to HCI Industrial and Marine Coatings, Inc., in the amount of $1,334,850.00, including sales tax, 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: This project consists of removal of mill scale, reservoir interior and exterior preparation and recoating, welding, platform and catwalk extension, antenna relocation, electrical, instrumentation and other work all in accordance with the contract plans, Kent Special Provisions and the WSDOT Standard Specifications. EXHIBITS: Memo dated February 13, 2018 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: Water Utility Funds will be used for this project.