Loading...
HomeMy WebLinkAboutPW18-213 - Original - Colvico, Inc. - Kent Spring & Pump Station 4 Electrical Upgrades - 05/23/2018 SENT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. E] Blue/Motion Sheet Attached Pink Sheet Attached Vendor Name: Colvico, Inc. Vendor Number (JDE): Contract Number (City Clerk): Category: Contract Aqreement Sub-Category (if applicable): Project Name: Kent Springs and Pump Station No. 4 Electrical Upgrades Contract Execution Date: Date of the Mayor's signature Termination Date: 180 working days Contract Manager: Bryan Bond Department: PW: Operations Contract Amount: $$1,102,943.14 Approval Authority: E] Director D Mayor Z City Council Other Details: The pFQiW consists of the construction,,of a generator, electrical work, and site improvements at the Kent Springs site and construction of variable frequency drive motor, electrl'66[ work and site improvements atPump Station No. 4. ���qv� � � � ��p� �ea (( �� ON� tlN01 Jr f Ip 91& II�� � �IipMq AAIN N4. 0w "Nlg�. pp u uv qq����yy� N� p pp X011llµ I i IAv . � �� �"M��W ���1� � Q����� l0 m 0 N � 9�V 4 II���� �pb�VU � �� �+Iry �.� ��� ��� �� ���� �� �� ��II��I ���01"� �� � v �� � � 6�6 � �IP�� v�uo. �Wult � �m�"•aor �� �Wi 'am ', ��d ,II„.. wiu„ I M�+nu✓ u� �N „,;.; �nll � IN Mnt �„ flol 1"o��uYl 9� �� � ti nr �wz' `�Nw' 4@ . � �y,NI �aint��C� '� � .�9 ��� _� ".' wrtd IW iue."��I �. �.�". im mw 1W l9 � u��iiiil�� p�m�4 n�u m� r� �'�1i ��,� �m �� Prae� , ��uu iv,�r� ��i� � w� 1 � � �IH 1 riui��� ����ineo�y �;iN s� �W � n� ����W �, ��0 VIA �� !� (� � 4�M � ���� '� a� �l � �� ��` ��� 0�01 H���� ����5 n� �"i ��S�A� aid uq�iiml �, l� � m„ mu �a°� um ^, m� uw 4�A�w:' ���,�,�, 1H�� ������ �l N9 N 4��11� ��111, I N DE 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 S Geotechnical Memorandum Section 7 Kent Standard Plans Section S Prevailing Wage bates G I T'Y' OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Kent Springs and Pump Station No, 4 Electrical Upgrades Project Number: W20033 BIDS ACCEPTED UNTIL BID OPENING May 1 , 20,18 May 11 r 2018 9:45 A.M. 10:40 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 C. �,...� TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 11/2018 y� / L'�xIeept for Technical 1��� Specifications W A 5 H I N G 7 O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement 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 Payment and Performance Bond Contract Table of Contents Kent Special Provisions Technical Specifications Geotechnical Memorandum Kent Standard Plans Prevailing Wage Rates IaNVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 1, 2018 up to 9:45 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 10:00 a.m. for the City of Kent project named as follows: Kent Springs and Pump Station No. 4 Electrical Upgrades Project Number: W20033 The project consists of the construction of a generator, electrical work, and site improvements including fencing and generator cover at Kent Springs site and construction of variable frequency drive motor, electrical work, and site improvements including fencing and retaining wall at Pump Station No. 4 within the City of Kent, and other work all in accordance with Kent Special Provisions, Technical Specifications, and the WSDOT Standard Specifications. The City will make the sites open to contractors interested on bidding the project at the date and times listed below: Site Address Date Time Kent Springs - Lower Site 28600 216th Ave. SE, Kent, WA April 24, 2018 10:00 AM to Noon Access off of 216th Ave. SE Kent Springs - Upper Site 28600 2161h Ave. SE, Kent, WA April 24, 2018 10:00 AM to Noon (Access off of SE 2881^ St.) Pump Station 4 25601 S. Reith Rd., Kent, WA April 24, 2018 10:30 AM to 1:30 PM City staff will be present only to provide access to the site and vault/building; not to answer questions or provide information. The Engineer's estimated range for this project is approximately $900,000 to $1,000,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Bryan Bond at 253-856-5662. Bids must be clearly marked "Bid" with the namo' of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. 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 ICentWA.goV dour business bids. dflg. 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. No bidder may withdraw his/her bid for a period of six (60) days after the day of bid opening. Dated this 111^ day of April, 2018. BY: _ Kimberley A. omoto, City Clerk Published in Daily Journal of Commerce on April 17 and 24, 2018. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 05/01/2018 This statement relates to a proposed contract with the City of Kent named Kent Springs and Pump Station No. 4 Electrical Upgrades Project Number: W20033 I am the undersigned bidder or prospective contractor. I represent that - 1. I X 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. Colvico,Inc. NAME OF BIDDER BY; Pry:i'➢e�1R SICAATURE/TITLE C�g•y C';t�lvitr ----- PO Box 26R2 SDokane.WA 99220 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Kent Springs & PS 4 Upgrades/Bond 1 April 11, 2018 Project Number: W20033 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ("Olvill For: Colvico. Inc. Title: PracirlPnt Date: 05/010019 Kent Springs&PS 4 Upgrades/Bond 2 April 11,2018 Project Number: W20033 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. Kent Springs&PS 4 Upgrades/Bond 3 April 11, 2018 Project Number: W20033 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY 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 — Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Kent Springs and Pump Station No. 4 Electrical Upgrades/Project Number: W20033 that was entered into on the (Date) between the firm I represent and the City of Kent. 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; Title: Date: Kent Springs&PS 4 Upgrades/Bond 4 April 11, 2018 Project Number: W20033 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that �nlv;�n Inc 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 Kent Springs and Pump Station No. 4 Electrical Upgrades/Project Number: W20033 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 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Kent Springs&PS 4 Upgrades/Bond 5 April 11, 2018 Project Number: W20033 SCHEDULE A - KENT SPRINGS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 8-34.5 1 Kent Springs - Mobilization, $ 38,771.65 $ $38,771.65 KSP LUMP SUM Demobilization, Site Per LS Preparation and Clean-up 1010 8-34.5 1 Kent Springs - Site Work $ 63,572.92 $ 63,572.92 KSP LUMP SUM Per LS 1020 8-34.5 1 Kent Springs - Structural $143,698.06 $ 143,698.06 KSP LUMP SUM Per LS 1030 8-34.5 1 Kent Springs - Electrical $ 435,257.99 $ 435,257.99 KSP LUMP SUM Per LS 1040 8-34.5 1 Kent Springs - Automatic $ 80,952.15 $ 80,952.15 KSP LUMP SUM Control Per LS 1050 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common price to all bidders 1060 8-01.5 1 Erosion/Water Pollution $5,000.00* $5,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common Drice to all bidders Sub Total 772,252.77 10% WA State Sales Tax $ 77,225.28 Schedule A Total $ 849,478.05 Kent Springs&PS 4 Upgrades/Bond 6 April 11,2018 Project Number: W20033 SCHEDULE B — PUMP STATION NO. 4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 8-34.5 1 Pump Station No. 4 - $ 15,821.65 $ 15,821.65 KSP LUMP SUM Mobilization, Demobilization, Per LS Site Preparation and Clean-up 2010 8-34.5 1 Pump Station No. 4 - Site $ 8,852.62 $ 8,852.62 KSP LUMP SUM Work Per LS 2020 8-34.5 1 Pump Station No. 4 - $ 31,836.73 $ 31,836.73 KSP LUMP SUM Structural Per LS 2030 8-34.5 1 Pump Station No. 4 - $ 90,522.11 $ 90,522.11 KSP LUMP SUM Electrical Per LS 2040 8-34.5 1 Pump Station No. 4 - $ 73,389.70 $ 73,389.70 KSP LUMP SUM Automatic Control Per LS 2050 1-04.4(1) 1 Minor Changes $5,000.00* $5,000.00 WSDOT CALC Per CALC *Common once to all bidders 2060 8-01.5 1 Erosion/Water Pollution $5,000.00* $5,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Sub Total $ 230,422.81 10% WA State Sales Tax $ 23 t)42.28 Schedule B Total $ 253,465M9 Kent Springs&PS 4 Upgrades/Bond 7 April 11, 2018 Project Number: W20033 BID SUMMARY Schedule A $849,478.05 Schedule B "rl Arr �9 TOTAL BID AMOUNT Ri 1f)? is Kent Springs&PS 4 Upgrades/Bond 8 April 11, 2018 Project Number: W20033 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 100/b 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: Kent Springgi and Purno Station No. 4 Electrical Upgrade Project Number: W20033 Subcontractor Name NOr1� i Item Numbers Subcontractor Name Item Numbers Subcontractor Name _ Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE41 ---^ Cory Colvin, President Kent Springs& PS 4 Upgrades/Bond 9 April 11, 2018 Project Number: W20033 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Cal v;cn. Tnr Project Name: Dent Springs and (Pump Skatian Na. Clectrical IJpgrad'es Project Number: W20033 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: _kc Wade 1'Ne cb anicaL Plumbing Subcontractor Name: A Electrical Subcontractor Name: Self Performed 05/01/2018 Signatures f Bidder Cory Colvin, President Date Kent Springs&PS 4 Upgrades/Bond 10 April 11, 2018 Project Number: W20033 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. Kent Springs& PS 4 Upgrades/Bond 11 April 11, 2018 Project Number: W20033 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: Colyico Inc. NAME: Cory Colvin ADDRESS: PO Box2682 Sbokane. WA 99220 PRINCIPAL OFFICE: Colvic% nc.. ADDRESS: 2812 N Pittsburg St _AgkanL WA 99207 PHONE: sng-r;1A-1A7s FAX: 509-534-3551 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. Please see attached 1.2 Provide your current state unified business identifier number.UBI601009 703 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. Please see attached 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 Kent Springs&PS 4 Upgrades/Bond 12 April 11, 2018 Project Number: W20033 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). Please see attached 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. Please see attached 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? 30 years 2.2 How many years has your organization been in business under its present business name? 30years 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 03/04/1987 2.3.2 State of incorporation: Washington 2.3.3 President's name: Cory Colvin 2.3.4 Vice-president's name(s): Jesse Dragoo 2.3.5 Secretary's name: N/A 2.3.6 Treasurer's name: N/A 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N/A 2.4.2 Type of partnership (if applicable): N/A 2.4.3 Name(s) of general partner(s): N/A 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: N/A 2.5.2 Name of owner: N/A 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 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. State of Washington Kent Springs &PS 4 Upgrades/Bond 13 General-COLVII*072JH April 11, 2018 Project Number: W20033 Electrical-COLVII*134D6 3.2 List jurisdictions in which your organization's partnership or trade name is filed. State of Washington 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. General Contractor and Electrical work. 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? No 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. Please see attached 4.4.1 State total worth of work in progress and under contract: 10 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 performed with your own farces. Please see attached 4.5.1 State average annual amount of construction work performed during the past five years: 14 Million on Average 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Please see attached 4.7 On a separate sheet, list your major equipment. Please see attached Equipment Listing 5„ REFERENCES 5.1 Trade References: 5.2 Bank References: Washington Trust Bank-Larry Vandenburg-509-353-3826 5.3 Surety: Travelers Casualty and Surety Company of America 5.3.1 Name of bonding company: Alliant Insurance Services,Inc. 5.3.2 Name and address of agent:Alliant Insurance Services,Inc.-818 West Riverside Ave Suite Kent Springs& PS 4 Upgrades/Bond 14 800 Spokane,WA 99201 April 11, 2018 Project Number: W20033 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? 7. SIGNATURE 7.1 Dated at this 1st day of May 2018. Name of Orqanization: Colvico. Inc. By: Coxy Colvin Title: President Kent Springs &PS 4 Upgrades/Bond is April 11, 2018 Project Number: W20033 7.2 CorvColvin , 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 th'istl _ 30th day of April 2018. Notary Public: Heather M Hulett ! 'r �. l.<_l . My Commission Expires: March 1, 2020 y�g�196PAgdj�p�+✓ %w .rawer°.. ®'�'�/✓fdC111119@4Ryk1� Kent Springs&PS 4 Upgrades/Bond 16 April 11, 2018 Project Number: W20033 ,; w > BUSINESS LICENSE ,A�'� eaxv vuaY STATE OF WASHiNGTON Unified Business ID #: 601009703 Corporation Business ID #:001 Location: 0002 COLVICO, INC. Expires: Mar 31, 2019 2812 N PITTSBURG ST SPOKANE, WA 99207-4854 UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE CITY ENDORSEMENTS: SPOKANE VALLEY GENERAL BUSINESS #02016 -ACTIVE DUPONT GENERAL BUSINESS#3879 -ACTIVE SPOKANE GENERAL BUSINESS#T11102804BUS-ACTIVE u LACEY GENERAL BUSINESS#27383 -ACTIVE r LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. 's s- a. 0 i This document lists the registrations, endorsements, and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application was complete,true, and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue STATE OF wASHINGTON. JBI: 601009703 001 0002 g Expires: Mar 31, 2019 :OLVICO, INC. UNEMPLOYMENTINSURANCE- 812 N PITTSBURG ST ` ACTIVE ` ;POKANE,WA 99207-4854 INDUSTRIAL INSURANCE ACTIVE TAX REGISTRATION-ACTIVE SPOKANE VALLEY GENERAL BUSINESS#02016-ACTIVE DUPONT GENERAL BUSINESS#3879 '- -ACTIVE , SPOKANE GENERAL BUSINESS 4T1 i 10280413US-ACTIVE LACEY GENERAL BUSINESS 427383- ACTIVE �-3 STATE OF WASWNGTON Department of Labor & Industries Certificate of Workers' Compensation Coverage April 27, 2018 WA UBI No. 601 009 703 L&I Account ID 535,104-02 Legal Business Name COLVICO INC Doing Business As COLVICO INC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2017"51 to 75 (See Description Below) Workers" Account Representative Employer Services Help Line, (360) 9024817 Licensed Contractor? Yes License No. COLVII"134D6 License Expiration 03/26/2019 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.1 co 1co P 509.536,1875 FO Box 2682 F S09 534.3551 VSpokane, WH99120 05/01/2018 City of Kent 220 4`h Avenue S. Kent, WA 98032-5895 Re: Kent Springs and Pump Station No.4 Electrical Upgrades (1.4) Colvico, Inc. and any subsidiary companies and or affiliated companies under majority ownership or under control of Colvico, Inc. are not and have not been in the past three (3) years, disqualified form bidding on any public works contract under RCW 39.06.010 or RCW 39.12-065 (3). 1 certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Colvico, Inc. Signature of Kuthorized Official Cory Colvin Printed Name President Title O5/01/2018 Spokane Washington Date City State I 00W0 1111 P 509 536 1875 PO Box 268' F 509 534.3551 V Spokane, WA 99220 05/01/2018 City of Kent 220 41"Avenue S. Kent,WA 98032-5895 Re: Kent Springs and Pump Station No.4 Electrical Upgrades (1.5) Within the three year period immediately preceding May 1, 2018,the solicitation bid date, Colvico, Inc. will not be a "willful" violator as defined in RCW 49.48.085,of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by the final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgement 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. Colvico, Inc. Signature Athorized Official Cory Colvin Printed Name President Title 05/01/2018 Spokane Washington Date City State L4,E� Vok C 0 7Lvv 71�Cqco P: 509.536,1875 PO, Box 2682 F: 509.539 3551 Spokane, WA 99220 2017 Pullman Moscow Airport ImpraVement5 Owner: City of Pullman Engineer:JUB Engineers Contract Amount:$287,000.00 50%complete—August 2018 Lopez A7part Lighting Rehab Owner: Port of Lopez Engineer: Reid Middleton Contract Amount:$580,000.00 0%complete—September 2019 Paine Field Taxiway BAN Rump Owner: Snohomish County Engineer: CH2M Hill Contract Amount: $525,000.00 40%complete—September 2018 Rocky Reach Fire Alarm Owner: Chelan County Public Works Engineer:Stantech Contract Amount:$960,000.00 20%complete—July 2018 WSP Phase III Electrical Upgrades Owner: Washington State Department of Corrections Engineer: Coffman Contract Amount:$421,000.00 0%complete—October 2018 Walla Walla Taxiway/A Reconstruction Owner: Port of Walla Walla Engineer:JUB Engineers Contract Amount: $753,000.00 70%complete—September 2018 co 1C0 P: 509.536. 1875 PO. Box 2682 F 509.534,3551 Spokane, WN99220 Ellensburg Wastewater Treatment Facility Upgrade II Owner:City of Ellensburg Engineer:Gray&Osborne Contract Amount:$1,225,000.00 10%complete—April 2019 Phillips Alard Pumpstation Owner: Pierce County Engineer: Pierce County Contract Amount:$ 308,000.00 20%complete—August 2018 Browns Point Generator Replacement Owner: Pierce County Engineer: Pierce County Contract Amount: $ 209,000.00 0%complete—September 2018 SIA Weather Stations Owner:Spokane International Airport Engineer:TO Engineering Contract Amount: $834,000.00 0%complete—July 2018 SBA Sign Rrid e U rades Owner:Spokane International Airport Engineer: HDR Contract Amount:$748,000.00 70%complete—June 2018 Monroe Street Phase I Owner:City of Spokane Engineer: City of Spokane Contract Amount: $582,000.00 35%complete—September 2018 4.14 co COLV P: 509.536.1875 PO. Box 2682 F 509.534.3551 Spokane. WA 99220 Riverside Extension Phase 28 Owner: City of Spokane Engineer: City of Spokane Contract Amount: $375,000.00 10%complete—October 2018 G17L IC PO Box 2682 Ph: (509) 536-1875 Spokane,WA 99220-2682 Fax: (509)534-3551 COMPLETED PROJECTS BY COLVICO, INC. Airfield Safety (Signage Replacement) Boeing Field 2017-2018 Magnetic variance airfield signage replacement. Owner- King County, 7277 Perimeter Road S., Seattle WA 98108 Contact— Peter Dumaliang- 206-477-0212 Contract Value- $1,367,000.00 General Contractor— Colvico, Inc. Replacement of Airfield Signage. Involves complete removal of concrete, rewiring and placement of 75 runway and taxiway signs Riverfront Park— Recreational Ice Rink & SkyRide Facilitv -2016-2017 Complete electrical system for the ice rink and supporting facilities. Owner- City of Spokane, 808 Spokane Falls Blvd. Spokane WA Contact- Harvey Morrison 509-981-9945 Contract Value: $1,100,000.00 General Contractors — Contractors Northwest Complete electrical system for the new facility, including refrigeration system, fire alarm, lighting, HVAC, etc. Lakeland Village Electrical Infrastructure UDarades -01/0612017 — 01/20/2018 Installation of 2 backup generators and replacement of 15KV cabling Owner— Dept. of Social Health Services, 2320 S. Salnave Rd. Medical Lake WA Contact — Malcolm Hain 509-327-1538 Contract Value- $850,000.00 General Contractors — Colvico Inc. Replacement of sectionalizers,15 KV cabling and the addition of 2 backup diesel generators. Portland- PDX Bravo Taxiway Rehab & 3-21 Runway Rehab -2017 Rehabilitation of Bravo taxiway and runway 3-21 Owner- Port of Portland, Portland International Airport, Portland OR Contact- Steve Hanson -503-576-0830 Contract Value - $1,500,000.00 General Contractor— K&E Excavating Installation of new taxiway lighting, runway signage, new underground conduit and wiring as needed. 4.5 IGO Ic PO Box 2682 Ph: (509) 536-1875 Spokane,WA 99220-2682 Fax: (509) 534-3551 Diablo Powerhouse AC Panel Upqrade 06/01/2017 Electrical Panel Replacement Owner— Seattle City Light, Seattle WA Contact— Josh Jackson — 206-684-3828 Contract Value — 638,800.00 General Contractor — Colvico Inc. Replacing all sub electrical panels and wiring in the powerhouse, C4 Improvements Project 12/1/2016 — 12/1/2017 Installation of new UPS system Owner — Port of Seattle, 2711 Alaskan Way, Seatac WA Contact— Moshe Berman 206-787-7560 Contract Value — 1,480,000.00 General Contractor— Colvico Inc. Installation of a new 160 KVA UPS Battery backup system at SeaTac airport, complete with removal of old systems, new conduit and wire. Lakeland Village Fiber Optic Replacement -12/112016-712512017 Replacement of fiber optic duct bank, complete with fiber and construction of the data server room. Owner— Department of Social Health Services, 2320 S. Salnave Rd. Medical Lake WA Contact- Bill Rash- 509-838-8240 Contract Value -$650,000 General Contractor— Colvico Inc. Construction of a new data server room with fiber optic ductbanks serving the campus. New electrical service for the server room. Food Service Electrical Switchboard Replacement— 1211/2016 -512512017 Replace main electrical switchboard in the food service building at Lakeland Village. Owner — Department of Social Health Services, 2320 S. Salnave Rd. Medical Lake WA Contact — Jim Cortner -509-363-1039 Contract Value- $300,000 General Contractor— Colvico Inc. Installation of a new 2000 amp service panel, new conduit and feeders, and demolition of existing panel. Eastern State Hospital Fire Alarm Improvements- 4/6/2015-6/1/2016 Replacement of complete fire alarm in the north wing of the hospital. Owner — Department of Social Health Services, 850 Maple Street. Medical Lake WA 99022 Contact- Rob Pennell - 509-747-1888 Contract Value - $800,000 General Contractor- Colvico Inc. Replacement of complete fire alarm system in the north wing of an operational psychiatric hospital. Temporary fire alarm installed for each floor during the replacement. 4.5 Clal. lca PO Box 2682 Ph: (509) 536-1875 Spokane,WA 99220-2682 Fax: (509)534-3551 SEATAC Runwav 16L/34R Replacement Project— 2015 Construct New Electrical Systems for Runway Replacement Project Project #AIP 3-53-0072-45 MC-0318131/WP#104102 Owner— Port of Seattle, 2711 Alaskan Way, Seatac WA Contact — Moshe Berman 206-787-7560 Contract Value $5,000,000 - $6,000,000 General Contractor— Scarcella/Acme Paving Complete replacement of runway 16-34, with complete electrical infrastructure. New signage, lighting, conduit and wire, regulators and demolition. Paine Field Runway 16R-34L & Taxiway Aloha Electrical Improvements - 2015 Replace Centerline Lights and Add Touchdown Zone Lights Complete with Associated Infrastructure Contract Value $1,100,000.00 General Contractor— Colvico Project will contain most work items inside the RSA Percent of subcontract not completed by Colvico — 10% Engineer— CH2M Hill — Kevin Cooley— 503-872-4710 Long Lake Dam — HED LED UDarade Proiect— 2015 Upgrade of entire Long Lake Dam to LED Lighting, Contract Value $400,000.00 General Contractor— Colvico Avista Contact— Crystal Lewis — 509-495-2331 Little Falls Dam — Control Room and Restroom UDarade - 2015 Addition of Control room and restrooms complete with new lighting, power and data upgrades. Contract Value - $45,000.00 General Contractor — Garco Jamie Welsh — 509-535-4688 Snohomish County Airport Paine Field Installation of Rollout Visual Range-2015 Construct Electrical Systems and Associated Work for the Installation of the RVR Project #DTFANM-1 5-R-001 39 Contract Value - $130,000.00 General Contractor — Colvico Inc. Portions of work were within RSA Project completed on time Patrick McDermott — 425-227-1552 Award date 07-28-2015 Completion date 08-21-2015 cc JL/i5 PO Box 2682 Ph: (509)536-1875 Spokane, WA 99220-2682 Fax: (509)534-3551 Bozeman PAP[ — Bozeman Montana - 2015 Construct Electrical Systems and Associated Work for the installation of new PAPI Project #DTFANM-15-C-00261 Contract Value - $300,000.00 General Contractor — Colvico Inc. Portions of work within RSA Project completed on time Austin Mixsell 425-227-2367 Award date 7/1/2015 Completion date 05/01/2016 Spokane International Airport— PAPI Install Contract 2014 Construct New PAPI System Project #DTFANM-14-R-00080-0004 Contract Value: $197,000.00 General Contractor: Trinity/Colvico Owner: FAA Matt King: 425-227-2684 Project contains work items inside RSA and work relating to NAV-AID equipment Project schedule was met and successfully complete. Microsoft Project was used to assist in keeping schedule. Percent of subcontract work not completed by Colvico — 25% Award Date — June 2014 Completion Date: August 2014 Eastern Washington University — Huston Hall Phase III 2014 Supply and install 2 propane backup generators, UPS system, associated site work, new distribution equipment and associated conduit and feeder replacement Contract Value - $660,000.00 General Contractor— Colvico Inc. Owner— EWU John Henry — 509-359-4205 Snokane Transit— Emergency Generator Replacement 2013 Removal and Installation of diesel backup generators, associated site work, new distribution equipment and associated conduit and feeder replacement Contract Value: $280,000.00 General Contractor: Colvico Inc. Owner: Spokane Transit Authority Jessica Charlton 509-325-6049 L},5 GOAC 1CO PO Box 2682 Ph: (509)536-1875 Spokane, WA 99220-2682 Fax: (509) 534-3551 Kina Countv International Airport- Taxiwav Aloha Rehab 2011-2012 Installation of new airfield lighting and control system Contract Value: 1,650,000.00 General Contractor: ICON Materials Owner: King County Mark Bergam — 206-296-7427 Panaborn Memorial Airport— 2011 Taxiway A Lighting and Airfield Improvements 2011-2012 Installation of new emergency generator, airfield lighting, airfield signage, runway painting, weather system and other misc. repairs Contract Value: $1,250,000.00 General Contractor: Colvico Inc. Owner: Pangborn Airport Ron Russ: 509-884-2494 Spokane International Airport— Runway 21 Line of Sight Projects 2010, 2011 and 2012 Approach light system, runway and taxiway lighting, guidance signs, regulators, 5 KV cabling and splicing, PAPI, REIL, and SAWS installation and commissioning Project #AIP 3-53-0072-45 AIP 3-53-0072-45/46 Contract Value: 789,250.00 General Contractor: Acme Concrete Owner: SIA Matt Breen: 509-455-6455, Jim Baggs: 425-227-1345 Project involved installing NAV-AID systems and work inside the RSA Schedule was set by the General Contractor. Colvico was able to meet and in most cases able to overachieve schedule parameters. Percent of subcontracted work not performed by Colvico — 15% Award Date 03/2010 Completion 10/2012 Lf,S G NUT gd PO Box 2682 Ph: (509) 536-1875 Spokane, WA 99220-2682 Fax: (509) 534-3551 Snohomish Countv Airport— Paine Field -Runwav 16R-34L Shoulder Rehabilitation and Related Work 2011-2012 Runway and taxiway lighting, guidance signs, regulators, 5KV cabling and splicing, runway weather system and related work Project #AIP 3-53-0028-050 Contract Value: $3,200,000.00 General Contractor: IMCO Owner: Paine Field Bruce Goetz —425-353-2110 Project contains boring and work inside RSA Schedule was set by the General Contractor. Colvico was able to meet and in most cases able to overachieve schedule parameters. Percent of subcontract work not completed by Colvico — 25% Grand Coulee Dam Airport— 2010 Airport Improvements 2010-2011 Install new electrical service, new tip down beacon and other misc. repairs Contract Value: $200,000.00 General Contractor: Colvico Inc. Owner: Grant County Contact: Robert Babler: 509-633-2669 Fairchild AFR — Replace Fuel Distribution System 2010-2011 Install Cathodic Protection system to support new fuel line Contract Value: $400,000.00 General Contractor: Garco Construction Owner: USAF Steve Dodroe, Corp of Engineers — 509-244-5571 ext. 1231 4.5 c-or i c PO Box 2682 Ph: (509)536-1875 Spokane,WA 99220-2682 Fax: (509) 534-3551 Spokane International Airport— Extend Runway 3/21' and Related Work 2010 Install new TDZ lighting, renovate R/W centerline lighting, install new R/W & TM/ edge lighting, relocate R/W 3 NavAid, ALSF, Glide Slope, PAPI's, Localizer, including all cable, vault, conduit work, system shelters and signage complete. Project # Contract Value $7,300,000.00 General Contractor: Acme Concrete Owner: SIA Matt Breen: 509-455-6455 Project involved installing NAV-AID systems and work inside the RSA Schedule was set by the General Contractor. Colvico was able to meet and in most cases able to overachieve schedule parameters. Percent of work not performed by Colvico — 5% Award Date 05/2009 Completion 11/2010 SeaTac International Airport Body Scanner Infrastructure 2010 Electrical and data infrastructure upgrades at all gates to accommodate body scanners Contract Value: $1,400,000.00 General Contractor: ICE Technical Services Owner: Transportation Security Administration Garth Rader: 206-214-1127 Spokane Intl Airport Extend Runway 03 2009-2010 Installation of new airfield lighting and control system Contract Value: $6,990,112.00 General Contractor: Acme Paving Owner: Spokane International Airport Matt Breen — 509-455-6413 Inland Empire Paper Company 2008-2009 Wiring and installation of new pulp processing plant including substation upgrades and installingl5kv feeders and distribution system for new plant including wiring of two 15,000 horse power 15kv motors (5th largest motors in the world) Contract Value: $1,900,000.00 General Contractor: Colvico Inc. Owner: Inland Empire Paper Shirene Young — 509-924-1911 FC-OW1716-C-31ts' PO Box 2682 Ph: (509) 536-1875 Spokane,WA 99220-2682 Fax: (509) 534-3551 Spokane Int'I Airport Taxiway A (Rehabilitation & Liahtina Upgrades 2008 Installation of new power distribution cable, vaults, conduits and regulator Contract Value: $2,400,000 General Contractor: Inland Asphalt Owner: Spokane International Airport Matt Breen - 509-455-6413 Phase 7C Family Housing. Malmstrom AFB 2008-2010 Install complete 15kv distribution system and all interior wiring for 140 family housing units Contract Value: $3,216,200.00 General Contractor: Garco Construction Owner: USAF Steve Dodroe, Corp Of Engineers - 509-244-5571 ext. 1231 Buckhorn Mine 35KV Substations and On Site Distribution 2007-2008 Construct all electrical systems for the new mine - 35kv systems to 480 volt systems Contract Value: $3,400,000.00 General Contractor: Garco Construction Owner: Kinross Gold Dick Pyle, Garco Construction - 509-535-4688 Phase 6 Family Housing, Malmstror AFB 2006-2008 Install complete 15kv distribution system and all interior wiring for 206 family housing units Contract Value: $5,312,218.00 General Contractor: Garco Construction Owner: USAF Steve Dodroe, Corp Of Engineers - 509-244-5571 ext. 1231 Olvmnia Airnort Rehabilition of Runwav 17-35 2005 Installation of new power distribution cable, vaults, conduits and modify existing electrical Contract Value: $794,000 General Contractor: Northwest Construction Owner: Port of Olympia 360-528-8010 PO Box 2682 Ph: (509)536-1875 Spokane,WA 99220-2682 Fax: (509)534-3551 King County Boeing Field Runway 13R-31L Safety Area 2004-2005 Install new vaults, 5 kv wire, conduit, air field regulators and airfield control systems Contract Value: $888,000 General Contractor: Merlino Construction Owner: King County Int'I Airport Rick Renaud - 206-296-7427 Paine Field Airport Lighting Upgrade Pro"ect 2004-2005 Install owner provided modular regulators, new 600Volt switchgear, backup generators, vaults, conduits and wiring Contract Value: $1 ,048,000 General Contractor: Colvico, Inc. Owner: Paine Field Bruce Goetz -- 425-353-2110 Substation C Replacement - University of Washington 2004 Installation of new switch gear, transformers and feeders Contract Value: $1 ,010,869 General Contractor: Colvico, Inc. Owner: University of Washington Dean Lyman - 206-221-3940 Resurface Runwav 3-21 2004 Installation of new TDZ lighting and adjust all existing lighting Contract Value: $950,000 General Contractor: Inland Asphalt Owner: Spokane International Airport Matt Breen - 509-455-6413 Spokane Int'I Airport - Construct Taxiway C 2003-2004 Install new power distribution cable, vaults, conduits and regulator Contract Value: $983,000 General Contractor: Acme Concrete & Paving Owner: Spokane International Airport Matt Breen - 509-455-6413 4,5 Cd1L Ii56 � PO Box 2682 Ph: (509) 536-1875 Spokane,WA 99220-2682 Fax: (509) 534-3551 Utility Upgrade Eugene - University Of Oregon 2000-2001 Upgrade utility system at Autzen Field Contract Value: $1,013,000 General Contractor: Colvico, Inc. Owner: University Of Oregon Alex Gordon Inland Empire Paper Company 1999-2001 Wiring and installation of new paper machine including substation upgrades and installing 15kv feeders and distribution system Contract Value: $5,000,000.00 General Contractor: Inland Empire Paper Owner: Inland Empire Paper Shirene Young - 509-924-1911 Rebuild Airfield Power Distribution 1988-1999 Installation of 5kv & 15kv power distribution system and 300kw 5000 volt generator Contract Value: $2,200,000 General Contractor: Colvico, Inc. Owner: Department of the Navy Ken Opdyke, PE - 360-257-1474 Ault Field & Sea Plane Base Utili Upgrades - Dept of the Navy 1998-1999 Installation of new cabling, transformers and upgrade 115 kV substation Contract Value: $4,000,000.00 General Contractor: Colvico, Inc. Owner: Department of the Navy Ken Opdyke, PE - 360-257-1474 West Receiving Substation - University of"Washington 1997-1998 Installation of new substation, switch gear, new building, vault, cabling and terminations Contract Value: $3,600,000 General Contractor: Colvico, Inc. Owner: University of Washington Dick Saums - 206-543-7370 L�•a Ci�L l50- PO Box 2682 Ph: (609)536-1875 Spokane,WA 99220-2682 Fax: (509)534-3551 JEFF STONE GENERAL FOREMAN/ELECTRICIAN Jeff Stone has been a General Foreman and Electrician since 1979. Before joining Colvico, Inc., Jeff worked for Power City Electric for eight years. While at Power City, Jeff was the General Foreman for the URM Freezer Warehouse Addition project that lasted two and a half years. Also was foreman for the Holy Family ICU ward from 1990-1992. This project was a new ward that involved all the electrical system, power, lighting, nurse call, and fire alarm. Sacred Heart — Heart Institute as a foreman from 1992-1995. This project was also a new ward with complete new electrical systems. Prior to working for Power City Electric, Jeff owned his own electrical contracting business for three years. Jeff joined Colvico, Inc. in 1997 and during his employment with Colvico, Inc., has been a General Foreman on several major projects as listed below: Inland Empire Paper Company— 1999 to 2001 Contract Value: $5,000,000 Contact: Mike Reynolds — 509-924-1911 -Wiring and installation of new paper machine including substation upgrades and installing 15kv feeder and distribution system -Managed a crew of 60 electricians Buckhorn Mine 35kv Substations & On-Site Distribution — 2007 to 2008 Contract Value: $3,400,000 Contact: Dick Pyle of Garco Construction — 509-535-4688 -Constructed all electrical systems for the mine, including fiber optic data lines. Inland Empire Paper Company — 2008 to 2009 Contract Value: $1,900,000 Contact: Shirene Young— 509-924-1911 -Wiring and installation of new pulp processing plant including substation upgrades and installing 15kv motors -Managed a crew of 35 electricians 4.(s C13L I'CO PO Box 2682 Ph: (609)536-1875 Spokane, WA 99220-2682 Fax: (509) 534-3551 Spokane International Airport Extend Runway 3/21 and Related Work — 2010 Contract Value: $3,200,000.00 Contact: Matt Breen —509-455-6455 -Install new ALSF, glide slope, Localizer system, PAPI system, relocate existing RVR's, relocate Existing LORAN system. -Install regulators, 5KV cabling and splicing, REILS and SAWS Project AIP 3-53-0028-050 Spokane International Airport— Runway Line of Sight 2010,2011 ,2012 Contract Value: $800,000.00 Contact: Matt Breen 509-455-6455, Jim Baggs 425-227-1345 -Approach Lighting systems, runway and taxiway lighting, guidance signs, regulators, 5KV cabbing and splicing -PAPI, REIL, and SAWS installation and commission Project AIP 3-53-0072-45/46 Joint Bases Lewis McChord (JBLM) — 2013-2014 FY11 Regional Logistics Support Complex Contract Value: $4,000,000.00 Contact: Garco — Hollis Barnett 509-535-4688 -Responsible for twin complexes complete electrical systems, ground up construction. Systems include new power grid, new power and lighting systems, new Datacom and fiber backbone systems complete to end user. -Supervised for up to 50 personnel during construction Install of Runway 16R Rollout RVR (Snohomish County Airport)—July 2015 Contract Value: $150,000.00 Contact: FAA— Patrick McDermott 425-227-1552 -installation of a Runway Visual Range Antennae, including concrete base, electrical and communication infrastructure. Fairchild Air Force Base: Electrical Panel Replacement—October 2015 Contract Value: $250,000.00 Contact: MJ Takasaki —Brian Meyer 509-244-7080 Replacement of electrical panels and automatic transfer with new with least impact to existing tenants. C©I. ICd PO Box 2682 Ph: (509)536-1875 Spokane,WA 99220-2682 Fax: (509)534-3551 Eastern State Hospital — Upgrade Fire Alarm System —April 2016 Contract Value: $850,000.00 Contact: Dean Hegland—360-902-8158 Replacement of the entire fire alarm system in the north wing of the hospital on three levels. This is to include synchronizing the existing system with the new. A new touchscreen annunciation system will be added to show where trouble is to show. Eastern State Hospital— Pine Lodge Fire Alarm Contract Value: $200,000.00 Contact: Dean Hegland—360-902-8158 Addition of new fire alarm panels at 11 buildings at Pine Lodge and 1 at lakeside. Tie buildings together to a central monitoring point. Disconnection and demolition of existing fire alarm connections and infrastructure. 4.c4,, MARK EASTON PC Box2682 PH: (509)536-1875 Spokane, WA 99220 FX: (509)534-3551 SUMMARY Start of Apprenticeship in trade 1981 Journeyman 1984 Foreman 1985 to Present ADB Certifications in terminations, wire installations and lighting systems installs WORK HISTORY Tanner Electric 1981-1987 Power City Electric 1987-1993 Patriot Electric 1993-1996 Colvico Electric 1996-Present WORK EXPERIENCE SMGS System SIA$1.2mil Wire T/W G$1.1mil Pilot Drive$375k Resurface R/W 3-21 $1 mil- Air Cargo Apron$300k University Of Oregon Rebuild Primary System$2mil Eastern Washington University Install Fire Alarm $400k Eastern Washington Primary Feeder Upgrade$215k VARIOUS WORK AIRFIELD AND NAVAID PROJECTS Paine Field • Install new service, R/W&T/W edge lighting, new cable, comm. duct system Renton Airport + Install new REILs, PAPI, R/W edge lighting, T/W edge lighting, regulators Bonners Ferry Airport • Rewire airport Coeur d'Alene, Idaho Airport• Install new Lighting, Signage, PAPI's Deer Park Airport • Install REIL's Skagit Airport • Install new REIL's ALSF Installations • Whidbey Island NAS$2.2 mil and Eugene Oregon $750k ♦ Spokane International Airport Taxiway Alpha Reconstruction 2008 $2.1 million electrical *5 KV cabling and splicing,duct banks,guidance signs and airfield lighting ♦ Spokane International Airport Runway Extension 2009-2010 $7 million electrical * Install new ALSF,guide slope system, localizer system, and PAPI system, relocate existing RVR's, relocate existing LORAN system, regulators, 5 KV cabling and splicing, REIL, SAWS, conduit ♦ Spokane International Airport Line of Site 2011 $3.5 million electrical *Approach light system, runway and taxiway lighting,guidance signs, regulators, 5 KV cabling and splicing, PAPI, REIL, SAWS,conduit ♦ Skagit Regional Airport 2012 $1 million electrical*5 KV cable installation and splicing ♦ Paine Field, Everett, WA 2012 $3.2 million electrical*Runway and taxiway lighting, guidance signs, regulators, 5 KV cabling and splicing, isolation transformer replacement, duct banks N Q o n n <o n co n f m m mmm m m L N i _z a2 no w o W W G OOO rvo O O No 0a 0W N_ o OW OW a oa a a 0 0 0 ❑ a a a a a 'a a a a a a a a a a a a ❑ a 00 70000 10000 '..d Oo 0000 � OQ0 p S S x x m x O m N M N M U (n (n Y w U U ,.m N N m w (n 0 N N N In N Y N J V M M U y U ❑ I ❑ it it q W j w � Y 0 _ '•.LL' � � � = w = W w WY w a � m �'a m wm < N K KJQ CL ne aCC � Hf KwUUw [ g � w W Or gKJ NQa' w W ¢ w O o _ O w F- } w w w w Y w z x x Q W W p J U a w r J F W J r - J _ _ _ r _J r Z ❑ (n fn f7 ❑ § g g _ w K , (n [O In _ LL' J.,F J J J J U J J CL _J O J co com J ❑ H — F0 F- m coU rn0 pw � Q H dG � Q vi F a a U U z z wl z x �,� K a a a tL.z m w x ❑ w U z www w � x W w w w m F- a w w' � � w J 2� m,.� W r w Q F U K d' w N w' H Q W' H F F- H H H o w F w o iv H m x W p a a a p w r,. 2 2 w a w m _M a > v> > p � � 0 g W F- p v U � g z_ V x � = w w g w a ¢ a Q LL'O 1E 2 a : z Q J z z z z W z m E O m a z g z ❑ z w a N Y.0 O O Q W O LL O > ) w > O x O O o > U Q w > > > > Y > J ❑ ❑ o ©..> > O W 3 m gLU 0 H w U',0 U U ❑ W C7 — Cd — _ Y U U d LL U X U - w ❑ ❑ _,:,0 - U a J LL f W x d N ❑ Q K W' Z () Q F U W w X M U cr � w J K `� w ❑ K d' m W LL. J J m Q W m ❑ w w w Q w (7 M w w w w m w Q Q w w _ x O g ❑ ❑ aaawgzxmov0 Nxmaaooan � mnnm � N � rr � v� zmQoof0LLJ zz F- X. w 3 0 ❑ N O J N N O W - N O w 0 ,... fn W X ❑ S 00 Z LL O W X O W •- (o N W N Q o �y ,,, W_ \wI LU �y W Y V m Z ❑ ❑ o ❑ ... o 0: ❑ w � ❑ v..... v v ,,..3 ❑ w X f9 X O O X W f2 f2 m N ^� 6] Z . O � � N V m W N I1- W O H V O M U N LL W LL O W 2 Q O ,,.0 0 0 Q'.m W F O a0 o X LL ❑ UUm Y OY'o co ❑' YhLL UUONUo Q v °> > �n _m - rn u� u� oU ❑ Nmioo � o' O Y N N fn Y 0 7 0 n N W O V W Y ul N m M N M i t W a2 M X OM W ❑ N n J aD O W N ❑ fn M m N N ,Z fn fn c0 W m Wy = m �L6 I W 4.f N W D Z O �_ �_ d K Z F- > } }} Q � w Z U J W w W W W Q W Z x W F Q F- Q F Z H H ❑ o n Q — ❑ Z W W Y fn J co W (n J fn J x J 0 LL W CO � � � ~ � �.,� ❑ J_ = J Y J U J � U U VJ ;L.� x JQ � x � Q O CO m a Q J J Q � Q Q W Y Q Q J J — q J U T W W x x x J U. S W J = r s J Q Q U » Q U Q U QU W d � U J DUD 7QFDK W � HD H � H — F OW 0 ulf V1 wxUU Q 22�'' W w vl W v) cn �fc- cn Com W d � K � J �j L� f 7 z Q 7 w x m a J w jxy > 0 p > > m �n QU if mm < omnI � Qz � J x N Q > m Q Q G X Q ui Q 7 J Q N Q Q N J Q v n o X Q r Q Q r Q Q Z n m N ul m m N n m N if f0 N O N N V m V N m w Z W m � Z N Z N Z W Z M Y Z N N O Z n Z Z n N N �p Z Z Z U m OOi (NO N O n n N V M h N N O m V N n N p 0 O m M y N � m � m m Q m < %'f # M N f9 of m m m m m m m 7 O V Q OJ V N � m V cD 61 m V r N N W N N N r N m m r o r co �... m r co cn m m m r co ro m r r r r m m m m m m j� m m m m m m m m m m m m m m m 1 _ Y Z = z U O K Z Z H W m m m r r r m m r r 2 a NO O(a/J Oam ONo > LLW' ❑�i km ZQ QS OM a(A sy O(p O a s u> OoOow O o O OOO O 00 Q2 QQ >>MNOQUxFM r O ❑ C) Q U K � w K K w Y I W w OJ LL a a LL w y W O O U U U w K 7 D � ~ U U Y Y � YYm W H Yaap ~ UU LLaa p wa » > ❑ O LL' CL U U U_ O F J H H LL U LL' K (Y Y Y Q H H H w J 1 ; g Q ❑ O Q QUO O a s w of K Y m m as a s K = x KF a mm ❑ I- F- F- 000Q z � Z x � a a a a w � Z Z � . ..z z LL _o''o' WJ Z x F U U a x o ❑ Z Z x Z � � � Q 2 � � Ox F- t- O D U ❑ Z — Z Q Y ❑ Z Z z z "� > O O Q r O O Z J J O Q Y X Z U Z W U H H W U ❑ ❑ U U W W LL H H❑ Q W > U ❑ O W V V > U W H ❑ LL' F m ❑ F- F- F- H fn v v v v F- U W W Q J Q Z O Q LL' J J Q J Z z W Q Y Y J X X LL' X LL H M M < M M LL J J U 7 m U F m ~ U < < m >',N _ m z m U U o W W m U �y Q V V V V Z Q r 1 LL m m Q 'Z z V Q Q Q Z Z = D Z Z } W m 02 } M "+ c`n � TU p ❑ ❑ (n � i❑ ❑ ❑ O Q QN x ~ OOc�i 2 x 2 ❑ O r- � � � � ❑ '� 33 � � W Y � iio mm � o0 Q m P N N N N N ofUr M V V U N N Q V V J 3 N '., 000 M M Z ch M m jD N l = J Qm W o � �,,vv v,,,,� �� gg v,.....,vvv JXv JJO ❑ a � LLa vv 0 0 r X X X X M o 0 0 0 O O O LL W N W o V °? X X a v v v o o v v v v o w J > > m m M o� `ngOU lL v> v� in QQM o '.inwJ ❑ � mo � QQ � Mmm a ,naavv r m.H O O O O N N N V N N M N W Y 0 0 0 �p O m m if1 0 0 � MLLULLLLN'U mh � h � ULLLLLL LLLLLL U Ux � o � Nu].� LLm ❑ N = S7 � ❑ ❑ O l7OON � l(1 N N N N V V m N N N O U m m N O O O N N LL LL LL LL m J J b LL LL LL W m O O (� r o °' r U LL LL NU z O K Z �r 'rpp 0 O w ❑ ❑ w ❑ ❑ ❑ ❑ Y w p ❑ ❑ ❑ p p Q Q Q g J,,,U rp x w oe K N'y -� U U m U U U U x U U U 0 U U � w � S = J a O = Q _ . O i0 U _,..0 0 0 0 x 0 0 0 "O O O m J J O O O O Q Q U LL LL LL LL LL LL J - U LL LL LL LL U U - U O U� U QLLJ co LL LL ,r Yl Ol r M Ol 6) c NIN N N N N W it1 K1 N M W',M OJ W W o] m r aD W N O) m m m V'..N N O W W W m 0) m 01 W m W o 0 0 o W 0 0 0 O `IO o O m m m o O N m 0 0 0 o W W o m m m m m m O'o O m o W m m m m m m - - N — N'N N N N J ❑ K N 2 2 x Z N Z Z Z Z Z CL (y Q ❑ W W H LL Y li lL' Y Y J Z Z Z Z Z m 0' N U m r r m m (O m ap r N M LL m V M m m M N W m r M N O M Q N Q Q m M M M O Z M N N m N u) O _ m Q m [MO Q ^ r [2 Mm Q Q uJ N N a M V r Q Q T m a m W a W Ori vZ m � ZNZo � vv � vallo � � vi u' r',mM °iu`OiZ � mz m,w N .- ZZNrrZrrNZZvvv ZovZ � O V O h M V V N O m N N N ', N N',.O N N N V1 0 r r m m m m M M O N N N N N w w Q O m m Q m m cl m r m m m m m m m m M.N N U m m m m f0 m m m m m m m m m m m m O M [{ 4n r m m (p r W m O CM 4n 'r m O N M w m O N M V (p r m m O N M 4n fD m 0 N M V In (O r m O N N N N N M M M M M - M M V V V V V V �[1 �(1 N N N UJ 4 N m m 9 2 � m t0 (O r r r r r r r r r N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N NNNNN N . . . m m v N V o Z r v a w rn r rn o m rn m m rn rn w F w m rn m w rn. rn rn rn m w Q } 0 U } w U � w m ^ ao ':ro ti g NF n w n co m Q = Oz m m n ^ zww ❑ Q Q > �- W N ❑ co N J J w m j J o a N d o d❑ -❑+ } OW = OJ >¢ Oa No oc` Oa C>L yW� � 0 Z ❑ o M O ry U}~ o NOa Noc�M f0a 0a a0 0n7. W0 0on_ oNv a0 W0 oc`ao 0N co co p n N a- m0 ZyF, a,ZK 0a0 W v v woQ M } w > s0 Q 0 o K W Q U -' W W 2 ❑ ~ cr of w LL LL d w d a a a 7 w W w J K D.n n j Y Y w W ❑ ❑ ❑ w w Y Y Y Y w Y Y Y K Y J a Y',.Y Y Y U U J = ¢ Y Y Y J CL O U U U F U c 0 0 - m O p U U U > m F - cn U U U - - w K w,,'.� LL m w U U U U a a w ❑ w U O g a as F LL w w F �,',,a a s ¢ O O ❑ J J J m m m m w w F O � W ',.� a m O o J p - f, m mmwmyFFFa a ~ � ~ mm FF Y � J J_ rgOmmmF1- Oi cOi� w � w w I < �o � Ha Fw J,. ¢ a ¢ Co �-,,W S = a m a Q m m ❑ ❑ d ¢¢ z U a ¢ a ¢ J Q F p ¢ a a ¢ ¢ J F OL O 0 > >,F > ¢ a a Q w w w w LL rL w m U U.0 w w m m Fm- F o ¢ F > LL cn > U.0 U U w 4 Q... U U U 2 LL J J J r p ¢ J ¢ ¢ F F 0- �. J m ❑ ¢ UJ ¢ ❑ R' K K lL K F g v v a w U�C w X X F F F w m d 0 0 W w F w w w ¢ Q n 2 g w 0 ~ m X 2 m X w w.w w w ¢ H,,. X X.X ❑ O ❑ uJ w X X X g g ❑ 0 0 p F w v w m a a a a J a w ww z w ❑ D w = W w w w m z _ O Z 0 ❑ U J W W ❑ w LL W 00 � U = 0 0 0 U J J U U N W Q J O Z Z } C m m m Z Z Z Z Z Z Z Z m O Q Q W ¢ = S > Z_ Z_ O O O F _ ¢ Q Co 0 1- 0 0 0 0 H in m ❑ z z z a Q �_ �_ m w ~ m F z z Z z ¢ ❑ F v F J _ O O J v F U.0 z m 0 U - (7 F F Q F Fc F F H H H F- F- Z m p p O a ¢ m m m p p p p v v v ❑ K LL' J F N v M F g O w W F F F o0 0 y F F F F o M C�"1 C1 N a,'a ll co' C7 M M M � LL N W a- C'"1 C7 i+l m O >a N N N N } X V V V I v vv w � IT Qu1 vavv v� r vvvXK w �n XOV OV OV MO M [if X X X ONw 2 ON OJ M vN XV XV XV XX X 0 O V OON U X M N h ON ❑ J" O O O O O M M W ❑ J X m N 0 0 0 0 YJ UJ U] lL Z Z ❑ m m In uJ uJ h LL LL N V (O n d w w in -� LL a w m M � wN pm Q NNN N co N � N � � min <n O O O~ F w LL LL LL O O O X X N r x � o 0 o w'w � ro = � p p LL w LL LL w = ❑ ❑ ❑ ❑ D Z Z a LL w U U O ❑ ❑ 0 ❑ ❑ a 0 O O w W w w W W w w w d (_-> Y U 0 a 0 ❑ ❑ O w w W x fL CL K m g ¢ a ?i 7 7 G' LL' a S Q' 0' (7 (7 J y H U (7 C7 J J a a Z J C7 7 Q m K m J J F m J w �,.w W -.ff o' F ¢ w.❑ ❑ ❑ J J J F H W LL' < W } F 0000 } } 0 0 0 0 0 0 } w ¢ } p } } 0 0 0 0 w LL LL LL W J J W J J w Y O O O w LL LL J °a a U '0 coO O F J J Y Y 0 J J LL' Q a ¢ U U m ❑ ❑ ❑ CL m J U Z Y J LL LL LL LL ❑ — w � ¢ ¢ LLppF F-. 0 ❑ U � � LL ~ OFp �n � O mm a o 0 0 0 o m o o m o 0 o m : o 0 0 0 0 0 0 -.o a o m o m o 0 0 0 0 0 0 0 0 0 0. ,✓ o 0 0 0 o a o ; o A K w K N Q K a X ( m U' ' Z X X ❑ J Z ornN nO VXX� C7 N pz � � nv � 333w n r ao N N > Q cNn a u�i u�i uri m Q > } X a ~ X Q } Q Q a Q m N o > } } M T v�i uO1i uoi m'rn M ^ rn Z rn Z n n n n n n rn Z tp N Z v v v ro m h m u�'Z m Z Z 'Z Z rn m w m m r ro M M M M M M r ';n r �n m.� n n o m' r n o 0 0 o m r - m m m m ' M v CO OJd-- -NM- W W N NN NNNNN MMM MM MM M N NN N . . . . N N N N N N N N N M M M M M M M M M M M M {+1 M M (") M M C'J M M (") C'1 M M M C'J M M M M M m T--�- Q r O n m m m m m m m � m m m m W > w Z , � O OJ F z_ Ozw z ;; � ao Q > M M U w � a' � mm ro ro m > a a a a a a a a a a a ¢ a 0 w a a a a a a J a a s a a ❑ 'L m a a a -' al o J o W g O W o o a O o o J Z o 0 0 o Q OOOOON w O _N 00000 Oa ONO > c` ONNOOON ONNOON OO W QwNOON NNOUO x x x 2 2 ❑ x o 2 2 2 2 x p''...2 0 2 2 - O x 0 2 2 2 Z 2 �p x x o S x Q w M U) VJ N V) W V) M U) V) U) U) V) W UJ J U) 0 21 w J (`'! 0 ` � 0 0 0 0 N � 0 0 N w 0 m a Y ❑ M 0 0 � N M VJ Q Y V Q 2 > d' Cl M C7 M ' 2 w y ¢ O ¢ � W OU U) U ❑ C6 U V Y w a' W 0 a z Z V W a Wa Z Q x W (Y 00 x z Y Y Y W w o � � m Y W W Y O W w w W Y W U U a a Q K m J W Z Z H Q Q Q Q U Y Y U F- U J o _J �', O ❑ m U a 0 a W a a 0 � O w O w w o J U U U U x K m a U � K W ro x z F- O a' ¢ W 5 Y m m..Z Z r W - Y W W F- Y U) (� Z Z x F H d QQ ¢ Q x W O m K ¢ Q J U J J W (n Q Q X X W F � � J J J J m W s O K z K U > ¢ w - Q..� - - ¢ 0 U W C� > > a Q w w 3 X X x X > > > > ¢ 2E F 0 W QQ W F- Q > Y x J � C) O U x > > W s fL > O O � W W W W a,'x X U 0 V) N K J F- O Q U U a' 7 Q LL U Z Z Y `� ¢ x 0 d ❑ Z Z F Z 3 (Yj W V v v V 2 x 2 2 2 �' ❑ H (� U ¢ z W U S z 0 _- F H U Y Y W J K 0 U W co OU m > W OU U OOQ J K XX XXp » w ¢ a X W W U w F p m w m J X 0E- � H a �r v p.0 O w x Yv ❑ W Om _w ❑ rL r- ❑ .6 < Cf wig W W < W 0 � X W W W m � F- vvvmK U X Q O F Q U) O J N m W _ m W K'V V W W J _J H W Z Z Z Z ❑ U S V W i m W U Z.,� ~ p U) J_ W U H �.Z J a U) J W Z F,,O a C'1 t�1 J a.¢ Q w J O O O O a 4 Q N N N N U Z m _ � vS ga v az ❑ Y ❑ � - m'.aw ¢ � r1m zmHi- � � Q W W z W LLa Y � v O co ❑ Q ❑ (7y MF FIJQ vv vN > 0Z Q ~Q U) ❑ M - Y 00 a a...,w z M M M fp w W F- a J N co n W 7 0 N v U J 0 W X W U O ❑ ~ W o rc rc X w w 0 0 0 0 O O O O U � rcOi � m ;, � U W X a X W � KKOaS,,M XJJ� XXJ OV CN7 W wNW -O� O ❑ ❑ UYv�i UYYv"'i UYYvu'i mUYY lO U U Na 27F . C) C)U aJ m a H p YEf H X2 JiLll aM m 0. aaa p ,' d v 0000 [ff- H Y W x W ~ Z H XU' UX W x �_ W W LL' XX W F- U U Y m J p U W W ¢ O J O ❑ ❑ ❑ W Z Z W J U W W W W W W J ❑ ❑ ❑ ❑ � ❑ U U U U ❑ x Q p,,U a. CL 7 U) U w ,:S a' K a' H J H W UJ g U J U) m F F U'❑ x K w w U Z Z 0 y x O U > O W Q � m X W O - 0 0 0 0 � W o w y Q •:J x 0 0 > Q x 0 C7 = z 0 0 0 0 x U' U' C9 C7 0 0 0 Z F U > m F '.(U LL F LL LL LL m LL.,� m U ❑ ❑ O m m a LL LL LL LL - ¢ ¢ LL W m < < W m , O oo o 00 0 -. o o mm « � �O o O 0 m m m O m m m o 0 0 o m 0 0 0 0 0 0 0 0 0 0 0 O o o m o o a o 0 0 0 0 N ❑ m U W W W Z a z m W w w > > > O h N N c0 O N (Y N m (O Ul > N M r O 0 N r N m X M m m ro N N N o w N N N N o N o o 0 0 0 0 m ¢_ Q ¢ ¢ Z Z M Z v Z M Z'Z Z Z Z Z Z M Z WO M f0 N M (NO Z Z Z N V W Z W M V W M M M c0"l m Z z 0 0 0 0 N Z m U M U U U U U r O UJ ^ O O D U U r r r r O r U U U U U 0 U....0 U U N M V N t0 l M m 0 N M V N t9 n O m M M M V V V M M M M M M M M M M M M M M M M M'M M M M M M N M M M M M M M v v v m r N m O 0 0 O N r r r �o r r io m m m m m m m O x Z O O Z W Q d d d d O O O d 0 O O O O a H c� N N O O N O O (K W o x x x x m J W aM � v� u� w Z (3 w O O p 0 w W LU p w W U m m m J K CL KK W YQCL CL afOf W co fn 0 f ''.p CO J_ J_ J_ x x q m m m 0 W W � F m J J J J Q..Q w W [L U U U CO W J d W U O O 7 �, K �. Z Z cr m m m m m Q M m M o o x w p Q p U N N N N _J _J _J O O J v v v p < a w v Q Z Z Z J > Z Z m m m O O O O N W m 0 0 00 Mw o 0 0 0 0 0 0 0 ¢'O U U U U N N N p N N N = 0 o O p N Y Y Y Y N N N N N d m (JnwLLN as a a000 � �' V O O O O x � w w Y F0, Z ¢ U UU22 0000 W -' pUUUUa as V U W }Q} U � = U 5i � O O O � W w J W W W Y ~ U � W O U J J J Y Yj c) P_ w O O O a � p LL Z r rrm v m moro,.000N v vM M (O o m o m o 0 0 0 0 0 0 0 o m o m o 0 0 0 0 0 0 0 0 0 0 0 J J J a a J Q J J J J J N H V r r r Z M M r'M m m m m m O Z Z V M M M O M r N r m W m 0 0 m U U U O N M V N m r m m O a N M V r m m m m m m m m m m m o 0 0 0 0 0 0 0 0 M M M M M M M M M Mv � � 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 (May 1, 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. Cglvico,Inc. Bidder's Bu's i�me Signature of Authorized Official* Cnry C..nlvin _ Printed Name President Title 05/01/2018 SSD_okane __ Washington 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. Kent Springs& PS 4 Upgrades/Bond 17 April 11, 2018 Project Number: W20033 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 frorn the date of the Notice to Proceed, and agrees to complete the Contract within one hundred eighty (180) working days after issuance of the City's Notice to Proceed with Schedule B - Pump Station No. 4 completed sixty (60) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s N A , , to the plans and/or specifications is hereby ackno ledged. 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. DATE: 05/01/2018 Colvico, Inc. NAME OFF DER igna re of Authorized Representative Cory Colvin President (Print Name and Title) PO Box 268? Address SI?r?_kane WA 99220 Kent Springs&PS 4 Upgrades/Bond 18 April 11, 2018 Project Number: W20033 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Colvico, Inc. as Principal, and Travelers Casualtv and Surety Company of America as Surety, are held and firmly ***Five Percent of Contractor's bound unto the CITY OF KENT, as Obligee, in the penal sum of Bid Amount*** (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 Kent Springs and Pump Station No. 4 Electrical Upgrades/Project Number: W20033 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 1st DAY OF May 2018. Colvico, Ind;, PRIN PAL Travelers Casual nd Surety Company of America SURETY S lly Donovan, Attorney In -act 20 Received return of deposit in the sum of $ Kent Springs &PS 4 Upgrades/Bond 19 April 11, 2018 Project Number: W20033 Travelers Casualty and Surety Comp any of America I` Travelers Casualty and Surety Company TRAVELERS St Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Shelly Donovan,of Spokane,Washington,their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. )�ru�y✓" 4 ��y��. atwa.d�4' WG011bb d�' LGi�IGld11 State of Connecticut City of Hartford ss By: -`' . _._ Robert L.Raney SoflfoiVice Pres_ident _-.-. On this the and day of February,.2017, before me personalty appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance,Company,and that he,as such,being authorized so to do,executed the foregoing Instrument for the purposes therein contained by signing an behalf of tha corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal, 0,10 My Commission expires the 30th day of June,2021 t + Mona C.Tetreault, Notary Public This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America„Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resc-0utions are now in full force and effect,reading as follows; RESOLVED,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 Aftorneys-in-Fact and Agents to act for and on behalf of the Company and may give Stich appointee such authority as his or her certificate of authority may proscribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, 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 time 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 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 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 Visa President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant,Secretary;or(b)duly executed(under seal, If required)by one or more Altomeys-in-Fact and Agents pursuenf 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,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistart Secretaries or Aterneys4n-Fact for purposes only of executing and attesting bonds and undertakings and othor 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 banding upon the Company and any Stich 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 underslanding to which It is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.. Dated this to day of May 2018 n E.Hughes,Assn gent Secretary To verify the authenticity of this Power ofAttorney,please m//us at I-800-421-3880, Please refer to the above-named Attorney-m-Fad and the details of the bond to which the power is attached. 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. Kent Springs and Pump Station No. 4 Electrical Upgrades Project Number: W20033 NAME OF PROJECT Cnlvicn_Inc _...._. .._ NAME OF BIDDER'S FIRM _. C r Clo-Mn, President — SIGNA URE OF AUTHORIZED REPRESENTATIVE OF BIDDER Kent Springs& PS 4 Upgrades/Bond 20 April 11, 2018 Project Number: W20033 This change order form is for example purposes only. By submitting a bid the bidder agrees to be bound by the terms of this change order form for an change orders. CHANGE ORDER NO. [Enter # 1, 21r 31 etc.] NAME OF CONTRACTOR: rInsgrt Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:['Insert Name of OriolnM Contract & Project if, of appggcabqe1 ORIGINAL CONTRACT DATE: rInsert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl, applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Kent Springs &PS 4 Upgrades/Bond 21 April 11, 2018 Project Number: W20033 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By:, By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte,-U. Tts Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Kent Springs&PS 4 Upgrades/Bond 22 April 11, 2018 Project Number: W20033 Bond #106908323 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Colvico, Inc. as Principal, and Travelers Casualty and Suretv 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 $ 11n2-g43 14 , 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 Kent Springs and Pump Station No. 4 Electrical Upgrades/Project Number: W20033 (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. Kent Springs & PS 4 Upgrades/Bond 24 April 11, 2018 Project Number: W20033 TWO WITNESSES: Colvico, Inc. fr PR INC I PAL (enter principal's name above) c4„� vavr �I D.e- % TITLE: P,SwG PRINTMAME DATE: DATE: May 18th. 2018 CORPORATE SEAL: �.YR;S52 r,o� PRINT NAME DATE: May 18th, 2018 Travala_rc Catitalty and Surety Company of America SURETY CORPORATE SEAL: BY: 1. Shelly Depovan DATE: May 18th, 2018 TITLE: Attorney In_Fact_ ADDRESS: One Tower Square Hartford, CT 06183 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the Assistant) Secretary of the Corporation named as Principal in the within Bond; that t Who signed the said bond on behalf of the Principal c,. of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Kent Springs & PS 4 Upgrades/Bond 25 April 11, 2018 Project Number: W20033 Travelers Casualty and Surety Company of America ANOW Travelers Casualty and Surety Company 1p [TI�R�AVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Shelly Donovan,of Spokane,Washington,their true and lawful Attorney-In-Fact to sign, execute., seal and acknowledge any.and all bonds, recognlzances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies In their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. yA1Glry g�` �a�V ti�oHPD' yuy.' G^,idSAiRt State of Connecticut City of Hartford ss, Robed L.Raney, �Seflihr Vice President- On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, In Witness Whereof,I hereunto set my hand and official seal. e.Trt My Commission expires the 30th day of June,2021 • '4e11�1Wo� M1larie C.Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America„Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect, reading as follows: RESOLVED, 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 and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seat bonds, recognizances,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 time 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 part of theforegoing 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 (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 a0ested and sealed with the Company's seal by a Secretary or Assistant Secretary;:or(b)duly executed(under seal,if required)by one or more Atforneys-In-Fact and Agents 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,and the seat of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and otherwritings 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 certined by such facsimile signature and facsimile seal shall be valid and banding on the Company in the future with respect to any bond or understanding to which It Is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casually and Surety Company of America, Travelers Casualty and Surely Company,and St. Paul Fire and Marine Insurance 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 remains in full force and effect. Dated this tern day of may tole {lr Jy414 AhG + G u � HA�rr9{ # s H�PB. Cr�arr j/ +' s M'ad'4 ♦F d xW'A r�Y -761F _ _ Kevin E.Hughes,Ass tent Secretary To verify the authenticity of this Power ofAttorneyr please caii us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and IuN' Inc, organized under the laws of the State of5a5V irony located and doing business at IBM N, SV&&0e,1 wA. 96)U'4 � ("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: Kent Springs and Pump Station No. 4 Electrical Upgrades/Project Number. W20033 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 2018 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 2018 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred eighty (180) working days with Schedule B — Pump Station No. 4 completed sixty (60) working days after issuance of the City's Notice to Proceed. 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. 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. Kent Springs & PS 4 Upgrades/Bond 26 April 11, 2018 Project Number: W20033 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. 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. Kent Springs & PS 4 Upgrades/Bond 27 April 11, 2018 Project Number. W20033 - CITY OF KENT BY: �_. DANA RALPH, MAYOR DATE:, ATTES : KIMBERLEY A, K OTO, CITY CL R APP ' ED AS TO F M: a SRACTOR DEPARTMENT . PRINT NAME: Eovv IViV) TITLE: t rQSia((YIt DATE: r'J• 11• I$ Kent Springs & PS 4 Upgrades/Bond 28 April 11, 2018 Project Number: W20033 EXHIBIT A INSURANCE REQU I REMENTS 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 Scape 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. Kent Springs & PS 4 Upgrades/Bond 29 April 11, 2018 Project Number: W20033 EXH 1 B 1 T A (Continued) 2. Automobile Liabil'it 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. Kent Springs & PS 4 Upgrades/Bond 30 April 11, 2018 Project Number. W20033 EXHIBIT 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 . C. 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. Kent Springs & PS 4 Upgrades/Bond 31 April 11, 2018 Project Number. W20033 COLVELE-01 B'SOtUDEIR ACORN° CERTIFICATE OF LIABILITY INSURANCE D051171201ATE YV) D5117IZD15 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 INSUREIRI AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. ...____ _.....�....._........ .._._....____�____. ........................___�__._....____.................. .......... IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 endorsementfsl. PRODUCER CONTACT Spokane Office HONE Exq (509)838.3501 FAX No)(509)838-3511 Pa noWest Insurance,Inc. .., .., 801 N.River 403 E-MAIL o3nt Blvd.,Ste pp ADR.6E8S ......... .......... .. ....—...._______ Spokane.WA 99202 wcllRcalclAFFnnmvr.rnvFRAr.F NAIcn INSURER A:The Cincinnati Indemnity Co 232FID INSURED INSURER B:The Cincinnati Insurance ComDanv 10677 Colvico Inc INSURER C PO BOX 2682 INSURER D Spokane,WA 99220 INSURER E INSURER F: ..... COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTVNTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH 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, INSR -ADDL SUER POLICY EFF POLICY EXP ITR I TYPE OF INSURANCE INCn y gr m POLICY NUMBER rMrdlndrcv i IMMEI LIMITS A X '..COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 8 1,000,000 _ j CUIMS MADE Ir X p OCCUR EPP0166589 11/0112017 11101/2018 DAMAGE TO RENTED -_$ 500,000 X X PREMISVS IE0 ORGNAnCO --. __. ..... .... .... ,M„ED ExP..(A,oy one Person) _. s --10,000 PERSONAL&ADV INJURY A 1,000,000 GEFILAuGREBA_rE LIMITAPP_LIES PER GENERALAGGREGATE a 2I000I000 POLICY�_X�TE4j. � LOc PRODUCTS LYIMPIOPAGG a 2,000,000 01 HER: WA STOPGAP ...A 1,000,000 GOMBINEDSINGLE LIMI'E ---------1,000,00.0 B AUTOMOBILE LIABILITY �I _...._ '...1F11.zIACf,4.a91._____...____. X ANY AUTO EBA0166589 lV0112017 11/01/2018 _._.. X X BODILY IN_JU,RXjPerpe(sQn7_ OWNED SCHEDULED AUTOS ONLY AUpTOpSM 4 BODILY IN,IMEX(Per___11II . .,, AUTOS ONLY A1pT05 V�CV {PeOacr>ttl_srJtf DAMAGE - A X UMBRELLA LIAR X OCCUR EACH OCCIRFNCF A 5,000,000 EzcE55 Lwa CLAIMS-MADE EPP0166589 11/01l2017 11/0112018 AccREGATE la 5.000,00. DED X IRETENTICNs... 0 a WORKERS COMPENSATION ANO EMPLOYERS'LIABILITY YIN C?AThITF �RR ANVCERVEETORIPARTNEP.IEXECUTIVE F EACH ACCIDENT 5 (Manda RIMEM BER EXCLUDED? `_� MIA - ------- (MantlatorylnNH) FI DISEASE-FA FMPI OYFFE f1Fnyes tleacrlbe under OFF Cf`RIPTI(1N OF PFRATIpN$helow FI fll$F_{9F-POI ICY IIMIT R A Installation Floater EPP8166569 11/01/2017 11/0112018 Limit 960,050 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Ad EitionaI Remarks Be had ule,may be atfac hod if more space is required) V V _.. IRE:Kent Springs and Pump Station No.4 Electrical Upgrades/Project W20033 City of Kent is additional insured as per the attached forms.Coverage is primary and non-contributory.Waiver of subrogation and per project aggregate applies per attached forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CityOf Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department 400 West Gowe - - - Kent,WA 98032 AnUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 11-01-2016 EBA 016 65 89 Named Insured: COLVICO ELECTRICAL INC Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury"or"property damage". AA 4171 11 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION - AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Policy Number: 11-01-2016 EBA 016 65 89 Named Insured: COLVICO ELECTRICAL INC Countersigned by: (Authori,s,i Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. 1. Blanket Waiver of Subrogation of payments we make for "bodily injury" or SECTION IV - BUSINESS AUTO CONDI- "Property damage"arising out of the operation of a covered "auto" when you have assumed TIONS, A. Loss Conditions, 5. Transfer of Rights of Recover Against Others to Us is liability for such "bodily injury" or "property 9 Y 9 damage" under an "insured contract", pro- amended by the addition of the following: vided the "bodily injury" or "property damage" We waive any right of recovery we may have occurs subsequent to the execution of the "in- against any person or organization because sured contract". AA 4172 09 09 BUSINESS AUTO COVERAGE FORM Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and Is not covered. Throughout this policy the words "you"and "your" refer to the Named Insured shown in the Declarations. The words "we", "us"and"our" refer to the Company providing this insurance. Other words and phrases that appear in quotation marks have special meaning. Refer to SECTION V - DEFINITIONS. SECTION I - COVERED AUTOS ITEM TWO of the Declarations shows the "autos" they are licensed or principally garaged that are covered "autos" for each of your cover- are required to have and cannot reject ages. The following numerical symbols describe Uninsured Motorists Coverage. This in- the "autos" that may be covered "autos". The cludes those "autos" you acquire owner- symbols entered next to a coverage on the Decla- ship of after the policy begins provided rations designate the only"autos" that are covered they are subject to the same state unin- "autos". sured motorists requirement. A. Description of Covered Auto Designation 7= SPECIFICALLY DESCRIBED "AUTOS". Symbols Only those "autos" described in ITEM SYMBOL DESCRIPTION THREE of the Declarations for which a premium charge is shown (and for Liabil- 1 = ANY"AUTO". ity Coverage any "trailers" you don't own while attached to a power unit described 2= OWNED "AUTOS" ONLY. Only those in ITEM THREE). "autos" you own (and for Liability Cover- ageOnly any "trailers" you don't own while at- — y tached to power units you own). This in- autos" you lease, hire, rent or borrow. cludes those "autos" you acquire owner- This does not include any "auto" you ship of after the policy begins. lease, hire, rent, or borrow from any of your"employees"or partners(if you are a 3= OWNED PRIVATE PASSENGER partnership), members (If you are a lim- "AUTOS" ONLY. Only the private pas- ited liability company)or members of their senger "autos" you own, This includes households. those private passenger "autos" you ac- quire ownership of after the policy begins. B= NONOWNED "AUTOS" ONLY. Only those "autos"you do not own,lease, hire, 4 = OWNED "AUTOS" OTHER THAN PRI- rent or borrow that are used in connec- VATE PASSENGER "AUTOS" ONLY. tion with your business. This includes Only those "autos" you own that are not "autos" owned by your "employees", of the private passenger type (and for Li- partners (if you are a partnership), mem- ability Coverage any "trailers" you don't bers (if you are a limited liability com- own while attached to power units you pany), or members of their households own). This includes those "autos" not of but only while used in your business or the private passenger type you acquire your personal affairs, ownership of after the policy begins. B. Owned Autos You Acquire After the Policy 5= OWNED "AUTOS" SUBJECT TO NO- Begins FAULT. Only those "autos" you own that are required to have No-Fault benefits in 1. If Symbols 1, 2, 3, 4, 5, or 6 are entered the state where they are licensed or prin- next to a coverage in ITEM TWO of the cipally garaged. This includes those Declarations, then you have coverage for "autos" you acquire ownership of after "autos" that you acquire of the type de- the policy begins provided they are re- scribed for the remainder of the policy pe- quired to have No-Fault benefits in the riod, state where they are licensed or princi- 2. But, if Symbol 7 is entered next to a cov- pally garaged. erage in ITEM TWO of the Declarations, 6= OWNED "AUTOS" SUBJECT TO A an "auto" you acquire will be a covered COMPULSORY UNINSURED MOTOR- "auto" for that coverage only if: ISTS LAW. Only those "autos" you own a. We already cover all "autos"that you that because of the law in the state where own for that coverage or it replaces Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 1 of 14 an "auto" you previously owned that 2. "Mobile equipment"while being carried or had that coverage,and towed by a covered"auto". b. You tell us within 30 days after you 3. Any "auto" you do not own while used acquire it that you want us to cover it with the permission of its owner as a for that coverage, temporary substitute for a covered "auto" you own that is out of service because of C. Certain Trailers, Mobile Equipment and its: Temporary Substitute Autos If Liability Coverage is provided by this Cov- a. Breakdown; erage Form, the following types of vehicles b. Repair, are also covered "autos" for Liability Cover- age: c. Servicing; 1. "Trailers" with a load capacity of 2,000 d. "Loss",or pounds or less designed primarily for e. Destruction, travel on public roads. SECTION II - LIABILITY COVERAGE A. Coverage ered"auto". This exception does 9 not apply if the covered "auto" is We will pay all sums an "insured" legally must a "trailer" connected to a cov- pay as damages because of "bodily injury" or ered "auto"you own, "property damage" to which this insurance (2) Your "employee" if the covered applies,caused by an "accident"and resulting "auto" is owned by that "em- from the ownership, maintenance or use of a ployee" or a member of his or covered "auto". her household. We will also pay all sums an "insured" legally (3) Someone using a covered must pay as a "covered pollution cost or ex- "auto"while he or she is working pense" to which this insurance applies, in a business of selling, servic- caused by an "accident" and resulting from ing, repairing, parking or storing the ownership, maintenance or use of cov- "autos" unless that business is ered"autos". However,we will only pay for the yours. "covered pollution cost or expense" if there is either "bodily injury" or "property damage" to (4) Anyone other than your "em- which this insurance applies that is caused by ployees", partners (if you are a the same "accident". partnership), members (if you We have the right and du to defend an 'in- are a limited liability company), 9 t y or a lessee or borrower or any of sured" against a "suit" asking for such dam- their "employees", while moving ages or a"covered pollution cost or expense". property to or from a covered However,we have no duty to defend any "in- "auto", sured" against a "suit" seeking damages for "bodily injury" or"property damage"or a "cov- (5) A partner (if you are a partner- ered pollution cost or expense" to which this ship), or a member (if you are a insurance does not apply.We may investigate limited liability company), for a and settle any claim or "suit" as we consider covered "auto" owned by him or appropriate. Our duty to defend or settle ends her or a member of his or her when the Liability Coverage Limit of Insurance household. has been exhausted by payment of judg- ments or settlements. c. Anyone liable for the conduct of an "insured" described above but only 1. Who is an Insured to the extent of that liability. The following are "insureds": 2. Coverage Extensions a. You for any covered "auto a. Supplementary Payments b. Anyone else while using with your We will pay for the "insured": permission a covered "auto" you own,hire or borrow except: (1) All expenses we incur. (1) The owner or anyone else from (2) Up to $2,000 for the cost of bail whom you hire or borrow a cov- bonds (including bonds for re- lated traffic law violations) re- Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 2 of 14 quired because of an "accident" 1. Expected or Intended Injury we cover. We do not have to furnish these bonds. "Bodily injury" or "property damage" which may reasonably be expected to re- (3) The cost of bands to release sult from the intentional or criminal acts of attachments in any "suit" against the "insured" or which is in fact expected the "insured" we defend, but or intended by the "insured", even if the only for bond amounts within our injury or damage is of a different degree Limit of Insurance. or type than actually expected or in- tended, This exclusion does not apply to ( expenses "bodily injury" resulting from the use of curred by the "insured" at our reasonable force to protect persons or request, including actual loss of property. earnings up to $250 a day be- cause of time off from work. 2. Contractual (5) All costs taxed against the "in- Liability assumed under any contract or sured" in any "suit" against the agreement. "insured"we defend. But this exclusion does not apply to liabil- (6) All interest on the full amount of ity for damages: any judgment that accrues after a. Assumed in a contract or agreement entry of the judgment in any g "suit' against the "insured" we that is an "insured contract" provided defend, but our duty to pay in- the "bodily injury" or "property dam- terest ends when we have paid, age" occurs subsequent to the exe- offered to pay or deposited in cution of the contract or agreement; court the part of the judgment or that is within our Limit of Insur- b. That the "insured" would have in the ance. absence of the contract or agree- These payments will not reduce the ment. Limit of Insurance. 3. Workers'Compensation b. Out-of-Slate Coverage Extensions Any obligation for which the "insured" or While a covered "auto" is away from the "insured's" insurer may be held liable the state where it is licensed we will: under any workers' compensation, dis- ability benefits or unemployment com- (1) Increase the Limit of Insurance pensation law or any similar law. for Liability Coverage to meet the limits specified by a compul- 4. Employee Indemnification and Em- sory or financial responsibility ployer's Liability law of the jurisdiction where the "Bodily injury" to: covered "auto" is being used. This extension does not apply to a. An "employee" of the "insured" sus- the limit or limits specified by tained in the "workplace"; any law governing motor carri- ers of passengers or property. b. An "employee" of the "insured" aris- ing out of the performance of duties (2) Provide the minimum amounts related to the conduct of the "in- and types of other coverages, surecV, business,or such as no-fault,required of out- of-state vehicles by the jurisdic- c. The spouse, child, parent, brother or tion where the covered "auto" is sister of that"employee"as a conse- being used. quence of Paragraph a.or b.above. We will not pay anyone more than This Exclusion applies: once for the same elements of loss (1) Whether the "insured" may be because of these extensions. liable as an employer or in any B. Exclusions other capacity,and This insurance does not apply to any of the (2) To any obligation to share dam- following: ages with or repay someone else who must pay damages because of the injury. Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 3 of 14 But this exclusion does not apply to "bod- hicle insurance law where it is li- ily injury" to domestic "employees" not censed or principally garaged. entitled to workers' compensation bene- fits or to liability assumed by the "insured" 10. Completed Operations under an "insured contract" other than a "Bodily injury" or "properly damage" aris- contract or agreement with a labor leas- ing out of your work after that work has ing firm. For the purposes of the Cover- been completed or abandoned. age Form, a domestic "employee" is a person engaged in household or domes- In this exclusion,your work means: tic work performed principally in connec- tion with a residence premises. a. Work or operations performed by you or on your behalf;and 5. Fellow Employee b. Materials, parts or equipment fur- "Bodily Injury"to any fellow "employee" of nished In connection with such work the "insured" arising out of and in the or operations. course of the fellow "employee's" em- ployment or while performing duties re- Your work includes warranties or repre- lated to the conduct of your business. sentations made at any time with respect to the fitness, quality, durability or per- 6. Care,Custody or Control formance of any of the items included in "Property damage" to or "covered pollu- Paragraphs a.or b. above. tion cost or expense" involving property Your work will be deemed completed at owned or transported by the "insured" or the earliest of the following limes: in the"insured's" care, custody or control. But this exclusion does not apply to liabil- (1) When all of the work called for in ity assumed under a sidetrack agree- your contract has been com- ment. pleted. 7. Handling of Property (2) When all of the work to be done at the site has been completed if "Bodily injury" or "property damage" re- your contract calls for work at sulting from the handling of properly: more than one site. a. Before it is moved from the place (3) When that part of the work done where it is accepted by the "insured" at a job site has been put to its for movement into or onto the cov- intended use by any person or ered "auto", or organization other than another b. After it is moved from the covered contractor or subcontractor "auto" to the place where it is finally working on the same project. delivered by the "insured". Work that may need service, mainte- nance,Property correction, repair or replacement, P y but which is otherwise complete, will be Device treated as completed. "Bodily injury" or "property damage" re- 11. Pollutant sulting from the movement of property by a mechanical device (other than a hand "Bodily injury" or "property damage" aris- truck)unless the device is attached to the ing out of the actual, alleged or threat- covered "auto". ened discharge, dispersal, seepage, mi- gration, release, escape or emission of 9. Operations "pollutants': "Bodily injury" or "property damage" aris- a. That are,or that are contained in any ing out of the operation of property that is: a. Any equipment listed in Paragraphs 6.b. and 6.c.of the definition of "mo- (1) Being transported or towed by, bile equipment",or handled, or handled for move- bile into, onto or from, thee cov cov- b. Machinery or equipment that is on, ered"auto", attached to,or part of, a land vehicle (2) Otherwise in the course of tran- that would qualify under the definition sit by or on behalf of the An- of "mobile equipment" if it were not sured";or subject to a compulsory or financial responsibility law or other motor ve- Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 4 of 14 (3) Being stored, disposed of, d. At or from any premises,site or loca- treated or processed in or upon tion on which any insured or any the covered "auto", contractors or subcontractors work- ing directly or indirectly on any in- b. Before the "pollutants" or any prop- sured's behalf are performing opera- erty in which the "pollutants" are tions: contained are moved from the place where they are accepted by the "in- (1) If the "pollutants"are brought on sured" for movement into or onto the or to the premises, site or loca- covered "auto";or tion in connection with such op- c. After the "pollutants" or any property erations by such "insured", con- in which the "pollutants" are con- tractor or subcontractor;or tained are moved from the covered (2) If the operations are to test for, "auto" to the place where they are fi- monitor, clean up, remove, nally delivered, disposed of or aban- contain, treat, detoxify or neu- doned by the "insured". tralize,or in any way respond to, or assess the effects of "pollut- Paragraph a, of this exclusion does not ants". apply to fuels, lubricants, fluids, exhaust gases or other similar"pollutants"that are Subparagraph d.(1) does not apply to needed for or result from the normal "bodily injury" or "property damage" aris- electrical, hydraulic or mechanical func- ing out of the escape of fuels, lubricants tioning of the covered "auto" or its parts, or other operating fluids which are if: needed to perform the normal electrical, hydraulic or mechanical functions neces- (1) The "pollutants" lu lu tants" escape, seep,are discharged, dip- sary for the operation of "mobile equip- migrate,or released directly from ment"or its parts, if such fuels, lubricants an "auto" part designed by its or other operating fluids escape from a manufacturer to hold, store, re- vehicle part designed to hold, store or re- ceive or dispose of such "pollut- ceive them. This exception does not ap- ants";and ply if the fuels, lubricants or other operat- ng fluids are intentionally discharged, (2) The "bodily injury", "property dispersed or released, or if such fuels, lu- damage" or "covered pollution bricants or other operating fluids are cost or expense" does not arise brought on or to the premises, site or lo- out of the operation of any cation with the intent to be discharged, equipment listed in Paragraphs dispersed or released as part of the op- 6.b. and 6.c. of the definition of erations being performed by such "in- "mobile equipment". sured",contractor or subcontractor. However, this exception to Paragraph a. 12. War does not apply if the fuels, lubricants, flu- "Bodily injury" or "property damage" aris- ids, exhaust gases or other similar "pol- ing directly or indirectly out of: lutants" are intentionally discharged, dis- persed or released. a. War, including undeclared or civil Paragraphs b. and c.of this exclusion do war; not apply to "accidents" that occur away b. Warlike action by a military force, in- from premises owned by or rented to an cluding action in hindering or de- "insured" with respect to "pollutants" not fending against an actual or ex- in or upon a covered"auto" if: pected attack, by any government, (1) The "pollutants" or any property sovereign or other authority using in which the "pollutants" are military personnel or other agents;or contained are upset, overturned c. Insurrection, rebellion, revolution, or damaged as a result of the usurped power, or action taken by maintenance or use of a cov- governmental authority in hindering ered "auto";and or defending against any of these. (2) The discharge, dispersal, seep- 13. Racing age, migration, release, emis- sion or escape of the "pollut- Covered "autos" while used in any pro- ants" is caused directly by such fessional or organized racing or demoli- upset,overturn or damage. Lion contest or stunting activity, or while practicing for such contest or activity. This Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc„with its permission. Page 5 of 14 insurance also does not apply while that No one will be entitled to receive duplicate covered "auto"is being prepared for such payments for the same elements of "loss" un- a contest or activity. der this Coverage Form and any Medical C. Limit of Insurance Payments Coverage endorsement, Uninsured Motorists Coverage endorsement or Underin- Regardless of the number of covered "autos", sured Motorists Coverage endorsement at- "insureds", premiums paid, claims made or tached to this Coverage Part. vehicles involved in the "accident", the most D. Mobile Equipment Subject to Motor Vehicle we will pay for the total of all damages and Insurance Laws "covered pollution cost or expense" com- bined, resulting from any one "accident" is the As respects SECTION II - LIABILITY COV- Limit of Insurance for Liability Coverage ERAGE any land vehicle, which would qualify shown in the Declarations. as "mobile equipment", except that it is sub- ject"bodily injury", "property damage" to a compulsory or financial responsibility Y 1 Y Y 9 law or other motor vehicle insurance law "covered pollution cost or expense" resulting where it is licensed or principally garaged, is from continuous or repeated exposure to sub- considered a covered "auto" under SECTION stantially the same conditions will be consid- II- LIABILITY COVERAGE,irrespective of the ered as resulting from one"accident". Auto Designation Symbols shown for SEC- TION II - LIABILITY COVERAGE in the Decla- rations. SECTION III - PHYSICAL DAMAGE COVERAGE incurred each time a covered "auto" of A. Coverage the private passenger type is disabled. 1. We will pay for "loss" to a covered "auto" However,the labor must be performed at or its equipment under: the place of disablement. a. Comprehensive Coverage 3. Glass Breakage - Hitting a Bird or Animal-Falling Objects or Missiles From any cause except: If you carry Comprehensive Coverage for (1) The covered "auto's" collision the damaged covered "auto", we will pay with another object;or for the following under Comprehensive (2) The covered"auto's"overturn. Coverage: b. Specified Causes of Loss Cover- a. Glass breakage; age b. "Loss" caused by hitting a bird or Caused by: animal;and 1 Fire,lightning or explosion, c. "Loss" caused by falling objects or ( ) 9 9 P missiles. (2) Theft, However, you have the option of having (3) Windstorm, hail or earthquake; glass breakage caused by a covered autos"collision or overturn considered a (4) Flood; "loss' under Collision Coverage. (5) Mischief or vandalism;or 4. Coverage Extensions (6) The sinking, burning, collision or a. Transportation Expenses derailment of any conveyance transporting the covered"auto". We will also pay up to$20 per day to a maximum of $600 for temporary c. Collision Coverage transportation expense incurred by Caused b you because of the total theft of a Y covered "auto" of the private pas- (1) The covered "auto's" collision senger type. We will pay only for with another object;or those covered "autos" for which you carry either Comprehensive or (2) The covered "auto's" overturn. Specified Causes of Loss Coverage. 2. Towing We will pay for temporary transporta- 9 tion expenses incurred during the We will pay up to the limit shown in the period beginning 48 hours after the Declarations for towing and labor costs theft and ending, regardless of the policy's expiration,when the covered Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 6 of 14 "auto" is returned to use or we pay in hindering or defending for its "loss". against any of these. b. Loss of Use Expenses 2. We will not pay for "loss" to any covered "auto" while used in any professional or For Hired Auto Physical Damage,we organized racing or demolition contest or will pay expenses for which an "in- stunting activity, or while practicing for sured" becomes legally responsible such contest or activity. We will also not to pay for loss of use of a vehicle pay for"loss" to any covered "auto" while rented or hired without a driver, un- that covered "auto' is being prepared for der a written rental contract or such a contest or activity. agreement. We will pay for loss of use expenses if caused by: 3. We will not pay for "loss" caused by or resulting from any of the following unless (1) Other than collision only if the caused by other"loss" that is covered by Declarations indicate that Com- this insurance: prehensive Coverage is pro- vided for any covered"auto", a. Wear and tear, freezing, mechanical (2) Specified Causes of Loss only if or electrical breakdown,or the Declarations indicate that b. Blowouts, punctures or other road Specified Causes of Loss Cov- damage to tires. erage is provided for any cov- ered"auto";or 4. We will not pay for "loss" to any of the following: (3) Collision only if the Declarations indicate that Collision Coverage a. Tapes, records,discs or other similar is provided for any covered audio, visual or data electronic de- "auto". vices designed for use with audio, visual or data electronic equipment. However, the most we will pay for any expenses for loss of use is $20 b. Any device designed or used to de- per day,to a maximum of$600. tect speed measuring equipment such as radar or laser detectors and B. Exclusions any jamming apparatus intended to elude or disrupt speed measurement 1. We will not pay for "loss" caused by or equipment. resulting from any of the following. Such "loss" is excluded regardless of any other c. Any electronic equipment, without cause or event that contributes concur- regard to whether this equipment is rently or in any sequence to the "loss'. permanently installed, that receives a. Nuclear Hazard or transmits audio, visual or data signals and that is not designed (1) The explosion of any weapon solely for the reproduction of sound. employing atomic fission or fu- d. Any accessories used with the elec- sion;or tronic equipment described in Para- (2) Nuclear reaction or radiation, or graph c.above. radioactive contamination, how- Exclusions 4.c,and 4.d.do not apply to: ever caused. b. War or Military Action a. Equipment designed solely for the 1' on reproduction of sound and accesso- (1) War, including undeclared or ries used with such equipment, pro- civil war, vided such equipment is perma. nently installed in the covered "auto" (2) Warlike action by a military at the time of the "loss" or such force, including action in hin- equipment is removable from a dering or defending against an housing unit which is permanently actual or expected attack, by installed in the covered "auto" at the any government, sovereign or time of the "loss', and such equip- other authority using military ment is designed to be solely oper- personnel or other agents; or ated by use of the power from the "auto's" electrical system, in or upon (3) Insurrection, rebellion, revolu- the covered"auto",or tion, usurped power or action taken by governmental authority b. Any other electronic equipment that is: Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 7 of 14 (1) Necessary for the normal op- b. The cost of repairing or replacing the eration of the covered "auto" or damaged or stolen property with the monitoring of the covered other property of like kind and qual- "auto's"operating system;or ity. (2) An integral part of the same unit 2. An adjustment for depreciation and housing any sound reproducing physical condition will be made in deter- equipment described in Para- mining actual cash value in the event of a graph a.above and permanently total "loss". installed in the opening of the dash or console of the covered 3. If a repair or replacement results in better "auto" normally used by the than like kind or quality, we will not pay manufacturer for installation of a for the amount of the betterment. radio. D. Deductible 5. We will not pay for "loss" to a covered For each covered "auto", our obligation to pay "auto"due to"diminution in value". for, repair, return or replace damaged or sto- C. Limit of Insurance len property will be reduced by the applicable deductible shown in the Declarations. Any 1. The most we will pay for"loss" in any one Comprehensive Coverage deductible shown "accident" is the lesser of: in the Declarations does not apply to "loss" a. The actual cash value of the dam- caused by fire or lightning. aged or stolen property as of the time of the "loss";or SECTION IV - BUSINESS AUTO CONDITIONS The following conditions apply in addition to the (1) How, when and where the "ac- Common Policy Conditions: cident" or"loss"occurred; A. Loss Conditions (2) The "insured's" name and ad- 1. Appraisal for Physical Damage Loss dress;and you and we disagree on the amount of (3) To the extent possible, the If y g names and addresses of any "loss",either may demand an appraisal of injured persons and witnesses. the "loss". In this event, each party will select a competent appraiser. The two b. Additionally, you and any other in- appraisers will select a competent and volved"insured"must: impartial umpire. The appraisers will state separately the actual cash value and (1) Assume no obligation, make no amount of"loss". If they fail to agree, they payment or incur no expense will submit their differences to the umpire. without our consent, except at A decision agreed to by any two will be the "insured's"own cost. binding. Each party will: (2) Immediately send us copies of a. Pay its chosen appraiser;and any request,demand,order, no- tice, summons or legal paper b. Bear the other expenses of the ap- received concerning the claim or praisal and umpire equally. "suit". If we submit to an appraisal, we will still (3) Cooperate with us in the investi- retain our right to deny the claim. gation or settlement of the claim 2. Duties in the Event of Accident, Claim, or defense against the "suit". Suit or Loss (4) Authorize us to obtain medical records or other pertinent infor- We have no duty to provide coverage mation. under this policy unless there has been full compliance with the following duties (5) Submit to examination, at our a. In the event of "accident", claim, expense, by physicians of our "suit" or "loss", you must give us or choice, as often as we reasona- our authorized representative prompt bly require. notice of the "accident" or "loss". In- clude- Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 8 of 14 c. If there is "loss" to a covered "auto" erage Form has rights to recover dam- or its equipment you must also do ages from another, those rights are the following: transferred to us. That person or organi- zation must do everything necessary to (1) Promptly notify the police if the secure our rights and must do nothing covered "auto" or any of its after"accident" or"loss" to impair them, equipment is stolen. (2) Take all reasonable steps to B. General Conditions protect the covered "auto" from 1. Bankruptcy further damage. Also keep a re- cord of your expenses for con- Bankruptcy or insolvency of the "insured" sideration in the settlement of or the"insured's" estate will not relieve us the claim. of any obligations under this Coverage Form. (3) Permit us to inspect the covered "auto" and records proving the 2. Concealment, Misrepresentation or "loss" before its repair or dispo- Fraud sition. This Coverage Form is void in any case (4) Agree to examinations under of fraud by you at any time as it relates to oath at our request and give us this Coverage Form. It is also void if you a signed statement of your an- or any other "insured", at any time, inten- swers. tionally conceal or misrepresent a mate- rial fact concerning. 3. Legal Action Against Us a. This Coverage Form; No one may bring a legal action against us under this Coverage Form until: b. The covered "auto"; a. There has been full compliance with c. Your interest in the covered "auto"; all the terms of this Coverage Form; or and d. A claim under this Coverage Form. b. Under Liability Coverage, we agree 3. Liberalization in writing that the "insured" has an obligation to pay or until the amount If within 60 days prior to the beginning of of that obligation has finally been this Coverage Part or during the policy determined by judgment after trial. period, we make any changes to any No one has the right under this pot- forms or endorsements of this Coverage icy to bring us into an action to de- Part for which there is currently no sepa- termine the "insured's"liability. rate premium charge, and that change provides more coverage than this Cover- 4. Loss Payment - Physical Damage age Part, the change will automatically Coverages apply to this Coverage Part as of the lat- Al our option we may: ter of a. Pay for, repair or replace damaged a. The date we Implemented the or stolen property; change in your state;or b. Return the stolen property, at our b. The date this Coverage Part became expense We will pay for any dam- effective;and age that results to the "auto"from the will be considered as included until the theft,or end of the current policy period. We will c. Take all or any part of the damaged make no additional premium charge for or stolen property at an agreed or this additional coverage during the in- appraised value. terim. If we pay for the "loss", our payment will 4. No Benefit to Bailee- Physical Damage include the applicable sales tax for the Coverages damaged or stolen property. We will not recognize any assignment or S. Transfer of Rights of Recovery Against grant any coverage for the benefit of any Others to Us person or organization holding, storing or transporting property for a fee regardless If any person or organization to or for of any other provision of this Coverage whom we make payment under this Cov- Form. Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 9 of 14 5. Other Insurance b. If this policy is issued for more than a. For an covered "auto" you own, this one year, the premium for this Cov- y y erage Form will be computed annu- Coverage Form provides primary in- ally based on our rates or premiums surance. For any covered "auto" you in effect at the beginning of each don't own, the insurance provided by year of the policy. this Coverage Form is excess over any other collectible insurance. 7. Policy Period,Coverage Territory However, while a covered "auto" which is a "trailer' is connected to Under this Coverage Form, we cover another vehicle, the Liability Cover- accidents"and "losses"occurring: age this Coverage Form provides for a. During the Policy Period shown in the"trailer" is: the Declarations;and (1) Excess while it is connected to a b. Within the coverage territory. motor vehicle you do not own. (2) Primary while it is connected to The coverage territory is: a covered "auto"you own. a. The United States of America, b. For Hired Auto Physical Damage b. The territories and possessions of Coverage, any covered "auto" you the United States of America; lease, hire, rent or borrow is deemed to be a covered "auto" you own. c. Puerto Rico; However, any "auto" that is leased, d. Canada;and hired, rented or borrowed with a driver is not a covered "auto". e. Anywhere in the world if: c. Regardless of the provisions of (1) A covered "auto" of the private 'Paragraph a. above, this Coverage passenger type is leased, hired, Forms Liability Coverage is primary rented or borrowed without a for any lability assumed under an driver for a period of 30 days or "insured contract", less;and d. When this Coverage Form and any (2) The "insured's" responsibility to other Coverage Form or policy cov- pay damages is determined in a ers on the same basis, either excess "suit"on the merits, in the United or primary, we will pay only our States of America, the territories share. Our share is the proportion and possessions of the United that the Limit of Insurance of our States of America, Puerto Rico, Coverage Form bears to the total of or Canada or in a settlement we the limits of all the Coverage Forms agree to. and policies covering on the same basis. We also cover"loss" to,or "accidents" in- volving, a covered "auto" while being 6. Premium Audit transported between any of these places. a. The estimated premium for this Cov- B. Two or More Coverage Forms or Poli- erage Form is based on the expo- ties Issued by Us sures you told us you would have when this policy began. We will If this Coverage Form and any other compute the final premium due when Coverage Form or policy issued to you by we determine your actual exposures. us or any company affiliated with us apply The estimated total premium will be to the same 'accident", the aggregate credited against the final premium maximum Limit of Insurance under all the due and the first Named Insured will Coverage Forms or policies shall not ex- be billed for the balance, if any. The teed the highest applicable Limit of In- due date for the final premium or ret- surance under any one Coverage Form respective premium is the date or policy. This condition does not apply to shown as the due date on the bill. If any Coverage Form or policy issued by the estimated total premium exceeds us or an affiliated company specifically to the final premium due, the first apply as excess insurance over this Cov- Named Insured will get a refund. erage Form. Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 10 of 14 SECTION V - DEFINITIONS A. "Accident" includes continuous or repeated where they are accepted by the "in- exposure to the same conditions resulting in sured"for movement into or onto the "bodily injury"or"property damage". covered"auto",or B. "Auto"means: c. After the "pollutants" or any property in which the "pollutants" are con- 1. A land motor vehicle, "trailer" or semi- tained are moved from the covered trailer designed for travel on public roads; "auto" to the place where they are fi- or pally delivered, disposed of or aban- 2. Any other land vehicle that is subject to a doned by the "insured". compulsory or financial responsibility law Paragraph a. above does not apply to fu- or other motor vehicle insurance law els, lubricants, fluids, exhaust gases or where it is licensed or principally ga- other similar "pollutants" that are needed raged. for or result from the normal electrical, However, "auto" does not include "mobile hydraulic or mechanical functioning of the equipment". covered "auto"or its parts,it: C. "Bodily injury"means bodily injury, sickness or (1) The "pollutants" escape, seep, disease sustained by a person including migrate, or are discharged, dis- death resulting from any of these. persed or released directly from an "auto" part designed by its D. "Covered pollution cost or expense" means manufacturer to hold, store, re- any cost or expense arising out of: ceive or dispose of such "pollut- 1. Any request, demand, order or statutory ants";and or regulatory requirement that the "in- (2) The "bodily injury", "property sured" or others test for, monitor, clean damage" or "covered pollution up, remove, contain, treat, detoxify or cost or expense" does not arise neutralize, or in any way respond to, or out of the operation of any assess the effects of"pollutants';or equipment listed in Paragraphs 2. An claim or "suit' b or on behalf of a 6.b. or 6.c. of the definition of y y mobile equipment". governmental authority for damages be- cause of testing for, monitoring, cleaning Paragraphs b.and c, above do not apply up, removing, containing, treating, de- to "accidents" that occur away from toxifying or neutralizing, or in any way re- premises owned by or rented to an "in- sponding to, or assessing the effects of sured" with respect to "pollutants" not in "pollutants". or upon a covered"auto"if: "Covered pollution cost or expense" does not (1) The "pollutants" or any property include any cost or expense arising out of the in which the "pollutants" are actual, alleged or threatened discharge, dis- contained are upset, overturned persal, seepage, migration, release, escape or damaged as a result of the or emission of"pollutants": maintenance or use of a cov- a. That are,or that are contained in any ered "auto";and property that is: (2) The discharge, dispersal, seep- (1) Being transported or towed by, age, migration, release, escape or emission of the "pollutants" is handled, or handled for move- caused directly ment into, onto or from the cov- such upset, overturn or damage. ered"auto"; 2 Otherwise in the course of trap- E. "Diminution in value" means the actual or per- ( ) ceived loss in market value or resale value sit by or on behalf of the "in- which results from a direct and accidental sured"; "loss". (3) Being stored, disposed of, F. "Employee" includes a "leased worker "Em- treated or processed in or upon ployee" does not include a "temporary the covered"auto";or worker". b. Before the "pollutants" or any prop- G. "Insured" means any person or organization arty in which the "pollutants" are qualifying as an insured in the Who is an In- contained are moved from the place sured provision of the applicable coverage. Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc., with its permission. Page 11 of 14 Except with respect to the Limit of Insurance, c. That holds a person or organization the coverage afforded applies separately to engaged in the business of trans- each insured who is seeking coverage or porting property by "auto" for hire against whom a claim or"suit" is brought. harmless for your use of a covered H. "Insured contract": "auto" over a route or territory that person or organization is authorized 1. Means: to serve by public authority. a. A lease of premises, I. "Leased worker" means a person leased to you by a labor leasing firm under an agree- b. A sidetrack agreement; ment between you and the labor leasing firm, c. An easement or license agreement, to perform duties related to the conduct of en t in connection with construe. your business. "Leased worker" includes su- p pervisors furnished to you by the labor leasing lion or demolition operations on or firm. "Leased worker" does not include a within 50 feet of a railroad, "temporary worker". d. An obligation, as required by ordi- J. "Loss" means direct and accidental loss or nance, to indemnify a municipality, damage. except in connection with work for a municipality; K. "Mobile equipment" means any of the follow- e. That pat of any other contract or ing types of land vehicles, including any at- agreement pertaining to your busi- lathed machinery or equipment: ness (including an indemnification of 1. Bulldozers, farm machinery, forklifts and a municipality in connection with other vehicles designed for use princi- work performed for a municipality) pally off public roads; under which you assume the tort l- ability of another to pay for "bodily 2. Vehicles maintained for use solely on or injury" or "property damage" to a next to premises you own or rent; third party or organization. Tort liabil- 3. Vehicles that travel on crawler treads; ity means a liability that would be im- posed by law in the absence of any 4. Vehicles, whether self-propelled or not, contract or agreement; maintained primarily to provide mobility to 1. That part of any other contract or permanently mounted: agreement entered into, as part of a. Power cranes, shovels, loaders, dig- your business, pertaining to the gers or drills,or rental or lease, by you or any of your "employees", of any "auto". How- b. Road construction or resurfacing ever, such contract or agreement equipment such as graders, scrap- shall not be considered an "insured ers or rollers. contract" to the extent that it obli- 5. Vehicles not described in Paragraphs 1., gates you or any of your "employ- 2., 3., or 4, above that are not self- ees" to pay for "property damage" to propelled and are maintained primarily to any "auto' rented or leased by you provide mobility to permanently attached or any of your"employees". equipment of the following types: 2. Does not include that part of any contract a. Air compressors, pumps and gen- or agreement: erators, including spraying, welding, a. That indemnifies a railroad for"bodily building cleaning, geophysical explo- injury" or "property damage" arising ration, lighting and well servicing out of construction or demolition op- equipment;or erations, within 50 feet of any rail- b. Cherry pickers and similar devices road property and affecting any rail- used to raise or lower workers, road bridge or trestle, tracks, road beds, tunnel, underpass or crossing; 6. Vehicles not described in Paragraphs 1., or 2.,3.,or 4. above maintained primarily for b. That pertains to the loan, lease or purposes other than the transportation of an "auto" to you or any of persons or cargo. However, self- rental a"employees" o the "auto" Is propelled vehicles with the following your loaned, leased ", rented with a types of permanently attached equipment are not "mobile equipment" but will be driver,or considered"autos": a. Equipment designed primarily for: Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 12 of 14 (1) Snow removal, 2. The "insured" uses, generates or pro- (2) Road maintenance, but not con- duces the"pollutant". struction or resurfacing,or M. "Property damage" means damage to or loss (3) Street cleaning; of use of tangible property. b. Cherry pickers and similar devices N. "Suit"means a civil proceeding in which, mounted on automobile or truck 1. Damages because of "bodily injury" or chassis and used to raise or lower "property damage",or workers,and 2. A"covered pollution cost or expense", c. Air compressors, pumps and gen- erators, to which this insurance applies, are alleged. including spraying, welding, pp g building cleaning, geophysical explo- "Suit"includes: ration, lighting or well servicing equipment. a. An arbitration proceeding in which such damages or "covered pollution However, "mobile equipment" does not in- costs or expenses" are claimed and clude land vehicles that are subject to a com- to which the "insured" must submit or pulsory or financial responsibility law or other does submit with our consent;or motor vehicle insurance law where it is li- censed or principally garaged. Land vehicles b. Any other alternative dispute resolu- subject to a compulsory or financial responsi- tion proceeding in which such dam- bility law or other motor vehicle insurance law ages or "covered pollution costs or are considered"autos". expenses' are claimed and to which L. "Pollutants" means any solid, liquid, gaseous the insured submits with our con- or thermal irritant or contaminant, including sent. smoke, vapor, soot, fumes, acids, alkalis, O. "Temporary worker" means a person who is chemicals, petroleum, petroleum products furnished to you to substitute for a permanent and their by-products, and waste. Waste in- "employee" on leave or to meet seasonal or cludes materials to be recycled, reconditioned short-term workload conditions. or reclaimed. "Pollutants" include but are not limited to substances which are generally rec- P. "Trailer"includes semitrailer. ognized in industry or government to be 0. "Workplace" means that place and during harmful or toxic to persons, property or the such hours to which the "employee" sustain- environment regardless of whether injury or ing "bodily injury" was assigned by you, or damage is caused directly or indirectly by the any other person or entity acting on your be- pollutants"and whether: half, to work on the date of the"accident". 1. The "insured" is regularly or otherwise engaged in activities which taint or de- grade the environment;or NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT (Broad Form) 1. The insurance does not apply: respect to which (a) any person or A. Under any Liability Coverage, to "bodily organization is required to maintain "property damage". financial protection pursuant to the injury"der a Atomic Energy Act of 1954, or any (1) With respect to which an "insured" law amendatory thereof, or (b) the under the policy is also an "insured" "insured" is, or had this policy not under a nuclear energy liability policy been issued would be, entitled to in- issued by Nuclear Energy Liability demnity from the United States of Insurance Association, Mutual America, or any agency thereof, un- Atomic Energy Liability Underwriters der any agreement entered into by or Nuclear Insurance Association of the United States of America, or any Canada, or would be an "insured" agency thereof, with any person or under any such policy but for its ter- organization. urination upon exhaustion of its limit B. Under any Medical Payments coverage, of liability;or to expenses incurred with respect to (2) Resulting from the "hazardous prop- "bodily injury" resulting from the "hazard- erties" of "nuclear material" and with Includes copyrighted material of Insurance AA 10103 06 Services Office, Inc.,with its permission. Page 13 of 14 ous properties" of"nuclear facility" by any used or exposed to radiation In a "nuclear re- person or organization. actor"; C. Under any Liability Coverage, to "bodily "Waste" means any waste material (a) con- injury" or "property damage" resulting taining "byproduct material" other than the from the "hazardous properties" of "nu- tailings or wastes produced by the extraction clear material", if: or concentration of uranium or thorium from any ore processed primarily for its "source (1) The "nuclear material" (a) is at any material" content, and (b) resulting from the "nuclear facility" owned by, or oper- operation by any person or organization of ated by or on behalf of, an "insured" any "nuclear facility" included under the first or (b) has been discharged or dis- two paragraphs of the definition of "nuclear persed therefrom, facility". (2) The"nuclear material"is contained in "Nuclear facility"means: "spent fuel" or "waste" at any time possessed, handled, used, proc- (a) Any"nuclear reactor"; essed, stored, transported or dis- posed of by or on behalf of an "in- (b) Any equipment or device designed or sured';or used for (1) separating the isotopes of uranium or plutonium, (2) processing or (3) The "bodily injury" or "property dam- utilizing "spent fuel", or (3) handling, age" arises out of the furnishing by processing or packaging"waste", an "insured" of services, materials, parts or equipment in connection (c) Any equipment or device used for the with the planning, construction, processing, fabricating or alloying of maintenance, operation or use of special nuclear material" if at any time any "nuclear facility", but if such fa- the total amount of such material in the cility is located within the United custody of the "insured" at the premises States of America, Its territories or where such equipment or device is lo- possessions or Canada, this Exclu- cated consists of or contains more than sion (3) applies only to "property 25 grams of plutonium or uranium 233 or damage" to such "nuclear facility" any combination thereof, or more than and any property thereat. 250 grams of uranium 235; 2. As used in this endorsement: (d) Any structure, basin, excavation, prem- ises or place prepared or used for the "Hazardous properties" include radioactive, storage or disposal of"waste"; toxic or explosive properties; and includes the site on which any of the foregoing "Nuclear material" means "source material", is located, all operations conducted on such site "special nuclear material" or "byproduct mate- and all premises used for such operations: rial"; "Nuclear reactor" means any apparatus designed "Source material", "special nuclear material", or used to sustain nuclear fission In a self- and "byproduct material" have the meanings supporting chain reaction or to contain a critical given them in the Atomic Energy Act of 1954 mass of fissionable material; or in any law amendatory thereof; "Property damage" includes all forms of radioac- "Spent fuel" means any fuel element or fuel tive contamination of property. component, solid or liquid, which has been Includes copyrighted material of Insurance AA 101 03 06 Services Office, Inc.,with its permission. Page 14 of 14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following:. COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement-Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage....................................................................................................2 2. Unintentional Failure to Disclose Hazards.........................................................................................7 3. Damage to Premises Rented to You.................................................................................................8 4. Supplementary Payments....................................................................................................................9 5. Medical Payments..............................................................................................................................9 6. Voluntary Property Damage(Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b. . ._...................9 7. 180 Day Coverage for Newly Formed or Acquired Organizations...................................................10 8. Waiver of Subrogation .....................................................................................................................1.0 9. Automatic Additional Insured -Specified Relationships: ......................................................._......10 • Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Political Subdivisions- Permits Relating to Premises; • State or Political Subdivisions- Permits; and • Contractors' Operations 10. Broadened Contractual Liability-Work Within 50' of Railroad Property..........................................14 11. Property Damage to Borrowed Equipment......................................................................................14 12. Employees as Insureds-Specified Health Care Services: ............................................................14 • Nurses; • Emergency Medical Technicians; and • Paramedics 13. Broadened Notice of Occurrence....................................................................................... ...,.............14 B. Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $ 1,000,000 Aggregate Limit: $ 3,000,000 Deductible: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations; or b. $500,000 unless otherwise stated $ 4. Supplementary Payments a. Bail bonds: $ 1,000 b. Loss of earnings: $ 350 5. Medical Payments Medical Expense Limit: $ 10,000 Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 1 of 15 6. Voluntary Property Damage(Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b.) Limits of Insurance (Each Occurrence) Coverage a.$1,000 Coverage b.$5,000 unless otherwise stated $ Deductibles (Each Occurrence) Coverage a.$250 Coverage b.$250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM a)))) Area (For Limits in Excess of (For Limits in Excess of b} Payroll $5,000) $5,000) cj Gross Sales d) Units e Other b. Care, Custody $ or Control TOTAL ANNUAL PREMIUM 11. Property Damage to Borrowed Equipment Each Occurrence Limit: $ 10,000 Deductible: $ 250 C. Coverages: have used up the appli- cable limit of insurance 1. Employee Benefit Liability Coverage in the payment of a. The following is added to SECTION I judgments or settle- - COVERAGES: Employee Benefit ments. Liability Coverage. No other obligation or liabil- (1) Insuring Agreement ity to pay sums or perform acts or services is covered (a) We will pay those sums that unless explicitly provided for the insured becomes legally under Supplementary Pay- obligated to pay as dam- ments. ages caused by any act, er- ror or omission of the in- (b) This insurance applies to sured, or of any other per- damages only if the act, er- son for whose acts the in- ror or omission, is negli- sured is legally liable, to gently committed in the which this insurance ap- administration' of your plies. We will have the right "employee benefit pro- and duty to defend the in- gram"; and sured against any "suit" 1) Occurs during the pol- seeking those damages. icy period;or However, we will have no duty to defend against any 2) Occurred prior to the "suit" seeking damages to effective date of this which this insurance does endorsement provided: not apply. We may, at our discretion, investigate any a) You did not have report of an act, error or knowledge of a omission and settle any claim or "suit" on claim or "suit" that may re- or before the ef- sult. But: fective date of this endorsement. 1) The amount we will pay You will be for damages. is limited as described in SEC- deemed to have TION III - LIMITS OF knowledge of a INSURANCE; and claim or "suit" when any "author- 2) Our right and duty to ized representa- defend ends when we tive"; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 2 of 15 i) Reports all, or formance of investment any part, of the vehicles; or act, error or omission to us 3) Advice given to any or any other person with respect to insurer; that person's decision to participate or not to ii) Receives a participate in any plan written or ver- included in the "em- bal demand or ployee benefit pro- claim for dam- gram". ages because Workers' Compensation ro r or omis- the act, - O and Similar Laws sion; and Any claim arising out of your b) There is no other failure to comply with the applicable insur- mandatory provisions of any ance. workers' compensation, un- employment compensation (2) Exclusions insurance, social security or This insurance does not apply disability benefits law or any ppy similar law. to: (a) Bodily Injury, Property (g) ERISA Damage or Personal and Damages for which any in- Advertising Injury sured is liable because of li- ability imposed on a fiduci- Bodil y y', "property ary by the Employee Re- damage" or "personal and tirement Income Security advertising injury". Act of 1974, as now or (b) Dishonest, Fraudulent, hereafter amended, or by Criminal or Malicious Act any similar federal, state or local laws. Damages arising out of any intentional, dishonest, (h) Available Benefits fraudulent, criminal or mali- Any claim for benefits to the cious act, error or omission, extent that such benefits are committed by any insured, available, with reasonable including the willful or reck- effort and cooperation of the less violation of any statute. insured, from the applicable (c) Failure to Perform a Con- funds accrued or other col- tract lectible insurance. Damages arising out of fail- (1) Taxes, Fines or Penalties ure of performance of con- Taxes, fines or penalties, tract by any insurer. including those imposed (d) Insufficiency of Funds under the Internal Revenue Code or any similar state or Damages arising out of an local law. insufficiency of funds to meet any obligations under (j) Employment-Related any plan included in the Practices "employee benefit pro- Any liability arising out of gram". any: (e) (Inadequacy of Perform- (1) Refusal to employ; ance of Investment / Ad- vice Given With Respect (2) Termination of em- to Participation ployment, Any claim based upon: (3) Coercion, demotion, 1 Failure of an invest- evaluation, reassign- ) Y ment, discipline, defa- ment to perform; mation, harassment, 2) Errors in providing in- humiliation, discrimina- formation on past per- tion or other employ- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 3 of 15 ment-related practices, (e) A trust, you are an insured. acts or omissions; or Your trustees are also in- 4 Consequential liability sureds, but only with re- ( ) q ty spect to their duties as trus- as a result of (1), (2) or tees. (3)above. This exclusion applies (2) Each of the following is also an PP insured: whether the insured may be held liable as an employer (a) Each of your "employees'' or in any other capacity and who is or was authorized to to any obligation to share administer your ''employee damages with or repay benefit program". someone else who must pay damages because of (b) Any persons, organizations the injury. or "employees" having proper temporary authoriza- (3) Supplementary Payments tion to administer your ''em- ployee benefit program" if SECTION I - COVERAGES, you die, but only until your SUPPLEMENTARY PAY- legal representative is ap- MENTS - COVERAGES A AND pointed. B also apply to this Coverage. b. Who is an Insured (c) Your legal representative if you die, but only with re- As respects Employee Benefit Liabil- spect to duties as such. ity Coverage, SECTION II - WHO IS That representative will AN INSURED is deleted in its en- have all your rights and du- tirety and replaced by the following: ties under this Coverage Part. (1) If you are designated in the Dec- larations as: (3) Any organization you newly ac- quire or form, other than a part- (a) An individual, you and your nership, joint venture or limited spouse are insureds, but liability company, and over only with respect to the con- which you maintain ownership or duct of a business of which majority interest, will qualify as a you are the sole owner. Named Insured if no other simi- lar insurance applies to that or- (b) A partnership or joint ven- ganization. However, coverage ture, you are an insured. under this provision: Your members, your part- ners, and their spouses are (a) Is afforded only until the also insureds but only with 180th day after you acquire respect to the conduct of or form the organization or your business. the end of the policy period, whichever is earlier; and (c) A limited liability company, you are an insured. Your (b) Does not apply to any act, members are also insureds, error or omission that was but only with respect to the committed before you ac- conduct of your business. quired or formed the organi- Your managers are insur- zation. eds, but only with respect to their duties as your manag- c. Limits of Insurance ers. As respects Employee Benefit Liabil- (d) An organization other than a ity Coverage, SECTION III - LIMITS partnership, joint venture or OF INSURANCE is deleted in its en- limited liability company, tirety and replaced by the following: you are an insured. Your (1) The Limits of Insurance shown "executive officers" and di- in Section B. Limits of Insur- rectors are insureds, but ance, 1. Employee Benefit Li- only with respect to their du- ability Coverage and the rules ties as your officers or direc- below fix the most we will pay tors. Your stockholders are regardless of the number of: also insureds, but only with respect to their liability as (a) Insureds; stockholders. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 4 of 15 (b) Claims made or "suits" (b) The deductible amount brought; stated in the Declarations c Persons or organizations applies to all damages sus- (c) g tained by any one ''em- making claims or bringing ployee", including such ''em- "Suits"; ployee's" dependents and (d) Acts, errors or omissions; or beneficiaries, because of all acts, errors or omissions to (e) Benefits included in your which this insurance ap- "employee benefit pro- plies. gram". (c) The terms of this insurance, (2) The Aggregate Limit shown in including those with respect Section B. Limits of Insurance, to: 1. Employee Benefit Liability Coverage of this endorsement 1) Our right and duty to is the most we will pay for all defend the insured damages because of acts, errors against any ''suits" or omissions negligently commit- seeking those dam- ted in the "administration" of ages; and your ''employee benefit pro- 2) Your duties, and the gram". duties of any other in- (3) Subject to the limit described in volved insured, in the (2) above, the Each Employee event of an act, error or Limit shown in Section B. Limits omission, or claim, of Insurance, 1. Employee apply irrespective of the ap- Benefit Liability Coverage of plication of the deductible this endorsement is the most we amount. will pay for all damages sus- tained by any one "employee", (d) We may pay any part or all including damages sustained by of the deductible amount to such "employee's" dependents effect settlement of any and beneficiaries, as a result of: claim or"suit" and, upon no- tificationa An act, error or omission; or of the action taken, ( ) you shall promptly reim- (b) A series of related acts, er- burse us for such part of the rors or omissions, regard- deductible amount as we less of the amount of time have paid. that lapses between such d. Additional Conditions acts, errors or omissions, the As respects Employee Benefit LI- negligently committed in "administration" of your " the ability Coverage, SECTION IV - NEL ployee benefit program". ITY CON DMONS COMERCIAL samendedlasBflol. However, the amount paid under lows. this endorsement shall not ex- (1) Item 2. Duties in the Event of ceed, and will be subject to the Occurrence, Offense, Claim or limits and restrictions that apply Suit is deleted in its entirety and to the payment of benefits in any replaced by the following: plan included in the "employee benefit program". 2. Duties in the Event of an Act, Error or (4) Deductible Amount Omission,or Claim or Suit a Our obligation to a dam- a. You must see to it that we are noti- ( ) g pay fied as soon as practicable of an act, ages on behalf of the in- error or omission which may result in sured applies only to the a claim. To the extent possible, no- amount of damages in ex- tice should include: cess of the deductible amount stated in the Decla- (1) What the act, error or omission rations as applicable to was and when it occurred;and Each Employee. The limits of insurance shall not be re- (2) The names and addresses of duced by the amount of this anyone who may suffer dam- deductible, ages as a result of the act, error or omission. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 5 of 15 b. If a claim is made or"suit" is brought b. Method of Sharing against any insured, you must: If all of the other insur- (1) Immediately record the specifics ance permits contribu- of the claim or "suit" and the tion by equal shares, date received; and we will follow this 2 Notify us as soon as practicable. method also. Under ( ) f1' P this approach each in- You must see to it that we receive surer contributes equal written notice of the claim or "suit" as amounts until it has soon as practicable. paid its applicable limit of insurance or none of c. You and any other involved insured the loss remains, must: whichever comes first. (1) Immediately send us copies of If any of the other in- any demands, notices, sum- surance does not per- monses or legal papers received mit contribution by in connection with the claim or equal shares, we will "suit"; contribute by limits. Under this method, (2) Authorize us to obtain records each insurer's share is and other information; based on the ratio of its (3) Cooperate with us in the investi- applicable limit of in- gation or settlement of the claim surance to the total ap- or defense against the "suit", plicable limits of insur- and ance of all insurers. (4) Assist us, upon our request, in c. No Coverage the enforcement of any right This insurance shall not against any person or organiza- cover any loss for tion which may be liable to the which the insured is en- insured because of an act, error titled to recovery under or omission to which this insur- any other insurance in ance may also apply. force previous to the ef- d. No insured will, except at that in- fective date of this sured's own cost, voluntarily make a Coverage Part. payment, assume any obligation, or e. Additional Definitions incur any expense without our con- sent. As respects Employee Benefit Li- ability Coverage, SECTION V - (2) Item 5. Other Insurance is de- DEFl ITIONS is amended as fol- leted in its entirety and replaced lows: by the following: 5. Otherinsurance (1) The following definitions are added: If other valid and collectible 1. "Administration" means: insurance is available to the insured for a loss we cover a. Providing information to under this Coverage Part, "employees", including our obligations are limited their dependents and as follows: beneficiaries, with re- a. Prima Insurance scope figi"em loree rY P P Y This insurance is pri- benefit programs"; mary except when c. b. Interpreting the "em- below applies. If this ployee benefit pro- insurance is primary, grams"; our obligations are not affected unless any of c. Handling records in the other insurance is connection with the also primary. Then, we "employee benefit pro- will share with all that grams"; or other insurance by the method described in b. d. Effecting, continuing or below. terminating any "em- ployee's" participation Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 6 of 15 in any benefit included benefits, workers' com- in the "employee bene- pensation and disability fit program". benefits; and However, "administration" d. Vacation plans, includ- does not include: ing buy and sell pro- grams, leave of ab- s. Handling payroll sence programs, in- tions; or cluding military, mater- b. The failure to effect or nity, family, and civil maintain any insurance leave; tuition assis- or adequate limits of tance plans; transporta- coverage of insurance, tion and health club including but not limited subsidies. to unemployment in- (2) The following definitions are de- surance, social security leted in their entirety and re- benefits, workers' oom- placed by the following: pensation and disability benefits. 21. "Suit" means a civil pro- tans" means ceeding in which money 2. "Cafeteria P damages because of an act, plan authorized by applica- error or omission to which ble law to allow "employ- this insurance applies are ees'' to elect to pay for cer- alleged. "Suit" includes: tain benefits with pre-tax dollars. a. An arbitration proceed- ing3. "Employee benefit pro- in which such dam- P ages are claimed and grams" means a program to which the insured providing some or all of the must submit or does following benefits to "em- submit with our con- ployees", whether provided sent; through a "cafeteria plan" or otherwise: b. Any other alternative a. Grouplife insurance; dispute resolution pro- ceeding in which such group accident or damages are claimed health insurance; den- and to which the in- tal, vision and hearing sured submits with our plans; and flexible consent;or spending accounts,- provided that no one c. An appeal of a civil pro- other than an "em- ceeding. ployee" may subscribe to such benefits and 8. "Employee" means a per- such benefits are made son actively employed, for- generally available to merly employed, on leave of those "employees" who absence or disabled, or re- satisfy the plan's eligi- tired. "Employee" includes bility requirements; a "leased worker". "Em- ployee" does not include a b. Profit sharing plans, 'temporary worker". employee savings plans, employee stock 2. Unintentional Failure to Disclose Haz- ownership plans, pen- ards sion plans and stock SECTION IV-COMMERCIAL GENERAL subscription plans, pro- LIABILITY CONDITIONS, 7. Represen- vided that no one other tations is hereby amended by the addi- than an "employee" tion of the following: may subscribe to such benefits and such Based on our dependence upon your rep- benefits are made gen- resentations as to existing hazards, if un- erally available to all intentionally you should fail to disclose all "employees" who are such hazards at the inception date of your eligible under the plan policy, we will not reject coverage under for such benefits; this Coverage Part based solely on such c. Unemployment insur- failure. ance, social security Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc.,with its permission. Page 7 of 15 3. Damage to Premises Rented to You f) Nesting or infesta- tion, or discharge a. The last Subparagraph g or release of 2. SECTION I - COVERAGES, waste products or COVERAGE A. - BODILY INJURY secretions, by in- AND PROPERTY DAMAGE, 2. LI- sects, birds, ro- ABILITY Exclusions is hereby de- dents or other leted and replaced by the following: animals. Exclusions c. through q, do not apply (b) Loss caused directly or indi- to damage by fire, explosion, light- rectly by any of the follow- ning, smoke or soot to premises while rented to you or temporarily oc- cupied by you with permission of the 1) Earthquake, volcanic owner. eruption, landslide or b. The insurance provided under SEC- any other earth move- ment;TION I-COVERAGES, COVERAGE A. BODILY INJURY AND PROP- 2) Water that backs up or ERTY DAMAGE LIABILITY applies overflows from a sewer, to "property damage'' arising out of drain or sump; water damage to premises that are both rented to and occupied by you. 3) Water under the ground surface pressing on, or (1) As respects Water Damage Le- flowing or seeping gal Liability, as provided in through: Paragraph 3.b.above: a) Foundations, The exclusions under SECTION walls, floors or I - COVERAGES, COVERAGE paved surfaces; A. BODILY INJURY AND PROPERTY DAMAGE LIABIL- b) Basements, ITY, 2. Exclusions, other than I. whether paved or War and the Nuclear Energy not; or Liability Exclusion, are deleted c) Doors, windows or and the following are added: other openings. This insurance does not apply (c) Loss caused by or resulting to: from water that leaks or (a) 'Property damage": flows from plumbing, heat- ing, air conditioning, or fire 1) Assumed in any con- protection systems caused tract, or by or resulting from freez- 2) Loss caused by or re- ing, unless: sulting from any of the 1) You did your best to following: maintain heat in the a) Wear and tear; building or structure;or b Rust, corrosion, 2) You drained the equipment and shut off fungus, decay, de- the water supply if the terioration, hidden heat was not main- or latent defect or tained. any quality in property that (d) Loss to or damage to: causes it to dam- age or destroy it- 1) Plumbing, heating, air self; conditioning, fire pro- tection systems, or c) Smog; other equipment or ap- d) Mechanical break- pliances; or down including 2) The interior of any rupture or bursting building or structure, or caused by cen- to personal property in trifugal force; the building or structure e Settling, cracking, caused by or resulting from rain, snow, sleet shrinking or ex- or ice, whether driven pansion; or by wind or not. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 8 of 15 c. Limit of Insurance Limits of Insurance, 5. Medical Pay- The Damage to Premises Rented to ments of this endorsement. You Limit as shown in the Declara- 6. Voluntary Property Damage and Care, tions is amended as follows: Custody or Control Liability Coverage (2) Paragraph 6. of SECTION III - a. Voluntary Property Damage Cov- LIMITS OF INSURANCE is erage hereby deleted and replaced by the following: We will pay for "property damage" to property of others arising out of op- 6. Subject to 5. above, the erations incidental to the insured's Damage to Premises business when: Rented to You Limit is the most we will pay under (1) Damage is caused by the in- COVERAGE A. BODILY sured; or INJURY AND PROPERTY (2) Damage occurs while in the in- DAMAGE LIABILITY, for sured's possession. damages because of "prop- erty damage" to premises With your consent, we will make while rented to you or tem- these payments regardless of fault. porarily occupied by you with permission of the b. Care, Custody or Control Liability owner, arising out of any Coverage one "occurrence" to which SECTION I - COVERAGES, COV- this insurance applies. ERAGE A. BODILY INJURY AND (3) The amount we will pay is lim- PROPERTY DAMAGE LIABILITY, ited as described in Section B. 2. Exclusions, j. Damage to Prop- Limits of Insurance, 3. Dam- erty, Subparagraphs (3), (4) and (5) age to Premises Rented to do not apply to "property damage" to You of this endorsement. the property of others described therein. 4. Supplementary Payments With respect to the insurance provided by Under SECTION I - COVERAGE, SUP- this section of the endorsement, the fol- PLEMENTARY PAYMENTS - COVER- lowing additional provisions apply: AGES A AND B: a. The Limits of Insurance shown in the a. Paragraph 2. is replaced by the fol- Declarations are replaced by the lim- lowing: its designated in Section B. Limits of Up to the limit shown in Section B. Insurance, 6. Voluntary Property Limits of Insurance, 4.a. Bail Bonds Damage and Cate, Custody or of this endorsement for cost of bail Control Liability Coverage of this bonds required because of accidents endorsement with respect to cover- or traffic law violations arising out of age provided this endorsement. the use of any vehicle to which the These tons aree inclusive of and not Bodily Injury Liability Coverage ap- in addition to the limits being re- placed. The Limits of Insurance plies. We do not have to furnish shown in Section B. Limits of Insur- these bonds. ance, 6. Voluntary Property Dam- b. Paragraph 4. is replaced by the fol- age and Care, Custody or Control lowing: Liability Coverage of this endorse- ment fix the most we will pay in any All reasonable expenses incurred by one "occurrence" regardless of the the insured at our request to assist number of: us in the investigation or defense of the claim or "suit", including actual (1) Insureds; loss of earnings up to the limit shown (2) Claims made or "suits" brought; in Section B. Limits of Insurance, 4.b. Loss of Earnings of this en- dorsement per day because of time (3) Persons or organizations making off from work. claims or bringing "suits". 5. Medical Payments b. Deductible Clause The Medical Expense Limit of Any One (1) Our obligation to pay damages Person as stated in the Declarations is on your behalf applies only to amended to the limit shown in Section B. the amount of damages for each "occurrence" which are in ex- Includes copyrighted material of Insurance GA 233 02 07 SeNces Office, Inc., with its permission. Page 9 of 15 cess of the deductible amount (1) Any person or organization de- stated in Section B. Limits of scribed in Paragraph 9.a.(2) be- Insurance, 6. Voluntary Prop- low (hereinafter referred to as ertyy Damage and Care, Cus- additional insured) whom you t0dy or Control Liability Cov- are required to add as an addi- erage of this endorsement. The tional insured under this Cover- limits of insurance will not be re- age Part by reason of: duced by the application of such deductible amount. (a) A written contract or agree- ment; or (2) Condition 2. Duties in the Event of Occurrence, Offense, (b) An oral agreement or con- Claim or Suit, applies to each tract where a certificate of claim or "suit" irrespective of the insurance showing that per- amount. son or organization as an additional insured has been (3) We may pay any part or all of issued, the deductible amount to effect settlement of any claim or "suit" is an insured, provided: and, upon notification of the ac- tion taken, you shall promptly re- (a) The written oral contract imburse us for such part of the or agreementt is: deductible amount as has been 1) Currently in effect or paid by us. becomes effective dur- ing7. 1180 Day Coverage for Newly Formed or the policy period; Acquired Organizations SECTION II - WHO IS AN INSURED is 2) Executed prior to an amended as follows: occurrence" offense in to which this insurance Subparagraph a. of Paragraph 4. is would apply;and hereby deleted and replaced by the fol- (b) They are not specifically lowing: named as an additional in- a. Insurance under this provision is af- sured under any other pro- forded only until the 180th day after vision of, or endorsement you acquire or form the organization added to, this Coverage or the end of the policy period, Part. whichever is earlier; (2) Only the following persons or 8. Waiver of Subrogation organizations are additional in- sureds under this endorsement, SECTION IV-COMMERCIAL GENERAL and insurance coverage pro- LIABILITY CONDITIONS, 9. Transfer of vided to such additional insureds Rights of Recovery Against Others to is limited as provided herein: Us is hereby amended by the addition of the following: (a) The manager or lessor of a premises leased to you with We waive any right of recovery we may whom you have agreed per have because of payments we make for Paragraph 9.a.(1) above to injury or damage arising out of your ongo- provide insurance, but only ing operations or "your work" done under with respect to liability aris- a written contract requiring such waiver ing out of the ownership, with that person or organization and in- maintenance or use of that cluded in the "products-completed opera- part of a premises leased to tions hazard". However, our rights may you, subject to the following only be waived prior to the "occurrence" additional exclusions: giving rise to the injury or damage for which we make payment under this Cov- This insurance does not ap- erage Part. The insured must do nothing ply to: after a loss to impair our rights. At our 1) Any "occurrence" which request, the insured will bring "suit" or takes place after you transfer those rights to us and help us en- cease to be a tenant in force those rights. that premises. 9. Automatic Additional Insured - Speck 2) Structural alterations, tied Relationships new construction or a. The following is hereby added to demolition operations SECTION II-WHO IS AN INSURED: performed by or on be- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 10 of 15 half of such additional solely for the pur- insured. pose of inspection, b An person or organization demonstration, O Y P 9 testing, or the from which you lease substitution of equipment with whom you parts under in- have agreed per Paragraph structions from the 9.a.(1) above to provide in- manufacturer, and suranee. Such person(s) or then repackaged organization(s) are insureds in the original con- solely with respect to their tainer; liability arising out of the maintenance, operation or e) Any failure to use by you of equipment make such inspec- leased to you by such per- tions, adjustments, son(s) or organizations(s). tests or servicing However, this insurance as the vendor has does not apply to any "oc- agreed to make or currence" which takes place normally under- after the equipment lease takes to make in expires. the usual course person or organization of business, in (c) Any P 9 connection with (referred to below as ven- the distribution or dor) with whom you have sale of the prod- agreed per Paragraph ucts; 9.a.(1) above to provide in- surance, but only with re- f) Demonstration, in- spect to "bodily injury" or stallation, servic- "property damage" arising ing or repair op- out of "your products" which erations, except are distributed or sold in the such operations regular course of the ven- performed at the dor's business, subject to vendor's premises the following additional ex- in connection with clusions: the sale of the 1) The insurance afforded product; the vendor does not g) Products which, apply to: after distribution or "Bodilyinjury" or sale by you, have a 1 ry been labeled or re- "property damage" labeled or used as for which the ven- a container, part or dor is obligated to ingredient of any pay damages by other thing or sub- reason of the as- stance by or for sumption of liabil- the vendor. ity in a contract or agreement. This 2) This insurance does exclusion does not not apply to any in- apply to liability for sured person or organi- damages that the zation: vendor would have in the absence of a) From whom you the contract or have acquired agreement; such products, or any ingredient, b) Any express war- part or container, ranty unauthorized entering into, ac- by you; companying or C An containing such Y physical or products; or chemical change in the product b) When liability in- made intentionally cluded within the by the vendor; ..products- completed completed opera- ) Repackaging, lions hazard" has unless unpacked Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 11 of 15 been excluded (f) Any person or organization under this Cover- with which you have agreed age Part with re- per Paragraph 9.a.(1)above sped to such to provide insurance, but products. only with respect to liability (d) Any state or political subdi- arising out of "your work" nal vision with which you have insured f ad y by or our agreed per Paragraph behalf. A person or organi- 9.a.(1) above to provide in- nation's status as an insured surance, subject to the fol- under this provision of this lowing additional provision: endorsement continues for This insurance applies only only the period of time re- with respect to the following quired by the written con- hazards for which the state tract or agreement, but in no or political subdivision has event beyond the expiration issued a permit in connec- date of this Coverage Part. tion with premises you own, If there is no written contract rent or control and to which or agreement, or if no pe- this insurance applies: riod of time is required by the written contract or 1) The existence, mainte- agreement, a person or or- nance, repair, construc- ganization's status as an in- tion, erection, or re- sured under this endorse- moval of advertising ment ends when your op- signs, awnings, cano- erations for that insured are pies, cellar entrances, completed. coal holes, driveways, manholes, marquees, (3) Any insurance provided to an hoist away openings, additional insured designated sidewalk vaults, street under Paragraph 9.a.(2): banners, or decorations (a) Subparagraphs (e) and (f) and similar exposures; does not apply to "bodily in- or jury" or "property damage" 2) The construction, erec- included within the "prod- tion, or removal of ele- ucts-completed operations vators; or hazard"; 3) The ownership, main- (b) Subparagraphs (a), (b), (d), tenance, or use of any (e)and(f) does not apply to elevators covered by 'bodily injury", "property this insurance. damage" or personal and advertising injury" arising (e) Any state or political subdi- out of the sole negligence or vision with which you have willful misconduct of the ad- agreed per Paragraph ditional insured or their 9.a.(1) above to provide in- agents, "employees" or any surance, subject to the fol- other representative of the lowing provisions: additional insured; or 1) This insurance applies (c) Subparagraph (f) does not only with respect to op- apply to "bodily injury", erations performed by "property damage" or "per- you or on your behalf sonal and advertising injury" for which the state or arising out of: political subdivision has issued a permit. 1) Defects in design fur- nished by or on behalf 2) This insurance does of the additional in- not apply to "bodily in- sured; or jury", "property dam- age" or "personal and 2) The rendering of, or advertising injury" aris- failure to render, any ing out of operations professional architec- pedormed for the state tural, engineering or or political subdivision. surveying services, in- cluding: Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 12 Of 15 a) The preparing, primary to other insurance approving or fail- available to the additional ing to prepare or insured except: approve maps, shop drawings, 1) As otherwise provided opinions, reports, in SECTION IV - surveys, field or- COMMERCIAL GEN- ders, change or- ERAL LIABILITY ders or drawings CONDITIONS, 5. and specifications; Other Insurance, b. and Excesslnsurance; or b) Supervisory, in- 2) For any other valid and spection, architec- collectible insurance tural or engineer- available to the addi- ing activities. tional insured as an additional insured by 3) "Your work" for which a attachment of an en- consolidated (wrap-up) dorsement to another insurance program has insurance policy that is been provided by the written on an excess primecontractor-project basis. In such case, manager or owner of the coverage provided the construction project under this endorsement in which you are in- shall also be excess. volved. (2) Condition 11. Conformance to b. Only with regard to insurance pro- Specific Written Contract or vided to an additional insured desig- Agreement is hereby added: nated under Paragraph 9.a.(2) Sub- paragraphSpecific (f) above, SECTION III . Written Contract or LIMITS OF INSURANCE is amended to include: Agreement The limits applicable to the additional With respect to additional insured are those specified in the insureds described in Para- written contract or agreement or in graph 9.a.(2)(f)above only: the Declarations of this Coverage If a written contract or Part, whichever are less. If no limits are specified in the written contract or agreement between you agreement, or if there is no written and the additional insured contract or agreement, the limits ap- specifies that coverage for plicable to the additional insured are the additional insured: those specified in the Declarations of a. Be provided by the In- this Coverage Part. The limits of in- surance Services Office surance are inclusive of and not in additional insured form addition to the limits of insurance number CG 20 10 or shown in the Declarations. CG 20 37 (where edi- c. SECTION IV - COMMERCIAL GEN- tion specified); or ERAL LIABILITY CONDITIONS is b. Include coverage for hereby amended as follows: completed operations; (1) Condition 5. Other Insurance is or amended to include: c. Include coverage for (a) Where required by a written "your work"; contract or agreement, this and where the limits or oov- insurance is primary and / erage provided to the addi- or noncontributory as re- tional insured is more re- spects any other insurance strictive than was specifi- policy issued to the addi- cally required in that written tional insured, and such contract or agreement, the other insurance policy shall terms of Paragraphs be excess and /or noncon- 9.a.(3)(a), 9.a.(3)(b) or 9.b. tributing, whichever applies, above, or any combination with this insurance. thereof, shall be interpreted (b) Any insurance provided by as providing the limits or this endorsement shall be coverage required by the terms of the written contract Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 13 of 15 or agreement, but only to (c) Persons or organizations the extent that such limits or making claims or bring coverage is included within "suits". the terms of the Coverage Part to which this endorse- (2) Deductible Clause ment is attached. If, how- (a) Our obligation to pay dam- ever, the written contract or ages on your behalf applies agreement specifies the In- only to the amount of dam- surance Services Office ad- ages for each "occurrence" ditional insured form num- which are in excess of the ber CG 20 10 but does not Deductible amount stated in specify which edition, or Section B. Limits of Insur- specifies an edition that ance, 11. of this endorse- does not exist, Paragraphs ment. The limits of insur- 9.a.(3)(a) and 9.a.(3)(b) of ance will not be reduced by this endorsement shall not the application of such De- apply and Paragraph 9.b. of ductible amount. this endorsement shall ap- ply (b) Condition 2. Duties in the Event of Occurrence, Of- 10. Broadened Contractual Liability-Work fense, Claim or Suit, ap- Within 50'of Railroad Property plies to each claim or "suit" It is hereby agreed that Paragraph f.(1)of irrespective of the amount. Definition 12. "Insured contract' (SEC- TION V-DEFINITIONS) is deleted. (c) We may pay any part all of the deductible amount to 11. Property Damage to Borrowed Equip- effect settlement of any ment claim or"suit" and, upon no- tification of the action taken, a. The following is hereby added to Ex- you shall promptly reim- clusioni j. Damage to Proper of burse us for such part of the Paragraph 2., Exclusions of EC- deductible amount as has TION I -COVERAGES, COVERAGE been paid by us. A. BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY: 12. Employees as Insureds - Specified Health Care Services Paragraphs (3) and (4) of this exclu- sion do not apply to tools or equip- Y 9 ment loaned to you, provided they 2.a.(1)(d) of SECTION li - WHO IS AN are not being used to perforrn opera- INSURED, does not apply to your "em- tions at the time of loss. ployees" who provide professional health care services on your behalf as duly li- b. With respect to the insurance pro- censed, vided by this section of the endorse- ment, the following additional provi- a. Nurses; sions apply: b. Emergency Medical Technicians; or (1) The Limits of insurance shown in c. Paramedics, the Declarations are replaced by the limits designated in Section in the jurisdiction where an "occurrence" B. Limits of Insurance, 11. of or offense to which this insurance applies this endorsement with respect to takes place. coverage provided by this en- dorsement. These limits are in- 13. Broadened Notice of Occurrence clusive of and not in addition to Paragraph a. of Condition 2. Duties in the limits being replaced. The the Event of Occurrence, Offense, Limits of Insurance shown in Claim or Suit (SECTION IV-COMMER- Section Limits of Insurance, CIAL GENERAL LIABILITY CONDI- 11. of this endorsement fix the TIONS) is hereby deleted and replaced currence" regardless of the most will pay i any one " by the following: h number of: a. You must see to it that we are noti- (a) Insureds; fied as soon as practicable of an "oc- currence" or an offense which may (b) Claims made or "suits" result in a claim. To the extent pos- brought; or sible, notice should include: (1) How, when and where the "oc- currence" or offense took place; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 14 of 15 (2) The names and addresses of This requirement applies only when any injured persons and wit- the 'occurrence" or offense is known nesses; and to an "authorized representative". (3) The nature and location of any injury or damage arising out of the "occurrence" oroffense. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission. Page 15 of 15 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1 -1 1-02 Bid Procedures and Conditions.......................................... 1 -2 1-03 Award and Execution of Contract....................................... 1 -5 1 -04 Scope of the Work .......................................................... 1 -5 1 -05 Control of Work ............................................................... 1-7 1 -06 Control of Material .......................................................... 1-12 1 -07 Legal Relations and Responsibilities to the Public................. 1 -14 1 -08 Prosecution and Progress ................... 1 -19 1 -09 Measurement and Payment .............................................. 1 -23 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control .—,.... .....-... .... 8-1 8-34 Pump Station Upgrades ..................................................... 8-4 TECHNICAL SPECIFICATIONS ......................................................... A-1 GEOTECHNICAL MEMORANDUM ...................................................... A-2 KENT STANDARD PLANS ................................................................. A-3 PREVAILING WAGE RATES.............................................................. A-4 Kent Springs & PS 4 Upgrades/Bond April 11, 2018 Project Number: W20033 KEINT SPEC I AL PROV I S I OILS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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. VJ ILA 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 /S SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and Kent Springs & PS 4 Upgrades/Bond 1 - 1 April 11, 2018 Project Number: W20033 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions including the Technical Specifications in Appendix A-1 , 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 BYADDING 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. 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 Kent Springs & PS 4 Upgrades/Bond 1 - 2 April 11, 20118 Project Number: W20033 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, 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 Ken tW A. v/doij _g_bus neg/gbic15- pimocui_ernera; 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 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 Kent Springs & PS 4 Upgrades/Bond 1 - 3 April 11, 2018 Project Number: W20033 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: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 1 irregular Proposals a. The bidder is not prequalified when so required, Kent Springs & PS 4 Upgrades/Bond 1 - 4 April 11, 2018 Project Number W20033 SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3, The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION. 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any Kent Springs & PS 4 Upgrades/Bond 1 - 5 April 11, 2018 Project Number: W20033 other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions including the Technical Specifications 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: 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. Kent Springs & PS 4 Upgrades/Bond 1 - 6 April 11, 2018 Project Number: W20033 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. DIVISION 1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and Kent Springs & PS 4 Upgrades/Bond 1 - 7 April 11, 2018 Project Number: W20033 6:00 PM, Monday through Friday, except holidays as listed in Section 1 - 08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. Kent Springs & PS 4 Upgrades/Bond 1 - 8 April 11, 2018 Project Number W20033 SECTION 1-05.6 IS REVISED BY ADDING THE FOLLOWING 1-05.6 Inspection of Work and Materials Special Inspection: Special inspections shall be performed where required in the Contract documents and the following items: 1 . Rebar installation; 2. Field welding; 3. Structure foundation and anchors; 4. Cement concrete testing; and 5. Other items identified by the Engineer. The Contracting Agency is responsible for contracting with a firm to perform such inspections. The Contractor shall request for special inspections in writing through the Engineer. Special inspection shall occur no sooner than two full working days after the Contractor's written request is received by the Engineer. No increase in compensation will be allowed because of delay in performing special inspection. SECTION 1-05.8 IS REVISED BYADDING THE FOLLOWING: 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 Kent Springs & PS 4 Upgrades/Bond 1 - 9 April 11, 201B Project Number: W20033 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. 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. Kent Springs & PS 4 Upgrades/Bond 1 - 10 April 11, 2018 Project Number: W20033 SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed 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 1S 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. SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED /N 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 /S 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: Kent Springs & PS 4 Upgrades/Bond 1 - 11 April 11, 2018 Project Number: W20033 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-ns CONTROI. OF MATERIAL SECTION 1-06.2(2) IS DELETED /N ITS ENTIRETY, 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 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 (I 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 Kent Springs & PS 4 Upgrades/Bond 1 - 12 April 11, 2018 Project Number: W20033 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 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 Kent Springs & PS 4 Upgrades/Bond 1 - 13 April 11, 2018 Project Number: w20033 the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. 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 BYDELETING THE SECOND PARAGRAPHAND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Kent Springs & PS 4 Upgrades/Bond 1 - 14 April 11, 2018 Project Number: W20033 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:. • General Structure #RA13-2172550 • Accessory Structure #RA13-2172555 • Retaining Wall Permit #RA11-2172556 Fuel Tank Permit #RA11-2172554 SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: 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. Kent Springs & PS 4 Upgrades/Bond 1 - 15 April 11, 2018 Project Number: W20033 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. 1-07.131 Repair of Damage SECTION 1-07. 14 IS REVISED BYADDING 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 bid items for mobilization, demobilization, site prepration and clean-up include preparation and implementation of project specific Spill Prevention, Control, and Countermeasure Plan (SPCC Plan), it shall include all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specification. 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: 1-07.171 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 Kent Springs & PS 4 Upgrades/Bond 1 - 16 April 11, 2018 Project Number: W20033 underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Centuryl-ink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) P d Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Bonneville Power Administration Scott Christenson (BPA) 425-636-6046 Jill Gaston 425-471-1079 (cell) (253) 631-9154 Kent Springs & PS 4 Upgrades/Bond l - 17 April 11, 2018 Project Number W20033 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 1-07.23 IS REVISED BY ADDING THE FOLLOWING SECTION: 1-07.23(3) Working Under Bonneville Power Administration (BPA) Powerlines — Kent Springs Project Site The following conditions apply at the Kent Springs project location: 1 . Maintain a minimum distance of 26 feet between construction equipment and transmission line conductors. 2. Storage of flammable materials or refueling of vehicles/equipment is prohibited within the BPA easement area. 3. Nuisance shocks may occur within the BPA area. Grounding metal objects helps to reduce the level of shock. 4. Access to transmission line structure by BPA's maintenance crews shall not be interfered with or obstructed. 5. Restore BPA's easement area to its pre-construction condition, or better following construction. 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. Kent Springs & PS 4 Upgrades/Bond 1 - 18 April 11, 2018 Project Number. W20033 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. Kent Springs & PS 4 Upgrades/Bond 1 - 19 April 11, 2018 Project Number: W20033 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 7:00 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 7:00 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 7:00 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 Kent Springs & PS 4 Upgrades/Bond 1 - 20 April 11, 2018 Project Number: W20033 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. Kent Springs & PS 4 Upgrades/Bond 1 - 21 April 11, 2018 Project Number N/20033 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. Kent Springs & PS 4 Upgrades/Bond 1 - 22 April 11, 2018 Project Number: W20033 SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 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. 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 Kent Springs & PS 4 Upgrades/Bond 1 - 23 April 11, 2018 Project Number: W20033 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. Kent Springs & PS 4 Upgrades/Bond 1 - 24 April 11, 2018 Project Number W20033 01VISION 8 - MISCELLANEOUS CONSTRUCTION 8=01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), Kent Springs & PS 4 Upgrades/Bond 8 - 1 April 11, 2018 Project Number W20033 except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48,080 Discharge of pollutants in waters prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01 .3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater Kent Springs & PS 4 Upgrades/Bond 8 - 2 April 11, 2018 Project Number: W20033 General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. SECTION B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Seed shall be placed at the rate specified in the Special Provisions or as designated by the Engineer. The Contractor shall notify the Engineer not less than 24 hours in advance of any seeding operation and shall not begin the Work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, seeding of the approved slopes shall begin immediately. Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hand seeding is the only approved method unless other methods are otherwise approved by the Engineer. The seed shall be incorporated into the top '/4 inch of soil by hand raking or other method that is approved by the Engineer. Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Fertilizer shall not be used on this project. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways and well head and shall be limited within the area of property where construction is planned. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and Kent Springs & PS 4 Upgrades/Bond 8 - 3 April 11, 2018 Project Number: W20033 chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-34 PUMP STATION UPGRADES 8-34.1 Description This work shall consist of furnishing, installing and testing, complete and in-place, all pump station upgrades and site improvements as shown on the plans and described in the specifications. 8-34.2 Materials All labor, materials, tools, supplies, and equipment used for this work shall be furnished by the Contractor. 8-34.3 Construction Requirements See Technical Specifications in Appendix A-1 . 8-34.3(1) Operation and Maintenance Manuals and Part Lists A. Provide four (4) complete sets of operation and maintenance manuals and parts list for all equipment furnished under this Contract. Comply with the detailed requirements in Technical Specification sections. Include instructions for delivery, storage, assembly, installation, lubrication, adjusting, startup, operation and maintenance. 1 . For all equipment include: a. Startup instructions. b. Normal operation instructions. c Troubleshooting instructions. d. Lubrication instructions. e. Maintenance and reinstallation instructions. f. Parts identification. g. List of spare parts recommended to have on hand. h. Operator safety instructions. i. Recommended preventative maintenance procedures and schedules. Schedule shall be provided for daily, weekly, monthly, quarterly, semi- annually and annual maintenance. j. Name, location, and telephone number of the nearest suppliers and spare parts warehouses. Kent Springs & PS 4 Upgrades/Bond 8 - 4 April 11, 2018 Project Number: W20033 2. For all Electrical Equipment, provide the following additional information: a. Equipment ratings. b. Calibration curves and rating tables if appropriate. c. Date of manufacturer and date of installation on job site. d. Complete as-built elementary wiring and one-line diagrams. e. Complete parts list, by generic title and identification number, complete with exploded views of each assembly. 3. For Complex Equipment provide in addition: a. Alternate specified operating modes. b. Emergency shutdown instructions. c. Normal shutdown instructions. d. Long-term shutdown instruction. 4. Operation and maintenance manuals for systems composed of separate pieces of equipment, shall include a system explanation of items 1 , a, b, and c, and 3a through c, as well as the instructions for each separate piece of equipment. B. Submit at least 15 days prior to Startup and Training. C. Provide the number of copies specified. Bind each copy in one or more "D" ring, 8-1/2 x 11, 3-ring binders with clear view spine and cover, Avery E-Z — D View Binder; K&M; or equal. Prepare Titles for the spine and cover and a Table of Contents listing each piece of equipment. Organize the contents by Specification Section and paragraph number under which the equipment was specified. Provide labeled tab separators for each major item or group of smaller similar items. When standard manufacturer's literature is used highlight or mark all copies to shop specific items and options provided. D. Each manual shall include a neatly typewritten Title Page/Cover Sheet showing: 1 . Identification of equipment covered by the manual by providing the process name and equipment tag numbers as shown on the Contract Drawings or provided by the Engineer, and the Specification Section and paragraph. 2. Name of responsible principal, address, telephone number, and area of responsibility of: a. Contractor b. Subcontractor or installer c. Product manufacturer d. Nearest service center or maintenance contractor, as appropriate e. Nearest source of supply for parts, materials, supplies, or replacement products E. Printed and typewritten sheets shall be standard 81/2 inch x 11 inch size, conforming to the following: 1 . Paper shall be white with standard three hole punch pattern, with Kent Springs & PS 4 Upgrades/Bond 8 - 5 April 11, 2018 Project Number: W20033 punched edges of each sheet of final submittals reinforced with plastic, cloth, or metal. 2. All text shall be manufacturer's original printed sheets or neatly typewritten pages. 3. Drawings that are standard 81/2 inch x 11 inch size shall also have standard three hole punch pattern with punched edges of each sheet of final submittals reinforced with plastic cloth or metal. Drawings larger than standard 81/2 inch x 11 inch size shall be folded and inserted into standard three hole punch pattern, 8112 inch x 11 inch size, 0.0035 gauge pocket plastic sheet protectors,. 4. All diagrams, drawings, and illustrations shall be of original quality, reproducible by the dry copy method. F. Electronic O&M Manual. Provide one electronic copy of all portions of the manual in Adobe Acrobat PDF format on CD-ROM appropriately labeled and numbered in sequence. Bookmark the file to identify items per manual's Table of Contents. Provide an additional copy of the drawing portion of the manual in AutoCAD format, appropriate labeled and numbered in sequence, along with a text file (*.txt) giving the pen assignments to be used in plotting. 8-34.3(2) Manufacturer's Certificates A. Submit three (3) copies of manufacturers' certificate to Engineer for review. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. Certificates may be recent or previous test results on material or Product, but must be acceptable to the Engineer. 8-34.4 Measurement The following lump sum items shall be for providing a complete operational system. No specific unit of measurement shall apply to the following lump sum items: "Kent Springs - Mobilization, Demobilization, Site Preparation and Clean-up" "Kent Springs - Site Work" "Kent Springs - Structural" "Kent Springs - Electrical" "Kent Springs - Automatic Control" "Pump Station No. 4 - Mobilization, Demobilization, Site Preparation and Clean-up" "Pump Station No. 4 - Site Work" "Pump Station No. 4 - Structural" "Pump Station No. 4 - Electrical" "Pump Station No. 4 - Automatic Control" 8-34.5 Payment Bid items included in the Proposal shall be paid as described herein, superseding any conflicting provisions of this Contract, the WSDOT Standard Specifications, Amendments to the WSDOT Standard Kent Springs & PS 4 Upgrades/Bond 8 - 6 April 11, 2018 Project Number: W20033 Specifications, General Special Provisions, Technical Specifications, and other sections of the Kent Special Provisions. For further description and requirements of the work and material, see the appropriate portion of the WSDOT Standard Specifications, Amendments to the WSDOT Standard Specifications, General Provisions, Technical Specifications, and Kent Special Provisions. Items of work necessary to carry out the Work, including labor, materials, equipment, tools and supplies not listed as specific bid item are considered incidental to the various items in the proposal. Payment will be made for each of the following Bid items that are included in the Proposal and shall be for providing a complete and operational system: The lump sum contract price for "Kent Springs - Mobilization, Demobilization Site shall be full pay for all costs for furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare and implement a project specific Spill Prevention, Control, and Countermeasures Plan (SPCC Plan); prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing and startup; move all personnel and equipment off site after contract completion, and provide as-built data; cleanup site prior to final acceptance; accomplish all other items of work not specifically listed in other divisions; and all work as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . No more than 80 percent of bid amount for this item will be paid before Substantial Completion Date. The lump sum contract price for "Kent Springs - Site Work" shall be full pay for all costs for providing all site work relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: surveying and construction staking, structure excavation, backfill, and compaction; site grading and paving; temporary construction fencing; temporary erosion and sedimentation control; ecology block installation; disposal of excess material; control of water; landscaping; trenching; excavation; removal of unsuitable materials; select bedding; backfill; appurtenances; dewatering; restoration for underground utilities including electrical; tree and vegetation removal; and all other work necessary for a complete installation of all sitework and underground utilities as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . The lump sum contract price for "Kent Springs - Structural" shall be full pay for all costs for providing all materials, equipment, tools, supplies and labor necessary for constructing the generator and electrical shelter structures, elevated walkways, and all other structural work as shown on the Plans and as described in the Technical Specifications included in Kent Springs & PS 4 Upgrades/Bond 8 - 7 April 11, 2018 Project Number: W20033 Appendix A-1 , including but not limited to: surveying and construction staking, cast-in-place concrete, pre-cast concrete, miscellaneous metal work, ceilings, insulation, carpentry, roof, waterproofing, patching, repairing, and testing. The lump sum contract price for "Kent Sorings - Electrical" shall be full pay for all costs for providing all labor, materials, equipment, tools, supplies, and coordination necessary for the electrical work as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . The lump sum contract price for "Kent Sprin s - Automatic Control" shall be full pay for all costs for providing all labor, materials, equipment, tools, supplies, and coordination necessary for the automatic control work as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . The lump sum contract price for "Pump Station No. 4 - Mobilization, Demobilization, Site Preparation and Clean-up" shall be full pay for all costs for furnishing, installing and testing, complete and in-place, all work and materials necessary to: move and organize equipment and personnel onto the job site; secure job site; provide and maintain necessary support facilities; obtain all necessary permits and licenses; prepare and implement a project specific Spill Prevention, Control, and Countermeasures Plan (SPCC Plan); prepare site for construction operations; maintain site and surrounding areas during construction; provide system testing and startup; move all personnel and equipment off site after contract completion, and provide as-built data; cleanup site prior to final acceptance; accomplish all other items of work not specifically listed in other divisions; and all work as shown on the Plans and as described in the Technical Specifications included in Appendix A- l . No more than 80 percent of bid amount for this item will be paid before Substantial Completion Date. The lump sure contracL price for "Punlu SLaLiorl No. 4 - Site Work" shall be full pay for all costs for providing all site work relating to construction of improvements as shown on the Plans and specified herein. Work includes, but is not limited to: surveying and construction staking, structure excavation, backfill, and compaction; site grading and paving; temporary construction fencing; permanent fencing; temporary erosion and sedimentation control; disposal of excess material; control of water; landscaping; trenching; excavation; removal of unsuitable materials; select bedding; backfill; appurtenances; dewatering; restoration for underground utilities including electrical; tree and vegetation removal; and all other work necessary for a complete installation of all sitework and underground utilities as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . The lump sum contract price for "Pump Station No. 4 - Structural" shall be full pay for all costs for providing all materials, equipment, tools, supplies, and labor necessary for constructing the generator concrete pad, concrete retaining wall, and all other structural work as shown on Kent Springs & PS 4 Upgrades/Bond 8 - 8 April 11, 2019 Project Number W20033 the Plans and as described in the Technical Specifications included in Appendix A-1, including but not limited to: surveying and construction staking, cast-in-place concrete, pre-cast concrete, miscellaneous metal work, ceilings, insulation, carpentry, roof, waterproofing, patching, repairing, and testing. The lump sum contract price for "Pump Station No. 4 - Electrical" shall be full pay for all costs for providing all labor, materials, equipment, tools, supplies, and coordination necessary for the electrical work as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . The lump sum contract price for "Pump Station No 4 - Automatic Control" shall be full pay for all costs for providing all labor, materials, equipment, tools, supplies, and coordination necessary for the automatic control work as shown on the Plans and as described in the Technical Specifications included in Appendix A-1 . Kent Springs & PS 4 Upgrades/Bond 8 - 9 April 11, 2016 Project Number: W20033 TECHN I CAL SPEC I, F I CAT I ONS Appendlix A- 1 The following specifications, written in 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. Kent Springs & PS 4 Upgrades/Bond A - 1 April 11, 2018 Project Number: W20033 CITY OF KENT KING COUNTY, WASHINGTON TECHNICAL SPECIFICATIONS FOR Kent Springs and Pump Station No. 4 Upgrades PROJECT NO. 117.005 Summer/Fall 2018 7'HACI NIfWTOP'PUI)j )OOIJII NV ',1VaAMEANS OF PR(1fIYI[I)NAL SI,RM,E,1,PROThCIED BY 17 USX, d10t IITSEQ. AS SUCH, I'1 SHALL NCI BL USED, IN VJIO1J. OR IN PART, YOR. AN1 OIHF'.R PROjFC[ OR PURPOSE Wi HOA T WRI'FIEN AO'L'IIORIYA['IONPRI)MRI12UNC.INI.riRiNG 92018R112LNGINI?P,RIN7;, INC. k1\1,I0/,, V Wnxyf �C1 wnsr/rJ� 45317 �• 26�J7A , gS/C7Vrni.F'i1,'a�'�� 4�,�Si{)N�14��`��X �� 03-23-2018 03-23-2018 Prepared by: RH2 Engineering, Inc. 22722 291h Drive SE, Suite 210 CNcsIN@Erss Bothell, WA99021 — 4 N � Iti N N—I Ci T S S C T (p) (425) 951-5400 (t) (425) 951-5401 SC . SECTION 01010 SUMMARY OF WORK AND CONTRACT CONSIDERATIONS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work generally consists of replacing two motor starters and integrating an existing portable generator and other electrical and site work at the at the Pump Station No. 4 site and replacing two pump control panels and installing an exterior rated standby diesel generator, construction of a shelter and other electrical work and site work at the Kent Springs site as stated in the bid documents. 1.02 WORKSEQUENCE A. Construct work in phases to accommodate Owner's continued use and operation of existing facilities. Coordinate construction schedule with Engineer. Due to the length in delivery time of the generator at Kent Springs, Schedule A— Kent Springs construction will lag behind the Schedule B —Pump Station No. 4 construction. Equipment delivery times at Kent Springs will not be cause for delay at Pump Station No. 4. The Pump Station No. 4 construction shall be completed in advance of completing construction at Kent Springs including startup and testing. At Pump Station No. 4 refer to the electrical construction phasing plan on sheet 17 for downtime requirements. At Kent Springs the downtime requirements are as follows: • A maximum of one (1) calendar day of downtime is allowed at the chlorination building for disconnecting power to Panel P2 and connecting the manual transfer switch and generator receptacle. The new manual transfer switch and generator receptacle at the chlorination building shall be operational prior to the power shut downs described below for the other Kent Springs locations. • A maximum of two (2) consecutive calendar days of downtime is allowed for relocating the secondary power service to the new electrical service pedestal including relocation of the existing current transformer and utility metering equipment from the existing electrical service pedestal. At the completion of this downtime period, power shall be restored to the control building via the new sub- feed, Well No. 3, and the chlorination building. • A maximum of two (2) consecutive calendar days of downtime is allowed for removing the existing Well No. 3 Variable Frequency Drive and connecting, testing, and starting up the new Well No. 3 Variable Frequency Drive. The downtime of Well No. 3 shall occur simultaneously to the electrical service pedestal shutdown so that when power is restored to the site, Well No. 3 is operational with the new Variable Frequency Drive. • A maximum of one (1) calendar day of downtime is allowed for disconnecting of the existing automatic transfer switch at the control building and energizing existing Panel P1 so that power to the chlorination building is restored. With the exception of this allowed one day of downtime, power to the existing Panel P1 along with the existing 5 KVA transformer and lighting Panel L1 in the control building shall be maintained at all times throughout construction. Panel L1 feeds power to telemetry and an intertie with the City of Tacoma that must have power at all times. The Contractor shall provide and install a temporary portable generator for maintaining power to these panels at all times. Reuse of the existing 65 KW generator at the site will not be allowed due to the sound level of the existing generator. The temporary portable generator shall have a sound attenuated enclosure with a rating of 75 dB at 23 feet. Contractor shall provide and install temporary power cables as necessary for maintaining power to these panels throughout construction. • A maximum of fourteen (14) consecutive calendar days of downtime is allowed for removing the existing electrical and control equipment at the control building and installing the new electrical and control equipment including startup and testing. The Contractor shall coordinate with the Engineer to provide 14 calendar days' notice prior to beginning each downtime. Contractor shall have all required permits and materials in his possession prior to commencing work during this downtime period. Contractors bid shall include the cost of premium time to perform work on weekends or outside of normal working hours and more than one shift to complete said work in this time frame including successfully passing all required inspections. 1.03 CONTRACTOR'S USE OF SITE AND OWNERS CONTINUED OPERATIONS A. The Contractor shall confine his use of the site for work and storage to the limits shown on the Drawings and imposed by any permits. The Contractor's use of adjacent lands and roads for access to move onto and off of the site and for daily access of works, material and equipment shall be arranged and scheduled to minimize interference with the Owner's continued operations. B. The Owner intends to continue operation of its existing facilities throughout the construction period, except for the time period described in 01010.1.02.A. The Contractor shall plan and schedule its work to minimize impacting both the Owner's continued operations and shall, at all times, maintain safe access for the Owner's operating personnel and equipment. Contractor shall not block access to private property. C. The Contractor shall be responsible for maintaining safe emergency exiting for the Owner's, Engineer's, and Contractor's personnel and private property owners in all areas affected by the Contractor's work. D. If operation of the Owner's existing facilities are adversely affected by the Contractor's work, the Owner may suffer a financial loss and may make a claim against the Contractor to recover its loss. 1.04 DOCUMENTING EXISTING CONDITIONS A. Prior to commencing the Work, tour the site with the Owner. Examine and document photographically and in writing the condition of existing buildings, paving, equipment, improvements, and landscape planting on or adjacent to the site. This record shall serve as a basis for determination of subsequent damage due to the Contractor's operations and shall be signed by all parties making the tour. Record existing conditions on a Video Tape. Provide the Owner with a copy of the tape and written observations of the conditions prior to starting work. 1.05 SHUTDOWN OF EXISTING UTILTIES, SERVICES OR OPERATIONS A. Obtain the Owner's approval at least 72 hours prior to the shutdown of any utility, service, or operation of any existing facility. However, a minimum of 14 days notice shall be provided requesting approval to shut down the PSE power source at either site (see 01010.1.02.A). Give required notice and make appropriate arrangements with utility owners and other affected parties prior to shutdown of any utility service. The Contractor's Bid shall include the cost of premium time to perform work requiring utility shutdowns on weekends or outside of normal work hours. B. Schedule utility service of operation shutdowns for periods of minimum use and at the Owner's convenience. Have all required material, equipment, and workers on site prior to beginning any work involving a possible shutdown. Perform work as required to reduce shutdown time to the minimum. In some cases, this may require increased numbers of workers and/or premium time, night, or weekend work. The Contract Price shall include the cost of additional workers and premium time work required to minimize the impact of utility service or operations shutdowns. C,. Coordinate any shutdown with the service utility, Owner, and the Engineer. Submit a detailed plan for proposed shutdown with estimated time to the Engineer for favorable review at least 14 calendar days before shutdown. 1.06 SCHEDULE OF VALUES A. Submit the Schedule of Values at least 20 calendar days prior to the first application for payment. B. The Contractor's Schedule of Values shall be in a form acceptable to the Engineer and have at least the following level of detail: a separate line item for each technical specification section, for site mobilization, for Construction Scheduling, for bonds and insurance, for final cleanup and for final deliverables. Subdivide final deliverables into: Record Drawings; Operation and Maintenance Manuals with Parts Lists; and Special Guarantees. Include the appropriate specification section and paragraph number for each line item. Subdivide major trades or portions of the work into multiple line items that relate to the bid items to aid monthly progress evaluations in accordance with the following example: Concrete Work Foundations Slab on grade Standby generator & fuel tank Generator structure Elevated generator walkways Trenching & Conduit Generator Receptacle Motor Soft-Starters Variable Frequency Drives Pump Control Panel Automatic Transfer Switch Paving, etc. C. Uniformly pro-rate overhead and profit over all items in the Schedule of Values. The Schedule of Values shall represent the actual cost of each segment of the work and shall not allocate higher costs, overhead or profit to work items scheduled for early completion. Revise and resubmit the Schedule of Values, if the Engineer objects to the allocation of cost or the level of detail provided. 1.07 CONTRACT MODIFICATIONS A. Methods of modifying the Contract Documents are covered in the Standard Specifications Section 1-04.4 Changes as modified by the Kent Special Provisions. B. The following documents may be used by the Engineer: 1. Request for Quotation: Issued by the Engineer, a Request for Quotation is used to describe a proposed change and requests a cost quotation from the Contractor but does not authorize a change in the Work or in the Contract Time or Price. 2. Change Order: Signed by the Engineer signifying its recommendation, and signed by the Contractor and Owner signifying their acceptance, a Change Order changes the Scope of Work and possibly the Contract Price and/or Contract Time. 3. Work Directive Change: Signed by the Owner (and in some cases by the Contractor) signifying their acceptance and issued by the Engineer, a Work Directive Change is used: (1) to direct the Contractor to do extra work on a cost accounting basis with a fixed maximum sum when the Owner and Contractor have not agreed on the price and time for the change, and (2) to direct the Contractor to do work that the Contractor contends is not included in the contract scope. Work done under case 1 will be converted to a Change Order when the Contractor and Owner agree on the change in price and time. The Contractor may make a claim under the Standard Specifications as modified by the Kent Special Provisions for recovery of cost and time extension for work done under case Z but if the claim is denied because the work is determined to be included in the contract scope, then the Contract Time and Price will not be changed. Work done under both cases 1 and 2 shall be done in accordance with the requirements for work done on a cost accounting basis described in the Kent Special Provisions. 4. Response to Request for Information: Issued by the Engineer, a Response to Request for Information is used to order or document minor changes in the work consistent with the intent of the Contract Documents and NOT involving a change in price or time. Information issued on a Response to Request for Information shall NOT authorize a change in Contract Price or Contract Time and shall not be considered a Constructive Change Order. If the Contractor considers that a Response to Request for Information would cause a change in Contract Price or Time, it shall notify the Engineer in writing within 5 working days of receipt of the Response to Request for Information and shall not proceed with the work. 5. The Contractor hereby expressly waives any claim or right to make a claim for an increase in contract time or price without written notice to the Engineer of the Contractor's intent to make a claim 5 days prior to proceeding to execute the work or portion thereof giving rise to such claim. 6. The Contractor agrees that it shall not consider any Response to Request for Information, order, instruction, clarification, suggestion or any other communication either written or oral, given intentionally or unintentionally by the Engineer, Owner or any other person as authorization or direction to do any work that would cause a change in contract Time or Price unless it is a formal written Change Order or Work Directive Change signed by the Owner. 1.08 REGULATORY REQUIREMENTS A. The codes and regulations adopted by the State and other governmental authorities having jurisdiction shall establish minimum requirements for this project. This project shall comply with the most recent publication of those identified in Kent Provisions 1-01.3. B. The latest edition of the requirements in effect at the date of submission of bids shall apply. C, The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations, codes, and lawful orders of public authorities bearing on furnishing and performing the Work. D. Before starting work, the Contractor shall carefully study and compare the Contract Documents with each other and with existing site conditions and field measurements. The Contractor shall immediately report any discovered deficiencies including code violations to the Engineer, in writing. The Contractor is not responsible for finding all deficiencies but will be held responsible for construction required to correct deficiencies or code violations that the Contractor had knowledge of or should reasonably have had knowledge of and did not report to the Engineer in writing. Report deficiencies prior to proceeding with the Work. E. Paragraphs addressing Pre-Engineered Systems and Performance Specifications in other Sections cover the Contractor's responsibility to comply with code requirements when (1) performance specifications are used to describe all or portions of Work or items and (2) when pre-engineered (contractor designed) systems are specified. F. In cases where the Contract Documents are more restrictive than applicable codes, the Contractor shall comply with the Contract Documents. 1.09 REFERENCE STANDARDS A. When these specifications state that Work or tests shall conform to specific provisions in a referenced standard, specification, code, recommendation, or manual published by an association, organization, society, or agency the referenced provisions shall be considered a part of these specifications as fully as if included in total. When these specifications or applicable codes contain higher or more restrictive requirements than those contained in referenced standards these specifications or applicable codes shall govern. B. The latest edition of a referenced standard published at the time of submission of bids shall apply unless a specific date for the referenced standard is cited in these specifications. C. Provisions in referenced standards, specifications, manuals, or codes shall not change the duties and responsibilities between any of the parties involved in this work from those described in the Contract Documents. Provisions in referenced standards with regard to measurement and payment shall not apply to this Work unless specifically cited. 1.10 SPECIFICATION LANGUAGE AND STYLE A, Many parts of the Specifications as well as notes on the Drawings are written in the active voice and are addressed to the Contractor. 1. When words or phrases requiring an action or performance of a task are used, it means that the Contractor shall provide the action or perform the task. For example: provide, perform, install, furnish, erect, connect, test, operate, adjust, or similar words mean that the Contractor shall perform the action or task referred to. 2. When words or phrases requiring selection, acceptance, approval, review, direction, designation, or similar actions are referred to, it means that such actions are the Owner's or the Engineer's prerogative and that the Contractor must obtain such action before proceeding. B. Requirements in the Specifications and Drawings apply to all work of a similar type, kind, or class even though the work "all" or"typical" may not be stated. 1.11 DEFINITIONS A. The following terms, when used in the Contract Documents, shall have the meanings listed: ACCEPTABLE "acceptable to the Engineer" PERFORM "perform all operations required to complete the work referred to in accordance with the intent of the Contract Documents" PROVIDE "furnish and install the work referred to including proper anchorage, connection to required utilities or other work, testing, adjustment, and startup ready to put in service and perform the intended function" REQUIRED .'required by the Contract Documents or required to complete the Work and produce the intended results" SATISFACTORY '.acceptable to the Engineer" SHOWN "as indicated on the Drawings" SITE "geographical location of the Project and land within the work area shown on the contract drawings and within which the Work will be installed or built" SPECIFIED "as written in the Contract Documents including the Specifications and the Drawings" SUBMIT "submit to the Engineer" 1.12 ABBREVIATIONS A. The following acronyms or abbreviations are used in these specifications for the organizations listed. Abbreviation Stands for AASHTO American Association of State Highway and Transportation Officials AAMA Architectural Aluminum Manufacturers Association ABMA American Boiler Manufacturers Association ACI American Concrete Institute ADC Air Diffusion Council AGA American Gas Association AGMA American Gear Manufacturers Association At Asphalt Institute AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standard Institute (formerly United States of America Standards Institute) APA American Plywood Association API American Petroleum Institute APWA American Public Works Association AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society of Testing and Materials AWPA American Wood-Preservers' Association AWS American Welding Society AWWA American Water Works Association CAGI Compressed Air and Gas Institute CBM Certified Ballast Manufacturers CBR California Bearing Ratio Cl Chlorine Institute CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CPSC Consumer Products Safety Commission CRA California Redwood Association CRSI Concrete Reinforcing Steel Institute CS Commercial Standards for the U.S. Department of Commerce CTI Cooling Tower Institute DFPA Douglas Fir Plywood Association DOE Washington State Department of Ecology EIA Electronic Industries Association EPA U.S. Environmental Protection Agency ETL Electronic Testing Laboratory FM Factory Mutual Insurance Company FPS Fluid Power Society FS Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers Institute IAPMO International Association of Plumbing and Mechanical Officials IBC International Building Code ICPO International Conference of Building Officials IEEE Institute of Electrical and Electronic Engineers IES Illuminating Engineering Society IFC International Fire Code IGSS Insulating Glass Certification Council IMC International Mechanical Code IPCE International Power Cable Engineers Association ISA Instrument Society of America NAAMM National Association of Architectural Metal Manufacturers NBS National Bureau of Standards NCPI National Clay Pipe Institute NEC National Electric Code NEMA National Electrical Manufacturers Association NETA International Electrical Testing Association NFPA National Fire Protection Association NGVD National Geodetic Vertical Datum NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Act PCA Portland Cement Association RCW Revised Code of Washington REA Rural Electrification Administration SAMA Scientific Apparatus Makers Association SMACNA Sheet Metal and Air Conditioning Contractors National Association SSPC Structural Steel Painting Council TCA Tile Council of America UPC Uniform Plumbing Code USDC U.S. Department of Commerce UL Underwriters Laboratories WAC Washington Administrative Code WCLIB West Coast Lumber Inspection Bureau WIC Woodwork Institute of California WISHA Washington Industrial Safety and Health Act WSS Washington State Department of Transportation (WSDOT)/American Public Works Association (APWA) Standard Specifications for Road Bridge and Municipal Construction END OF SECTION SECTION 01040 COORDINATION AND PROJECT REQUIREMENTS PART GENERAL 1.01 PROJECT COORDINATION A. The Contractor shall coordinate scheduling, submittals, and work of various Sections of the Specifications and subcontractors to assure efficient and orderly sequence of interdependent construction. 1.02 MECHANICAL AND ELECTRICAL COORDINATION A. The Contractor's superintendent or a specially assigned assistant shall be designated in writing as the mechanical/electrical coordinator and shall coordinate the exact location, space priorities and sequence of installation of all mechanical and electrical work with each other and with all other trades. The mechanical/electrical coordinator shall assure compliance with the requirements of this paragraph 1.02. B. The location of mechanical and electrical work may be indicated diagrammatically on the Drawings. Actual locations shall follow locations shown on the Drawings as closely as practicable but shall be altered or adjusted in the field by the mechanical/electrical Contractor as required by the following: 1. In finished spaces install mechanical and electrical work concealed within the space available. 2. Organize mechanical and electrical work to make efficient use of space. Combine similar items into groups, make all runs parallel to or at right angles with building lines. 3. Layout and install work to provide adequate space and access for adjustment, servicing. and maintenance and maximize space available for future installation of additional services or replacement of existing services. 4. Assure that all access doors required by code or required for adjustment, servicing or maintenance are provided in accordance with the Contract Drawings. Locate access doors to provide convenient access and to coordinate with finished visual elements. 5. Coordinate location of fixtures, registers, grills, outlets, switches, panelboards, pullboxes, access doors, and other exposed mechanical and electrical items with functional and visual elements. Verify location of questionable items with Engineer before proceeding. C, Prepare large scale coordinated detailed installation drawings showing the work of all affected trades to coordinate the actual installed location of all equipment and of all mechanical and electrical work. Review coordination drawings with Engineer and all affected trades before proceeding. D, Review Shop Drawings and Product Data prior to submission for the Engineer's Review to ensure that equipment dimensions, physical characteristics, and service requirements are compatible with contract requirements, field conditions, and other items submitted. E. Verify that required services such as electrical power characteristics, control wiring, and utility requirements of items and equipment submitted and furnished are compatible with services provided. Notify Engineer of potential problems prior to ordering items or equipment and prior to installing services or completing construction in areas where services would have to be installed. F. Schedule installation sequence of various elements of mechanical and electrical work to achieve optimum compliance with requirements under Mechanical and Electrical Coordination in this Section. G. Conduct regular coordination meetings with Engineer to establish and maintain coordination and resolve conflicts or disputes. Said meetings shall take place weekly when Contractor is physically performing work on site and one week preceding work being performed on site. 1.03 CUTTING, FITTING, AND PATCHING A. Provide cutting, fitting, or patching required to complete the Work and to make all of its parts fit together properly. Include cutting, fitting, and patching required to: 1. Fit the several parts together and to integrate with other work. 2. Uncover work to install or correct ill-timed work. 3. Provide openings in elements of work for penetrations or mechanical and electrical work. 4. Remove and replace defective and non-conforming work. 5. Remove samples of installed work for testing. B. Request guidance from the Engineer prior to beginning cutting or altering construction which affects: 1. Structural integrity of any element. 2. Functional performance of any element. 3. Integrity of weather-exposed or moisture-resistant elements. 4. Efficiency, maintenance, or safety of elements. 5. Visual qualities of sight-exposed elements. C, Execute cutting and patching using workers that specialize in and are skilled in installing the type of work being cut or patched. D. Perform work in accordance with the Contract Documents or in the absence of specific requirements comply with best trade practice for the work involved. 1. Execute work by methods that will avoid damage to other work. 2. Provide proper support and substrates to receive patching and finishing materials. 3. Cut concrete materials using core drill. Locate all reinforcing steel, conduits and pipes with electronic detecting devices prior to core drilling. 4. Replace or patch work with new materials meeting the requirements of these specifications or if not specified matching materials and finishes of existing or adjacent work. 5. Cut wall, ceiling and floor finished to fit snugly around pipes, sleeves, ducts, conduit, and other penetrations. Provide fire and/or acoustical caulking as required by code or conditions of use. 6. Maintain integrity of wall, ceiling, or floor construction; completely seal voids against smoke, fire and water. 7. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection; for an assembly, refinish entire unit. 8. Report any hazardous or unsatisfactory conditions to the Engineer. 1.04 ALTERATION PROJECT PROCEDURES A. Plan, schedule, and perform alteration work as required to minimize impacting the Owner's continued operations. See Section 01010 paragraph titles "Contractor's Use of Site and Owner's Continued Operations." B. Perform cutting, fitting, and patching in accordance with provisions in other paragraphs of this Section. Where new work abuts or aligns with existing work, provide a smooth even transition. C. Provide new construction in accordance with the technical specifications and Contract Drawings. If not specified or shown, provide new construction matching adjacent or similar existing work in material and finish. 1.05 CONNECTIONS TO UNDERGROUND UTILITIES, CONDUITS, OR PROCESS PIPING A. Obtain best available current information on location, identification, and marking of existing utilities, piping, and conduits and other underground facilities before beginning any excavation. Prior to beginning any underground excavation, notify Utilities Underground Location Center at (800) 424-1555 for location of utilities at least 48 hours in advance of beginning work. Give Engineer 2 working days notice before beginning work. B. The location of existing utilities and underground facilities known to the Design Engineer are shown in their approximate location based on information available at the time of preparing the Drawings. The actual location, size, type, and number of utilities and underground facilities may differ from that shown and utilities or underground facilities may be present that are not shown. See Standard Specifications and Kent Special Provisions for the Contractor's responsibilities and for differing conditions that warrant a change in Contract Price. C. Use extreme care when excavating or working in areas that may contain existing utilities, process piping, conduits, or other underground facilities. Use careful potholing, hand digging and probing to determine the exact location of underground installation. Some locations contain multiple pipes or conduits. Prior to performing any subsurface work, investigate, determine and prepare a plan to turn off or disconnect each utility believed to be within the subsurface work in the event of an accidental breach of a utility conduit. D. Where connections to existing utilities or other underground facilities are required or where new piping or conduits may cross or interfere with existing utilities or underground facilities, carefully excavate and uncover existing installations to a point 1 foot below the pipe or conduit to determine the actual elevation and alignment. Call the Engineer's attention to differing existing conditions that may require a clarification or change. E, Shutdown of existing utilities, services or operations shall be done in accordance with Section 01010. 1.06 PRECONSTRUCTION MEETINGS A. Prior to beginning the Work, the Contractor and its key personnel and Subcontractors including the Contractor's Superintendent, Project Manager, and Field Engineer shall attend a meeting with the Owner and the Engineer to discuss the following: 1. Name, Authority, and Responsibilities of Parties Involved 2. Project Procedures: a.Progress meetings b.Correspondence c.Notification d.Submittal of Project Data, Shop Drawing Samples, and Proposed Equivalents e.Requests for Information f. Response to Requests for Information g.Requests for Quotation h.Work Directive Change I. Charge Orders j. Engineer's "items of Concern List" 3. Temporary Schedule and Contractor's Construction Schedule 4. Schedule of Submittals 5. Temporary Facilities and Control 6. Testing During Construction 7. Contractors Coordination 8. Mechanical/Electrical Coordination 9. Maintenance of Record Drawings 10, Final Testing, Startup, and Balancing 11, Punch Lists and Project Closeout Procedures 12. Final Deliverables including Record Drawings, Operation and Maintenance Manuals, and Special Guarantees 1.07 PROGRESS MEETINGS A, The Engineer will conduct progress meetings with Contractor at the job site. Attendance is required by Contractor's project manager, superintendent and affected Subcontractors and suppliers. The Engineer will prepare, maintain and distribute agenda and dated record of: (1) actions required and taken and (2) decisions needed and made. B. Agenda: 1. Review critical items/action list. 2. Review work progress. Compare actual progress with planned progress shown on Contractor's Construction Schedule. Discuss Corrective action required. Compare actual and projected progress with Contractor's Construction Schedule, propose methods to correct deficiencies. 3. Review status of Submittals; review delivery dates and date of need for critical items. 4. Review coordination problems. 5. Schedule needed testing and critical inspections. 6. Review critical requirements for each trade or major piece of equipment prior to beginning work or installation. 7. Discuss Contractor Quality Control 8. Discuss open items on Engineers "Items of Concern List." 9. Discuss Impact of proposed changes on progress Schedule. 10. Other business. 1.08 PERFORMANCE SPECIFICATIONS AND CONTRACTOR DESIGNED WORK A. Work under this Contract may be specified by a combination of descriptive, performance, reference standard and proprietary specifications. In the event of conflict between any of the various specification methods used to specify a single item the order of precedence shall be the order in which the methods are listed in the preceding sentence. The terms used to describe types of Specifications are taken from the Construction Specification Institute (CSI) Handbook of Practice. B. Where Specifications are used to define the characteristics of Contractor designed systems, items, or components, the Contractor shall be fully responsible to design, engineer, manufacture, and install the systems, items, and components to meet the specified functional requirements, performance requirements, quality standards, durability standards, and conditions of use as well as all applicable codes, regulations, and referenced trade or industry standards. The Contractor shall perform such design by employing engineers licensed in the State of Washington. The Contractor's design submittals shall include calculations and assumptions on which the design is based and shall be stamped and signed by appropriately licensed engineers. C. Where Contractor designed systems are specified, the Owner and the Engineer shall have the right to rely on the expertise and professional competence of the Contractor's design. Favorable review of the Contractor's design submittal shall be limited to acknowledgement that the design was prepared with the intent of meeting the specified performance criteria. The Engineer's review shall not constitute a review of the design itself, of the designer's calculations, or of the effectiveness of the design in actually satisfying the specified criteria. Review of the Contractor's design submittal shall not relieve the Contractor from full responsibility for the adequacy of the Contractor design. 1.09 MATERIAL AND EQUIPMENT A. General: Verify that products delivered meet requirements of Contract Documents and the requirements for Favorably Reviewed submittals. B. Compatibility of Equipment and Material: 1. Similar items, equipment, devices, or products furnished under a single specification section shall all be made by the same maker and have interchangeable parts. 2. In addition, but only if so stated in each affected Specification Section, similar items furnished under two or more Specification Sections shall be made by the same maker and have interchangeable parts. 3. All similar materials or products that are interrelated or used together in an assembly shall be compatible with each other. C. Transportation and Handling: 1. Transport and handle products in accordance with manufacturer's instructions. 2. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. D, Storage and Protection: 1. Store and protect products in accordance with manufacturer's instructions. Seals and labels shall be intact and legible. 2. Store moisture sensitive products including finish woodwork, gypsum products, acoustical products, motors, electrical equipment, instruments, and controls in weathertight, humidity, and temperature controlled enclosures. 3. For exterior storage of fabricated products, place items on sloped supports aboveground. 4. Cover products subject to deterioration from moisture, dust, or sunlight with opaque watertight but breathable sheet covering. Provide ventilation to avoid condensation. 5. Provide offsite storage and protection including insurance coverage when site does not permit onsite storage or protection. 6. Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. 7. Provide facilities, equipment, and personnel to store products by methods to prevent soiling, disfigurement, or damage. 8. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. E. Installation Standards and Manufacturers' Recommendations: 1. Install all products and materials in strict compliance with the most restrictive of the following: a. The manufacturer's or provider's written instructions or recommendations. Follow step by step installation procedures. b. Recommendations of referenced trade associations or standards. C. These specifications and drawings. 2. Where conflicts exist, present alternatives with advantages and disadvantages to Engineer for decision. F. If reference standards or manufacturer's instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. 1.10 BACKING, SUPPORTS AND FASTENERS A. Provide backing, supports, bracing, fasteners and other provisions required for the proper support and attachment of all work. Backing, supports, bracing and fasteners shall be sized to resist vertical and horizontal loads including seismic and wind-loads required by codes listed under Regulatory Requirements in Section 01010 and in accordance with Seismic Design Requirements in Section 01190. Where finishes in existing facilities must be removed to install backing or where finished are installed in new construction prior to installing backing the Contractor shall remove finishes, install backing and reinstall finishes. B. Use of explosive powder-driver fasteners is NOT PERMITTED. 1.11 SAFETY A. In accordance with generally accepted construction practice, applicable law and the Specifications, the Contractor shall be solely and exclusively responsible for: 1. Construction means and methods. 2. Safety of employees engaged in the work while on and off the site. 3. Safety of the Owner, the Engineer, and others who may visit or be affected by the work. 4. Safety of the work itself including material and equipment to be incorporated therein. 5. Safety of other property at the site or adjacent thereto. 6. Safety programs, equipment, and protective devices required to assure the safety of persons and property for whom/which the Contractor is responsible. B. The duties of the Engineer in conducting review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's work methods, equipment, bracing, scaffolding, or safety measures in, on, or near the construction site. C. The Contractor is hereby informed that work on this project could be hazardous. The Contractor shall carefully instruct all personnel working in potentially hazardous work areas as to potential dangers and shall provide such necessary safety equipment and instructions as required to prevent injury to personnel and damage to property, and to comply with all applicable laws and regulations including W ISHA, Federal OSHA, and other regulations referenced in these Contract Documents. D. The Contractor shall, at all times, maintain the job in a condition that is safe for the Owner, the Engineer, and their Consultants to make site visits and to conduct construction reviews. If the Owner or the Engineer cannot allow personnel to visit the job because it is not safe, the Contractor is not providing required safe access to the Work as required. E. The Contractor shall prepare a Safety Plan meeting the requirements of applicable regulations. As a minimum, the Contractor's Safety Plan shall set forth definite procedures for informing workers about safety, for instructing workers in safe practices, for assuring that workers are using appropriate safety equipment and safe work practices and for reporting accidents. 1.12 EXCAVATION AND TRENCHING; WORK WITHIN CONFINED SPACES A. Comply with all applicable laws and regulations governing excavation and trenching. B. Work Within Confined Spaces: Work within confined spaces is subject to applicable laws, regulations, and safety orders. C, The foregoing provisions do NOT reduce the requirement for the Contractor to maintain safety in ALL operations performed by the Contractor or its Subcontractors. 1.13 CONTRACTOR'S QUALITY CONTROL A. The Contractor shall be fully responsible for inspecting the work of its suppliers and Subcontractors to assure that the work when completed will comply with the standards for materials and workmanship required by the Contract Documents. B. Inspections, periodic observations, and testing performed by the Owner or the Engineer are for the Owner's benefit and information only and shall not be construed as partial or incremental acceptance of the work and shall not be deemed to establish any duty on the part of the Owner or the Engineer to the Contractor, its subcontractors, or suppliers. C. The Contractor shall: 1. Monitor quality control over suppliers, manufacturer, products, services, site conditions, and workmanship, to produce work of specified quality. 2. Comply fully with manufacturer's installation instructions, including performing each step in sequence as recommended by the manufacturer. 3. Request clarification from Engineer before proceeding with work when manufacturers' instructions or reference standards conflict with Contract Documents. 4. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. 5. Perform work by persons specializing in the specific trade and class of work required and qualified to produce workmanship of specified quality. 6. Secure products in place with positive anchorage devices designed and sized to withstand seismic, static and dynamic loading, vibration, and physical distortion or disfigurement. D, If reference standards or manufacturers' instructions contain provisions that would alter or are at variance with relationships between the parties to the Contract set forth in the Contract Documents, the provisions in the Contract Documents shall take precedence. E.. The Contractor shall provide assistance required by the Engineer to adequately inspect the Work including ladders, scaffolding, lighting, ventilation, and other aids to facilitate access and provide a safe working environment. 1.14 OWNER STANDARD LOCKS AND KEYS A. All devices requiring locks, including but not limited to doors, gates, access hatches, convenience hatches, panelboards, etc. shall have BEST locking devices with removable cores to match Owners standard lock and keys at the conclusion of the improvements. If construction cores are utilized during the project, they shall all be keyed the same and Contractor shall provide Owner with a minimum of four (4) construction keys for all temporary locks. END OF SECTION SECTION 01190 SEISMIC REQUIREMENTS PART 1 -GENERAL 1.01 SUMMARY A. This Section is applicable to the following secondary structural system elements, non- structural components, and/or equipment supported by structures. 1. Mechanical, electrical, and plumbing equipment and appurtenances. 2. Conduit, piping, cable trays, raceways, ducts and similar systems. 3. Tanks and vessels (include contents), including support systems. 4. Storage racks, suspended ceilings, light fixtures, raised floors, partitions, store-front, windows, louvers, architectural features and other non-structural components. 1.02 REFERENCES A. International Building Code (IBC) with Amendments adopted by the Washington State Building Code Council and the City of Kent. B. American Society of Civil Engineers Standard for Minimum Design Loads for Buildings and Other Structures, ASCE/SEI 7-05. 1.03 DEFINITIONS A. Engineer of Record: The Engineer responsible for the preparation of Contract Documents. B. Specialty Engineer: Structural or Civil Engineer provided by the Contractor licensed in the State where the project is being built responsible for specific elements of the primary structural system, the secondary structural system, non-structural elements and/or equipment supported by structures. 1.04 GENERAL DESIGN REQUIREMENTS A. The Contractor is responsible for producing designs that resist the total seismic forces in accordance with the seismic design criteria. The Contractor is responsible for coordinating between the Engineer of Record and the Specialty Engineer. B. The seismic design for non-structural components and equipment shall be in accordance with the IBC Chapter 16 and ASCE 7-05, and the required coefficients and factors for determining the total design seismic forces are shown on the Drawings. C. Coordinate the layout so that adequate space is provided between items for relative motion. Provide additional supports and restraints between items of different systems when necessary to prevent seismic impacts or interaction. D. Total seismic forces shall be determined in accordance with the following seismic design criteria coefficients for elements of structures, non-structural components, equipment supported by structures, and nonbuilding structures: 1. Occupancy Category III. 2. Seismic Importance Factor, I = 1.25. 3. Mapped Spectral Accelerations, Ss = 1.281 and Si = 0.435. 4. Site Class C. 5. Site Coefficients Fa = 1.0 and Fv= 1.365. 6. Spectral Response Coefficients, SDs= 0.854 and Sol = 0.396. 7. Seismic Design Category D. 8. Basic Seismic Force Resisting System(s): Bearing Wall System with Special Reinforced Masonry Shear Walls 9. Component Importance Factor, Ip= 1.5. 10. Components Coefficient, ap = 1.0 to 2.5. 11. Components Coefficient, Ro = 1.5 to 6.0. 12. Response Modification Factor, R = 1.25 to 3.5 E. Design anchorages of all elements of structures, nonstructural components, equipment supported by structures, and nonbuilding structures to resist static and dynamic operational loads, plus total seismic loads specified in the IBC and as follows: 1. For suspended equipment, multiply dead load by 1.2 to account for vertical seismic effects in the downward direction. 2. For anchorage uplift, multiply dead load by 0.9 if used to reduce vertical seismic effects. F. Design anchorages utilizing a Component Coefficient, Rp= 1.5, unless supporting documentation for embedment length Is provided for expansion anchor bolts, chemical anchors, or cast-in-place anchors. 1.05 DESIGN REQUIREMENTS FOR PIPING, CONDUIT, AND DUCTS A. The Contractor is responsible for producing designs for support of piping, conduit, duct or other systems to resist total seismic forces based on the seismic design criteria coefficients specified above, unless shown on the Contract Documents. Except where the technical specifications give specific exemption from resistance of seismic forces, all supports shall be designed to meet seismic criteria. B. Where possible, pipes, conduit, and their connections shall be constructed of ductile materials (e.g., copper, ductile iron, steel or aluminum and brazed, welded or screwed connections). Pipes, conduits and their connections, constructed of nonductile materials (e.g., cast iron, no-hub pipe and plastic), shall have the brace spacing reduced to one-half of the spacing allowed for ductile material. C. Seismic restraints may be omitted for the fallowing conditions, where flexible connections are provided between components and the associated ductwork, piping and conduit: 1. Fuel piping less than 1-inch inside diameter. 2. All other piping less than 2.5-inches inside diameter or all piping suspended by individual hangers 12 inches or less in length from the top of the pipe to the bottom of the structural support for the hanger or electrical conduit less than 2.5-inches trade size. 3. All rectangular air-handling ducts less than 6 square feet in cross-sectional area or all round air-handling ducts less than 28-inches diameter or all ducts suspended by individual hangers 12 inches or less in length from the top of the duct to the bottom of the structural support for the hanger, where the hangers are detailed to avoid bending of the hangers and their connections. D. All trapeze assemblies supporting pipes, ducts and conduit shall be braced to resist the total seismic forces considering the weight of the elements on the trapeze. Pipes, ducts and conduit supported by a trapeze where none of those elements would individually be braced need not be braced if connections to the pipe/conduit/ductwork or directional changes do not restrict the movement of the trapeze. If this flexibility is not provided, bracing will be required when the aggregate weight of the pipes and conduit exceed 10 pounds/foot. The weight shall be determined assuming all pipes and conduit are filled with water. E. As an alternative to designing the supports and anchorage, where an approved national standard provides a basis for the earthquake-resistant design, submit standard, data, and details for piping, conduit, duct or other systems: 1. For ductwork, mechanical piping, process piping and electrical conduits, follow Guidelines for Seismic Restraints of Mechanical Systems by SMACNA modified as follows: a. Seismically brace piping regardless of size or location. Provide transverse braces at all changes in direction and at the end of all pipe runs. Space transverse braces not more than 20 feet apart. Provide longitudinal braces at 40-foot centers. b. Seismically brace all ductwork regardless of size or location. Provide transverse braces at all changes in direction and at each end of run. Space braces not over 20 feet apart. Provide longitudinal braces at 40-foot centers. 2. For fire protection systems, follow NFPA 13 modified as in paragraph 1.b above. Ensure that no seismic interaction occurs with items of other systems. 1.06 SUBMITTALS A. Submit in accordance with Section 01300. B. Shop Drawings: Submit signed and sealed structural calculations and detailed drawings for the following listed elements: 1. Standby Generator 2. Standby Generator Shelter C. Structural calculations and detailed drawings shall be prepared by a Professional Engineer licensed In the state of Washington. D. Structural calculations and detailed drawings shall clearly show the total design seismic forces which will be transferred from the elements of the structural system, non-structural components, and/or equipment and their attachments to the primary structure. E. The Engineer's review of items within a Specification Section cannot be completed until all related items have been coordinated and submitted for review. F. Quality Assurance Submittals 1. Test Reports: Submit test reports for tension testing of anchors. 2. Where required in the equipment specifications submit certification that the equipment itself is designed to resist all internal seismic forces based on the seismic design criteria for the project. 3. Where required in the equipment specifications, submit signed and sealed structural calculations and detailed drawings from a specialty Structural or Civil Engineer licensed in the State where the project is being built for the attachments and anchorage to the primary structure. 4. Where required in the equipment specifications, submit certification that the attachments and anchorage are designed to resist all seismic forces based on the seismic design criteria for the project. 1.07 QUALITY ASSURANCE A. Qualifications: The Contractor is responsible for submitting signed and sealed structural calculations and detailed drawings from a Specialty Structural or Civil Engineer licensed in the State where the project is being built. B. Regulatory Requirements: Comply with the State of Washington adopted and amended versions of International Building Code (IBC) plus clarifications and additions specified in this Section. PART2- PRODUCTS Not used. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. Site Tests: Tension testing of expansion or adhesive anchors utilized for anchorage shall be done in the presence of the inspector. B. Inspection: Special inspection shall be provided for high strength bolting or bolts installed in concrete where determined by the Engineer. END OF SECTION SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 1.01 TEMPORARY UTILITIES A. Sanitary Facilities: Provide and maintain self-contained portable sanitary facilities for the Contractor's, subcontractor's, Engineer's, and Owner's use. Facilities shall comply with applicable regulations and shall be serviced, cleaned and disinfected frequently. Facilities shall be placed in located approved by Engineer. B. Temporary Water, Power and Telephone Service: 1. Water: The Contractor is responsible for obtaining a hydrant meter from the City and paying the cost for the meter and water. The hydrant meter connection to the owner's water system shall be at a location approved by the Owner and shall conform to requirements for backflow prevention. 2. Power: The Contractor shall provide all temporary power service required for the project and shall pay all service connection and use charges. If a portable generator is used for temporary power, it shall be located in a location outside of the 100 foot well radius in a location approved by the Engineer. Generators shall be placed on a temporary containment pad provided by Contractor. C. Temporary Heat: Provide temporary heat for enclosed spaces to protect all work and moisture sensitive electrical equipment against injury, dampness and cold. Fuel, equipment, and installation shall comply with all applicable codes and regulations. Salamander heaters or other space heaters using kerosene are not permitted. Use permanent heating system after revisions have been completed, provided Contractor replaces or cleans filters on Completion. D. Temporary Ventilation: Provide equipment to ventilate enclosed areas to facilitate curing concrete, to dissipate humidity and to prevent accumulation of dust, fumes, or gases. F, Temporary Lighting: Provide and maintain lighting for construction operations and inspections. G, Temporary Fire Protection: 1. Provide and maintain fire protection equipment, including extinguishers, fire hoses, and other equipment required by law, insurance carriers, or necessary for proper fire protection during the course of the work. 2. Use fire protection equipment only for fighting fires. 3. Locate fire extinguishers in field offices, storage sheds, tool houses, temporary buildings, and throughout the construction site. 1.02 TEMPORARY CONSTRUCTION A. The Contractor is solely and exclusively responsible for the design, construction and maintenance of all temporary construction including forms, falsework, shoring, scaffolding, stairs, ladders and all other similar items. The Contractor is solely responsible for construction safety. B. Construct adequate and safe forms and falsework, to rigidly support partially completed structures. Provide temporary bridges and decking to maintain vehicular and pedestrian access. Design and construct temporary forms, falsework, bridges and decking in accordance with applicable regulations and codes. 1.03 BARRICADES, FENCES AND ENCLOSURES A. See Section 01040 regarding the Contractor's responsibility for safety. B. Barricades: Provide temporary guard rails, ladders, stairs, guards, and barricades to protect persons in accordance with applicable regulations. C. Fences: 1. If Contractor needs to remove any perimeter fencing to facilitate construction of the improvements, he shall provide a temporary 6-foot-high chain-link fence completely around areas where permanent fencing has been removed to exclude unauthorized persons from the site. D. Enclosures: 1. Provide protective dust covering at doors and other openings to contain dust within the construction area. 2. Provide temporary watertight closures for openings in exterior surfaces as required to protect interiors from weather, moisture, humidity and extreme temperature. 1.04 PROTECTION OF INSTALLED WORK A. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage. B. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by covering surfaces with nonstaining heavy-duty reinforced moisture resistant kraft building paper with joints continuously taped with waterproof tape. C. Provide heavy planking to protect curbs, gutters, culverts, paving and similar surfaces from damage by heavy equipment or vehicles. 1.05 SECURITY A. Provide security and facilities to protect the Work from unauthorized entry, vandalism, or theft. 1.06 ACCESS ROADS A. Access Roads: Maintain access to the surrounding properties. END OF SECTION SECTION 01700 CONTRACT CLOSEOUT 1.01 FINAL CLEANUP A. Prior to Final Inspection clean the entire construction area and all other areas affected by the performance of work under this Contract. Perform cleaning using personnel specializing in and skilled in cleaning and maintenance work. Perform repair work using personnel skilled In executing the type of work being repaired. Perform all work to the highest trade standards applicable to that type of work. 1. Remove all temporary construction, signs, tools, equipment, excess material and debris. 2. Remove all lumps, splatters, spots and stains caused by paint, adhesive, asphalt, concrete, mortar, sealant or other foreign material from exposed or finished surfaces. Remove all temporary labels and provide them to Engineer in 3 ring binder. 3. Repair, patch or replace new or existing work including pavement, sidewalks, curbs, gutters, catch basins, gratings, manholes, covers, landscaping, plant materials and other items that have been damaged, broken, cracked or chipped as a result of performing this Work. 4. Sweep clean and wash down all exterior pavement. Remove all hazardous material and material that may cause sediment in drainage systems prior to washdown. Remove all grease and oil stains on pavement caused by Contractor's equipment. 5. Rake all landscaped area; remove debris and cut lawns. Water and landscape materials. Replace damaged plant and landscape materials. 6. Patch any holes, chips or defects in construction including finished surfaces. 7. Touch up painted surfaces that are soiled, chipped, spotted or otherwise flawed. 8. Clean all lighting fixtures. 9. Broom clean the interior of buildings. 1.02 CONTRACTOR'S ACTION LIST OF ITEMS TO BE CORRECTED AND/OR COMPLETED A. During construction, the Contractor shall maintain an action list of items to be corrected and/or completed. The Contractor shall regularly add items and update the list as information becomes available or as requested by the Engineer. The Contractor shall deliver a current copy of the list to the Engineer at each progress meeting. 1.03 SEMIFINAL INSPECTION/SUBSTANTIAL COMPLETION A. When the Contractor considers the Work nearly complete, the Contractor shall review the Contract Documents, inspect the Work, and use the Contractor's action list to prepare a Contractor's Punch List of all deficient or uncompleted items. The Contractor shall complete or correct items on the punch List. When the Work is Substantially Complete in accordance with the Contract Documents, the Contractor shall notify the Engineer in writing that the Contractor has reviewed the Contract Documents, inspected the Work and believes that the Work is substantially Complete and ready for Semifinal Inspection. B. See Kent Special Provisions Section 1-04.11(2), 1.04 FINAL INSPECTION, FINAL COMPLETION AND FINAL PAYMENT A. See Kent Special Provisions Section 1-05.11. B. Final Submittals include: 1. Operation and Maintenance Manuals and Parts Lists 2. Record Drawings 3. Extra Materials 4. Special Guarantees 5. Insurance Certificate showing required continuation of coverage beyond Final Payment. 6. Release of Liens. 7. Waiver of Claims by Contractor. 8. And any other submittals required by the Contract Documents and not previously received. 1.05 RECORD DRAWINGS A. The Contractor shall maintain on the jobsite, a complete set of Contract Documents and a complete file of all addenda, contract modifications and favorably reviewed submittals. The Contractor shall prepare a set of Record Drawings in accordance with the Kent Special Provisions and the following: 1. Show the invert elevation of all gravity piping and the top of pipe, top of conduit or top of protective concrete encasement for other utilities. Elevations shall be related to a permanent visible elevation benchmark set on the building by the Contractor. The benchmark shall have the same datum as the City's datum used for this project. 2. Show the horizontal location of underground utilities measured from permanent visible physical features such as face of building, face of tank, or centerline of manhole. 3. Comply with detailed requirements in technical specification sections describing the type of information required on Record Drawings. The Contractor's copy of Contract Documents, Contract modifications and Record Drawings shall be available to the Engineer for weekly verification that the records are being currently updated. B. Submit Record Drawings and obtain acceptance prior to completion. 1.06 EXTRA MATERIALS A. Deliver specified extra materials and parts to Owner. Itemize all items on a transmittal letter in duplicate and obtain signature of receiving party. Submit copies of signed transmittals for all specified extra materials and parts prior to completion. 1.07 SPECIAL GUARANTEES A. Kent Special Provisions Section 1-05.10 and 1-05.12 covers the Contractor's responsibility to remedy defects due to faulty workmanship and materials, which appear within ore year from the date of Final Completion and acceptance by the Owner. 1.08 TESTING, STARTUP, AND OPERATION A. Schedule The placing of all improvements in service shall consist of three parts: "testing", "startup", and "operation". Not less than 20 working days before the anticipated time for beginning the testing, the Contractor shall submit to the Engineer for approval, a complete plan for the following: Schedules for tests • Detail schedule of procedures for startup • Complete schedule of events to be accomplished during testing • An outline of work remaining under the contract that will be carried out concurrently with the operation phases The Contractor shall conduct all testing and startup. Testing and startup shall not be a cause for claims for delay by the Contractor and all expenses for testing and startup shall be incidental to this contract. The Contractor shall make arrangements for all materials, supplies, and labor necessary to efficiently complete the testing, startup, and operation. B. Testing The Contractor may periodically request preliminary testing for items that must be covered or tested before other work can proceed. In these cases, the work shall not be tested or covered up without timely notice to the Owner of its readiness for testing. Should any work be covered up without notice, approval, or consent, it must, if required by the Owner, be uncovered for examination at the Contractor's expense. Where work is to be tested, all necessary equipment shall be set up and the work given a preliminary test so that any and all defects may be discovered and repaired prior to calling out the Owner for the test. Final testing shall consist of individual tests and checks made on equipment intended to provide proof of performance of unit and proper operation of unit control together with necessary tests to show system operation. Assure proper alignment, size, condition, capability, strength, proper adjustment, lubrication, pressure, hydraulic test, leakage test, and all other tests deemed necessary by the Engineer to determine that all materials and equipment are of specified quality, properly situated, anchored, and in all respects, ready for use. Any certificates required by these specifications by the manufacturer's representatives shall be supplied to the Engineer prior to startup. C. Scheduling of Owner/Engineer Review for Testing The Contractor shall provide a minimum of 2 working days prior notification to the Engineer where witnessed testing or startup is required. The Contractor shall provide further notification within 3 working hours of the scheduled test to the Engineer confirming that the Contractor has successfully completed all preliminary testing and that all equipment, tools, materials, labor, subcontractors, manufacturer's representatives, and all other items required for witnessed testing are available and fully functional. Failure to provide advance notification and confirmation, or meet any of the testing requirements shall constitute a failed test. A detailed testing schedule shall be provided by the Contractor and updated as needed to be at least 48 hours ahead of actual testing at the project site. If testing requires downtime in order to perform repairs due to failed test, the Contractor shall pay the Owner in the amount of $150 per hour per Engineer or Owner Representative on site (minimum of $300 per scheduled visit) for downtime lasting longer than 1 hour required to complete repairs to verify the complete construction is ready for startup and operation. This amount will be deducted from the appropriate bid item that relates to the finished construction and documented by the Owner or Engineer at their discretion. The Contractor is required to have an systems pre-tested to their satisfaction prior to calling the Owner and Engineer for formal testing. D. Electrical and Control Systems Testing The following is a list of components that shall be tested prior to project completion. This list is intended as a general guide and is not necessarily complete. See Divisions 1, 16 and 17 of the Technical Specifications for additional testing requirements. Engine Generator + Automatic Transfer Switch « Electrical Grounding • Generator and Automatic Transfer Switch Alarms Local control • Automatic control Variable Frequency Drives E. Startup Startup shall consist of a simulated operation of all equipment and controls. The purpose of startup shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. Technically qualified factory representatives shall be present for the startup phase. All Representatives shall be trained, qualified, and have experience in troubleshooting and fixing field issues. The startup shall continue until it is demonstrated that all functions, controls, and machinery are functioning correctly. Authorized factory representatives shall be provided for the following items: • Motor Starters (Soft-Starters and Variable Frequency Drives) Engine Generator • Automatic Transfer Switch 1.09 TRAINING AND DOCUMENTATION A. At the time that the facility is ready to be put into operation, the Contractor is to conduct an operation and maintenance training meeting (minimum 4 hour duration not including generator training) with the owner to explain in detail the operation and maintenance requirements of each of the facility's components. The training meeting shall not occur on the same date(s) as a startup. Owner may request multiple training meetings, with shorter durations, as construction phases are completed. No extra payment, or contract extension, will be provided to Contractor for multiple training meetings. Operation of the facility shall commence immediately after completion of testing, startup, and owner training and after satisfactory repairs and adjustments have been made. END OF SECTION SECTION 10400 IDENTIFYING DEVICES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. This division covers that work necessary for fabricating and installing all equipment identification signs and labels. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all identification in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 1.03 SUBMITTALS A. Shop Drawings: 1. Equipment nameplate drawings shall be submitted to the Engineer for review prior to fabrication. PAR72- PRODUCTS 2.01 SIGNS AND LABELS A. Unless otherwise specified, text shall be white on a background color shown below. Purpose Plate Color Gencral Black Warning Red Elcctrical Black 2.02 EQUIPMENT SIGNS A. Equipment signs shall be plastic-laminated 1-inch high, by required length, by 1/8-inch thick, with 1/2-inch high letters in N-2 Standard Gothic characters. 2.03 ELECTRICAL AND CONTROL EQUIPMENT SIGNS A. Name plates and service legends shall be phenolic-engraved, rigid, laminated plastic type with adhesive back. Letter height shall be 5/1 6-inch unless specified otherwise on the Plans. Labeling shall clearly identify the associate component. Color shall be black background with white letters. B. Tags shall be securely attached. Adhesive backed tags shall also have at least two brass screws for positive fastening. PART 3 - EXECUTION 3.01 INSTALLATION A. Install signs/markers directly on the devices in a location that does not interfere with the device operation or maintenance. If the device is too small or otherwise impractical to mount marker, locate marker as close as possible to the device on an adjacent surface. 3.02 ELECTRICAL AND CONTROL EQUIPMENT SIGN INSTALLATION A. Provide engraved nameplates indicating load served, voltage, and phase for every circuit breaker, panel board, switchboard, motor starter, disconnect switch, and fused switch. B. All components provided under this specification, both field- and panel-mounted, shall be provided with permanently-mounted nametags. The Engineer shall have complete control over the hardware to be labeled and the labeling provided. Provide labels as directed. C. Provide a name tag for each piece of equipment and for each circuit and/or control device associated with the equipment. D. Provide a nameplate for each control center unit door. E. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. END OF SECTION SECTION 16010 ELECTRICAL— BASIC REQUIREMENTS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes; 1. The work specified in this section covers the work necessary for furnishing and installing the basic electrical materials and electrical equipment required for this project as shown on the Drawings and as specified. Items not covered shall be suitable for their particular application. 2. Plans are diagrammatic and indicate general arrangements of systems and equipment, except when specifically dimensioned or detailed. The intention of the plans is to show size, capacity, approximated location, direction and general relationship of one work phase to another, but not exact detail or arrangement. 3. The Contractor shall examine all mechanical and civil drawings and Specifications to determine actual locations, sizes, materials, and ratings of all equipment provided by others. B. Related Sections include, but are not necessarily limited to 1. Division 1 2. Division 10 3. Division 16 4. Division 17 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B W AC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. Electrical Testing Laboratories (ETL) 1.03 DEFINITIONS A. For the purposes of furnishing and installing electrical materials and equipment the following definitions shall be used: 1. Dry Locations: All those indoor areas which do not fall within the definitions below for wet, damp, or corrosive locations and which are not otherwise designated on the Plans. 2. Wet Locations: All locations exposed to the weather, whether under a roof or not, unless otherwise designated on the Plans. 3. Damp Locations: All spaces wholly or partially underground, or having a wall or ceiling forming part of a channel or tank unless otherwise designated on the Plans. 4. Provide: Furnish and Install. 5. Contractor: The party who furnishes and installs all tools, materials, and equipment to complete the work shown and implied in the drawings and these specifications. This includes the Prime Contractor, the Electrical Contractor, and all other Contractors and Sub Contractors. 1.04 SUBMITTALS A. Refer to Special Provisions 1-06.7(3) for submittal procedure and requirements. 1. Submittal information shall be provided to the Owner for all materials including the following items: a. Service Entrance Disconnect b. Utility Meter Base c. Generator Disconnect d. Variable Frequency Drives (VFD) e. Line Reactors f. DV/DT Filters g. Harmonic Filter h. Automatic Transfer Switch i. Manual Transfer Switch j. Generator Receptacles k. Panelboards I. Circuit Breakers m. Conduit and Fittings n. Outlet and Junction Boxes o. Wire and Cables p. Switches and Receptacles q. Light Fixtures r. Underground Marking Tape s. Grounding Equipment t. Panel Components u. Engine Generator Set v. Generator Exhaust Piping and Fittings w. Pilot Devices x. Arc Flash, Protective Device, and Short Circuit Analysis y. Electrical Testing Results z. Other Electrical Components listed in this division and/or required by the Engineer. PAR72 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections. B. Provide all components of a similar type by one manufacturer. 2.02 SOURCE QUALITY CONTROL A. Do not use equipment exceeding dimensions indicated or equipment or arrangements that reduce required clearances or exceed specified maximum dimensions unless approved by the Engineer and the authority having jurisdiction. B. Identification of Listed Products: 1. Electrical equipment and materials shall be UL listed for the purpose for which they are to be used, by an independent testing laboratory. When a product is not available with a testing laboratory listing for the purpose for which it is to serve, the inspection authority may require the product to undergo a special inspection at the manufacturer's place of assembly. All costs and expenses incurred for such inspections shall be included in the Contractors original contract price. 2.03 MATERIALS A. Use equipment, materials and wiring methods suitable for the types of locations in which they will be located, as defined in Definitions above. B. Equipment and materials shall be new and free from defects. All material and equipment of the same or a similar type shall be of the same Manufacturer throughout the work. Standard production materials shall be used wherever possible. C. Unless otherwise specified, electrical equipment and materials shall be painted by the Manufacturer. D. Where specified, galvanizing shall be hot dipped. 2.04 COMPONENTS A. Fasteners for securing equipment to walls, floors and the like shall be either hot-dip galvanized after fabrication or stainless steel. Provide stainless steel fasteners in Corrosive locations. When fastening to masonry or concrete walls, floors, and the like, provide capsule anchors, not expansion shields. Size capsule anchors to meet load requirements. Minimum size capsule anchor bolt is 3/3-inch. Adhesive shall be two-component vinyl urethane methacrylate or vinylester based adhesive and hardener. The two-components shall be stored in a dual chamber foil capsule or glass capsule. The anchor rod or insert shall have chamfered threaded end for ease of starting nut on one and 45 degree chisel or cut point on opposite end. Furnish nuts and washers to meet the requirements of the rod or insert. Provide embedment depth, edge distance, and anchor spacing as shown on the Drawings and in accordance with manufacturer's recommendations for allowable loads. Manufacturer: Hilti HVA Adhesive Anchor, Simpson Strong-Tie VGC Adhesive System, or equal. B. Unless otherwise noted, provide enclosures as follows: 1. Class 1, Division 1 & 2 Locations: NEMA Type 7 2. Indoors unclassified Locations: NEMA Type 12 3. Corrosive Locations: NEMA Type 4X 4. Outdoors and/or Wet Locations: NEMA Type 4 5. Electrical rooms: NEMA Type 1 2.05 ACCESORIES A. Wire Identification: 1. Identify each wire or cable at each termination and in each pull box using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as approved by the Engineer. Identify each wire or cable in each pull box with preprinted plastic sleeves having permanent markings. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. 2.06 FINISHES A. Refer to each electrical equipment section of these Specifications for painting requirements of equipment enclosures. 2.07 NAMEPLATES A. Nameplates shall be provided on all electrical devices. This includes, but is not limited to motor control equipment, control stations, junction boxes, panels, motors, instruments, switches, indicating lights, meters, and all electrical equipment enclosures. B. Nameplates shall also be provided on all electrical panel interior equipment. This includes but is not limited to; relays, circuit breakers, power supplies, terminals, contactors, and other devices. C. Nameplates shall be made of 1/16" thick machine engraved laminated phenolic having engraved white filled letters not less than 3/16" high on black background or as shown on the drawings or other sections of the Specifications. Nameplates on the interior of panels shall be white polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic; Tyton 822 or equal. All nameplates shall include the equipment name and number (and function, if applicable). D. Warning nameplates shall be provided on all panels and equipment which contain multiple power sources or which may have energized circuits with the main disconnecting means in the off position. Lettering shall be white on red background. E. A list of nameplates shall be submitted for approval. PART 3 - EXECUTION 3.01 INSTALLATION A. Install all materials in accordance with electrical code, UL listing requirements and manufacturer's instructions. B. Ensure that all equipment and materials fit properly in their installations. Perform any required work to correct improperly fit installations at no additional expense to the Owner. C. Provide the required inserts, bolts and anchors, and securely attach all equipment and materials to their supports. D. Install all floor-mounted equipment on 3-1/2-inch high reinforced concrete pads. E. Cutting, Drilling and Welding: 1. Provide any cutting, drilling, and welding that is required for the electrical construction work. Structural members shall not be cut or drilled, except when favorably reviewed by the Engineer. Use a core drill wherever it is necessary to drill through concrete or masonry. Perform patch work with the same materials as the surrounding area and finish to match. Contractor shall fill annular space between the core drill and the conduit with the material identified on the Plans. F. Metal Panels: 1. Mount all metal panels, which are mounted on, or abutting concrete walls in damp locations or any outside walls 1/4-inch from the wall, and paint the back side of the panels with a high build epoxy primer with the exception of stainless steel panels. Film thickness shall be 10 mils minimum. G. Maintenance: 1. Install all equipment and junction boxes to permit easy access for normal maintenance. H. Interconnections: 1. Provide all interconnection wiring between work provided in other divisions and work provided in this division. All equipment to be completely wired and fully operational upon completion of the project. I. Seismic Requirements: 1. See Section 01190. J. Equipment Protection: 1. Exercise care at all times after installation of equipment, motor control centers, control panels, etc., to keep out foreign matter, dust debris, and moisture. Use protective sheet metal covers, canvas, heat lamps, etc., as needed to ensure equipment protection. 3.02 PERMITS AND FEES A. The Contractor shall coordinate and provide all permits, licenses, approvals, inspections by the authority having jurisdiction and other arrangements for work on this project and all fees shall be paid for by the Contractor that have not been paid by Owner. The Contractor shall include these fees in the bid price. 3.03 PROJECT CONDITIONS A. The Contractor shall keep all power shutdown periods to a minimum. Carry out shutdowns only after a shutdown schedule has been submitted and favorably reviewed by the Owner. B. See Section 01010. 3.04 FIELD QUALITY CONTROL A. Minor Deviations: 1. The electrical plans are diagrammatic in nature and the location of devices, fixtures and equipment is approximate unless dimensioned. On the basis of this, the right is reserved by the Owner to provide for minor adjustments and deviations from the apparent locations shown on the Plans without any extra cost. Deviations from the Plans and/or specifications required by code shall also be done, subsequent to the City's approval, without extra cost. 2. Plans indicate the general location and number of the electrical equipment items. When raceway, boxes, and ground connections are shown, they are shown diagrammatically only and indicate the general character and approximate location. Layout does not necessarily show the total number of raceways or boxes for the circuits required. Furnish, install, and place in satisfactory condition all raceways, boxes, conductors and connections, and all of the materials required for the electrical systems shown or noted in the contract documents complete, fully operational, and fully tested upon the completion of the project. B. Record Plans: 1. The Contractor shall maintain a complete and accurate record set of Plans for the electrical construction work. Continually record actual electrical system(s) installation on a set of prints kept readily available at the project during construction for this purpose alone. Accurately locate all raceways and circuit number of each equipment item. At the completion of the work, furnish a set of clean, neat, and accurate record plans on reproducible sepia-type paper which shows raceway type, routing, and conductors for every outlet and every circuit. 2. See Section 01700 for Record Plan requirements. 3.05 CLEANUP A. Cleaning Equipment: 1. Thoroughly clean all soiled surfaces of installed equipment and materials upon completion of the project. Clean out and vacuum all construction debris from the bottom of all equipment enclosures. B. Painting: 1. Repaint any electrical equipment or materials scratched or marred in shipment or installation, using paint furnished by the equipment manufacturer. C. Cleanup: 1. Upon completion of the electrical work, remove all surplus materials, rubbish, and debris that accumulated during the construction work. Leave the entire area neat, clean and acceptable to the Engineer. 3.06 ELECTRICAL UTILITY SERVICE (SCHEDULE A: KENT SPRINGS ONLY) A. Description of Work: 1. Work consists of relocation of the existing utility meter and current transformer enclosure from the existing electrical service pedestal to the new electrical service pedestal. In addition, work shall also consist of installing a new secondary power service between the existing pole-mount transformers and the new electrical service pedestal along with removal of the existing secondary power service and abandonment of the existing raceway. B. Scheduling Work with the Utility Company: 1. The Contractor shall be fully and completely responsible for all scheduling and coordination with the utility company. The Contractor shall coordinate and schedule power outages, power service for operation and construction, and power service as may be required prior to Certification of Occupancy. 2. The Contractor shall make all necessary applications for service with the utility and shall notify the Owner in writing of any obligations that the Owner must fulfill for service to be started, installed, or modified. C. Contractor/Utility Interface Responsibilities: 1. The electrical utility providing service to these facilities is Puget Sound Energy. 2. The Contractor shall comply with all utility company standards and requirements. 3. All utility charges for and related to the final permanent service to the facility will be paid by the Owner, directly to the utility company and shall not be included in the Contractors bid price. 4. Contractor shall notify the Engineer/Owner of any changes to the responsibilities between the electrical utility and the Contractor as outlined in these specifications prior to submitting a bid. Any change(s) in responsibilities not brought to the attention of the Engineer prior to bidding will not be cause for additional payment. 5. The Contractor shall notify the Owner (in writing) of any obligations or forms that the Owner is responsible to provide for service. D. The Contractor shall: 1. Install new raceway and conductors for secondary service from the existing utility pole to the new service entrance pedestal including trenching, backfill and restoration. Terminate service conductors at the service entrance pedestal. 2. Remove the existing utility meter and current transformer enclosure from the existing electrical service pedestal and install the existing utility meter and current transformer enclosure at the new electrical service pedestal including, raceway, and conductors for utility revenue metering as shown on the Plans. 3. Provide excavation, backfill, and restoration required for installment of any electrical handholes and vaults required by Puget Sound Energy. 4. The Contractor shall meet all the standard requirements for working in the right-of-way which includes a utility representative on site during work within the right-of-way. The Contractor shall be responsible for paying all cost for the representative to be on site. 5. Remove the existing secondary power service conductors after existing service is deenergized by Puget Sound Energy. Abandon the existing secondary power service raceway and cap as shown on the Plans. E. The Utility Company will: 1. Terminate conductors on the primary and secondary side of the existing pole-mount transformers. 2. Deenergize the existing electrical service for relocation of the existing utility metering equipment. F. Project Conditions 1. Before submitting a bid, the Contractor shall become familiar with all the electrical service requirements that may affect the execution of their work. G. Standards and Codes 1. Work involving service installation shall be done in accordance with the service utilities standards and the National Electric Code. 2. Service equipment shall be listed and labeled by UL as "suitable for use as service equipment'. END OF SECTION SECTION 16030 ELECTRICAL-TESTING PART 1 —GENERAL 1.01 SUMMARY A. This section specifies the acceptance testing of electrical materials, equipment and systems. The Contractor shall provide all labor, tools, material, power, and other services necessary to provide the specified tests. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 3. Division 17 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the fallowing website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa,gov/TradesLicensi ng/Electrical/Install/default.asp 2. National Electrical Code (NEC) 1.03 SUBMITTALS A. Test reports shall be submitted to the Engineer prior to final acceptance. PART 2— PRODUCTS 2.01 TESTING AND EQUIPMENT MATERIALS A. Tests instruments shall be calibrated to references traceable to the National Bureau of Standards and shall have a current sticker showing date of calibration, deviation from standard, name of calibration laboratory and technician, and date recalibration is required. 2.02 SOURCE QUALITY CONTROL A. Submit reports of factory tests and adjustments performed by equipment manufacturers to the Engineer prior to field testing and adjustment of equipment. These reports shall identify the equipment and show dates, results of test, measured values and final adjustment settings. Provide factory tests and adjustments for equipment where factory tests are specified in the equipment specifications. The Engineer may inspect the fabricated equipment at the factory before shipment to job site. Provide the Engineer with sufficient prior notice so that an inspection can be arranged at the factory. PART 3— EXECUTION 3.01 SCHEDULING AND COORDINATION A. The Contractor shall inform the Engineer in advance of testing in accordance with the requirements listed in these specifications. B. Prior to scheduling the testing, the Contractor shall have satisfied himself that the project area is properly cleaned up; all patching and painting deemed necessary properly completed; and all systems, equipment and controls are functioning as intended. 3.02 TESTING A. Test all circuits for continuity, freedom from ground, and proper operation during progress of the work. B. Insulation Resistance, Continuity, and Rotation: 1. Perform routine insulation resistance, continuity and rotation tests for all distribution and utilization equipment prior and in addition to tests performed by the testing laboratory specified herein. C. Electric Motors: 1. Perform voltage, current and resistance tests on all motors 1/2 horsepower and larger installed this project. Insulation resistance readings shall be taken with a 500 volt megger for 30 seconds with the circuit conductors connected to the motor. Verify that an overload condition does not exist. D. Conduct special test as required for service and/or system ground. 3.03 FIELD QUALITY CONTROL A. General: 1. Conduct final test in the presence of the Owner and/or their authorized representative. Contractor shall provide all testing instrumentation and labor required to demonstrate satisfactory operation of systems, equipment and controls. B. Operational Tests: 1. Operational test all circuits to demonstrate that the circuits and equipment have been properly installed, adjusted and are ready for full-time service. Demonstrate the proper functioning of circuits in all modes of operation, and including alarm conditions, and demonstrate satisfactory interfacing with the data acquisition and alarm systems. 3.04 ARC FLASH, PROTECTIVE DEVICE COORDINATION, AND SHORT CIRCUIT ANALYSIS A. Provide the services of a recognized independent testing laboratory or power analysis consultant for the proper system coordination of the protective devices furnished on this project and for an Arc Flash Hazard Study. Submit the name and the qualifications of the laboratory or consultant for review by the Engineer; qualifications must include professional registration of proposed personnel as electrical engineers. B. The protective device on the line side closest to the fault or abnormal conditions shall isolate the problem portion of the system and minimize damage in that portion. The rest of the system shall be maintained in normal service. The coordination shall be in conformance with the recommendations of latest IEEE Standard 242. C. Provide an Arc Flash Hazard Study for the electrical distribution system shown on the Plans. The intent of the Arc Flash Hazard Study Is to determine hazards that exist at each major piece of electrical equipment shown on the one-line diagrams. This includes proposed and existing switchgear, switchboards, panelboards, motor control centers, generators, transfers switches, circuit breakers, and transformers. The study will include creation of Arc Flash Hazard Warning Labels listing all items as required in NFPA 70E-2015. These labels serve as a guide to assist technicians and others in the selection of proper Personal Protective Equipment when working around exposed and energized conductors. The electrical contractor will install the labels. The are flash hazard study will shall consider all operating scenarios during normal conditions, alternate operations, emergency power conditions, and any other operations which could result in maximum arc flash hazard. The label shall list the maximum incidental energy calculated and the scenario number and description on the label. D. Submit the analysis that shall include arc flash, impedance, and short circuit calculations, list of any assumptions made and the analysis, the recommended settings of the protective devices, and the system time/current characteristic curves. The submittal shall be completed and submitted in conjunction with the motor control center and circuit breaker submittals to allow time for review and re-submittal, if necessary, before the implementation of final settings and adjustments by the testing laboratory. 3.05 CONDUCTOR TEST REPORT Conductor Test Re ort Page 1 of 1 PROJECT: OWNER: Contractor Co. Name Phone Number: Tested by: Test Date: Race- V c Operating. Load Voltage Insulation Resistance- OHMS way Label M (2) (3) VAB VCB VGA VAN VBN VCN A-B B-C C-A A-G B-G C-G P1 P2 P3 P4 P5 P6 LP7 — (1) Refer to raceway and wire schedule and one-line diagram for description of feeder identified by label shown on this report (2) Visual Inspection —Check when completed (3) Continuity Test—Check when completed (4) Not all circuits shown. See Conduit and Conductor schedules on Plans for raceway labels. 3.06 GROUND ELECTRODE RESISTANCE TEST REPORT Ground Electrode Resistance Test Report PROJECT: OWNER: Contractor Co. Name: Phone Number: Tested by: Test Date: Test Meter Type: Test Distance-D: Soil Conditions: Measured Resistance: DESCRIPTION OF TEST PROCEDURE, CONDITIONS, RESULTS: END OF SECTION SECTION 16060 ELECTRICAL—GROUNDING AND BONDING PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation requirements for the grounding of electrical systems and equipment. 2. Material requirements for the grounding of electrical systems and equipment. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAG Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.In i.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association —US (CSA-US) B. Assure ground continuity is continuous throughout and verify that a low resistance ground path is provided for all circuits so an accidental contact to ground of any live conductor will instantly trip the circuit. 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Ground rods, bus, fittings, clamps, and connectors: 1. Burndy; 2. Or Equal B. Ground rod boxes: 1. Pipe Inc. Model No. 12R-12A and 12R-12T; 2. Or Equal 2.02 COMPONENTS A. General: 1. The grounding systems shall consist of the ground rods, grounding conductors, ground bus, ground fittings and clamps, and bonding conductors to water piping as shown or the Plans. 2. System components shall be as allowed in the N.E.C. unless specified otherwise. B. Ground Rods: 1. Ground rods shall be cone pointed copper clad Grade 40 HIS steel rods conforming to ASTM B228. The welded copper encased steel rod shall have a conductivity of not less than 27% of pure copper 5/8" x 8ft copper clad, UL Listed. C. Ground Conductors: 1. Buried conductors shall be medium-hard drawn bare copper; other conductors shall be soft drawn copper, stranded. Coat all ground connections except the exothermic welds with electrical joint compound, non-petroleum type, UL listed for copper and aluminum applications. D. Ground Rod Boxes: 1. Boxes shall be a 9-inch diameter precast concrete unit with hot-dip galvanized traffic cover. Boxes shall be 12-inches deep minimum. Covers shall be embossed with the wording "Ground Rod", PART 3— EXECUTION 3.01 INSTALLATION A. All contacting surfaces of grounding connections shall be cleaned to bright metal before connection is made. B. Provide an equipment grounding conductor in every conduit carrying a circuit of over 110 volts to ground. C. Make embedded or buried grounding connections, taps and splices with exothermic welds. Coat ground connections. D. Provide an equipment grounding conductor in all PVC conduits. E. Install ground conductors in PVC conduit where subject to damage. All grounding conductors smaller than#6 AWG shall be protected. F. Provide a ground rod box for each ground rod so as to permit ready access to facilitate testing. 3.02 TESTING A. Following completion of the grounding electrode system, measure ground resistance at each ground rod using the three rod method. Submit results to Engineer prior to final acceptance by the Owner. B. Perform testing per NETA Standard ATS paragraph 7.13. Testing methods shall conform to NETA Standard ATS using the three electrode method for large systems. Conduct tests only after a period of not less than 48 hours of dry weather. C. Furnish to the Engineer a test report with recorded data of each ground rod location END OF SECTION SECTION 16120 CONDUCTORS PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all conductors and cables rated to 600 volts used for power, lighting, receptacle, signal, and control circuits. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adapted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.In i.wa.gov/Trades Licens i ng/Electrical/I n stal I/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 GENERAL A. All conductors shall be copper. Wire or cable not shown on the Plans or specified, but required, shall be of the type and size required for the application and in conformance with the applicable code. B. With the exception of lighting, communications, paging, security and receptacle circuits, the type, size and number of conductors shall be as specified on the Drawings or schedules. Lighting and receptacle circuit conductors may be unscheduled and shall be sized by the Contractor in accordance with the NEC. Number and types of communication, paging, and security cables shall be as required for the particular equipment provided. 2.02 LOW VOLTAGE WIRE AND CABLE A. All conductors shall be stranded copper only. B. Stranded copper conductors shall be 600 volt Type THHWN, Class B stranding, sizes #14 AWG, #12 AWG, and#10 AWG only, for conductors in a dry location. C. Stranded copper wire shall be 600 volt Type XHHW, Class B stranding, sizes #8 AWG and larger. D. Conductors in a wet, damp or corrosive location shall be 600 volt Type XHHW, Class B stranding. E. Luminaire conductors shall be 600 volt, silicone rubber insulated, 200°C, UL Type SF-2, with stranded copper conductors. F. Control cable (CC) shall be 90`C, 600 volt, UL listed multiconductor tray cable, Type PLTC. Individual conductors shall be #14 AWG, unless otherwise noted. CC shall have 15 mils PVC insulation and 4 mils nylon over individual conductors; outer jacket shall be 45 mils thickness for up to 7 conductor cables and 60 mils for 9 through 19 conductor cables. Control cables shall be Dekoron Type IC99; Alpha type TC or equal. G. Splices: 1. For Lighting Systems and Power Outlets: a. Wire nuts shall be twist-on type insulated connectors utilizing an outer insulating cover and a means for connecting and holding the conductors firmly. 2. All Equipment: a. Crimp type connectors shall be nylon insulated type, suitable for the size and material of the wires and the number of wires to be spliced and for use with either solid or stranded conductors, for conductors sizes 18 thru 12 AWG. b. Epoxy splice kits shall include epoxy resin, hardener, mold, and shall be suitable for use in wet and hazardous locations. 3. Division 16 Equipment and Power Conductors: a. Bolted pressure connectors shall be suitable for the size and material of the conductors to be spliced. Bolted pressure connectors shall be copper only, installed with the connector manufactures required tooling. H. Terminations: I. Crimp type terminals shall be self-insulating sleeve type, with ring or rectangular type tongue, suitable for the size and material of the wire to be terminated, and for use with stranded conductors. for conductors sizes 18 thru 12 AWG 1. Terminal lugs shall be split bolt or bolted split sleeve type in which the bolt or set screw does not bear directly on the conductor. 2. Wire Markers shall be plastic sleeve type. Wire numbers shall be permanently imprinted on the markers. J. Provide the following conductors for the following applications: 1. Stranded Copper, Size #14 AWG and Larger, Individual Conductors or CC: a. As shown on the Plans for the control of motors or other equipment. Stranded Copper, Sizes#12 AWG and Larger: a. As shown on the plans for motors and other power circuits. 2. Fixture Wire: a. For connections to all fixtures in which the temperature may exceed the rating of branch circuit conductors. K. Color Coding: 1. Provide color coding for all circuit conductors. Insulation color shall be white for neutrals and green for equipment grounding conductors. An isolated ground conductor shall be identified with an orange tracer in the green body. Ungrounded conductor colors shall be as follows: a. 120/208 Volt, 3 Phase: Red, black and blue. b. 277/480 Volt, 3 Phase: Yellow, brown and orange. c. 120/240 Volt, 1 Phase: Red and black. d. DC Wiring: Blue ungrounded, DC grounded white with a blue stripe. 2.03 SIGNAL CABLE A. Twisted Shielded Pairs (TSP) cable shall conform to IEEE 383, UL 13, and UL 83 and shall be type PLTC cable suitable for direct burial. Each TSP shall consist of two #16 AWG, 7- strand copper conductors per ASTM B8 with 15 Mils PVC insulation and individual conductor jacket of nylon. Conductors shall be twisted with 2-inch or shorter lay, with 100 percent foil shielding and tinned copper drain wires. The cable shall have an overall PVC jacket with a thickness of 35 mils. The insulation system shall be rated at 90 degrees Celsius and for operation at 600 volts. PART 3— EXECUTION 3.01 LOW VOLTAGE WIRE AND CABLE INSTALLATION A. Conductors installed outside of a building shall be stranded copper 600 Volt Type XHHW. B. Conductor Splices: 1. Splices: Install all conductors without splices unless necessary as determined by the Engineer. Splices when permitted and terminations shall be in accordance with the splice or termination kit manufacturer's instructions. 2. Watertight Splices: Splices in concrete pullboxes or below grade, for any type of cable or wire, shall be watertight. Make splices in low voltage cables using epoxy resin splicing kits rated for application up to 600 volts. C. Conductor Identification: 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. D. Testing: 1. Insulation Resistance Tests: a. For all circuits 150 volts to ground or more and for all motors circuits over 1/2 horsepower, test cables per NETA Paragraph 7.3.1. The insulation resistance shall be 20 megohms or more. Submit results to Engineer for review. 3.02 SIGNAL CABLE INSTALLATION A. Cables shall be continuous from initiation to termination without splices except where specifically indicated. No splicing is acceptable. B. Install instrumentation cables in separate raceway systems with voltages not to exceed 30 volts DC except where shown on the plans. C. Conductor Identification: 1. Except for interior lighting and receptacle circuits, identify each wire or cable at each termination and in each pullbox, junction box, handhole, and manhole using numbered and lettered wire markers. All electrically common conductors shall have the same number. Each electrically different conductor shall be uniquely numbered. Identify panelboard circuits using the panelboard identification and circuit number. Identify motor control circuits using the equipment identification number assigned to the control unit by the motor control center manufacturer and the motor control unit terminal number. Identify other circuits as shown in the circuit schedule as determined by the Engineer. 2. Conductors between terminals of different numbers shall have both terminal numbers shown at each conductor end. The terminal number closest to the end of the wire shall be the same as the terminal number. END OF SECTION SECTION 16130 CONDUITS, RACEWAYS, BOXES, AND FITTINGS PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all conduits, conduit fittings, conduit supports, wireways, outlet boxes, pull and junction boxes. 2. Raceways shall be provided for power, control, instrumentation, grounding, lighting, receptacles, and signaling systems. Raceways consist of conduits, tubing, and wireway. For the purpose of this specification, conduit and tubing is collectively described as conduit. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.ini.wa.gov/TradesLicensi ng/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association— US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 6. Electrical Testing Laboratories (ETL) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 GENERAL A. All materials shall be new, free from defects, of current manufacturer, of quality specified or shown. Each type of material shall be of the same manufacturer throughout the work. B. With the exception of lighting, communications, paging, security and receptacle circuits, the type and size of the raceway shall be as specified on the Drawings or schedules. In case of conflicts between the drawings and the specifications, the drawings shall prevail. Lighting and receptacle raceway may be unscheduled and shall be sized by the Contractor in accordance with the NEC. C. The number and size of communication, paging, and security raceways shall be as required for the particular equipment provided subject to the minimum sizes specified above. The type of raceway shall be in accordance with this specification. D. Conduit sizes not noted on Plans shall be in accordance with N.E.C. requirements for the quantities and sizes of wire installed therein. 2.02 CONDUIT AND FITTINGS A. Galvanized Rigid Steel (GRS): 1. Rigid conduit shall be steel, hot dipped galvanized inside and out. The GRS must meet USA Standards Institute C80-1 Underwriters Laboratories Standard UL6, and carry a ILL label. Use cast threaded hub fittings and junction boxes for all rigid conduit except in locations not permitted by the N.E.C. B. PVC Coated Rigid Steel Conduit: 1. PVC coated conduit shall meet the GRS standard above plus have a 40 mil PVC factory applied PVC coating and ETL listing. C. Nonmetallic Conduit: 1. Nonmetallic Conduit shall be rigid PVC, Schedule 40 or 80. PVC conduit installed above grade shall be Schedule 80 extra heavy wall 90 degree C. UL listed for aboveground use and UV resistant. Conduit shall be gray in color. Fittings shall be of the same material as the raceway and installed with solvent per the Manufacturer's instructions. Conduit, fittings and solvent shall all be manufactured by the same Manufacturer. D. Flexible Metal Conduit: 1. Flexible conduit shall be interlocking single strip, hot dipped galvanized and shall have a polyvinyl chloride jacket extruded over the outside to form a flexible watertight raceway. Flexible conduit shall be American Brass Company Sealtite Type VA, General Electrical Type UA or equal. 2.03 CONDUIT AND CABLE SUPPORTS A. Conduit Supports: 1. Hot dipped galvanized framing channel shall be used to support groups of conduit. Individual conduit supports shall be one-hole galvanized malleable iron pipe straps used with galvanized clamp backs and nesting backs where required. Conduit support for PVC or PVC coated rigid steel shall be one hole PVC or epoxy coated clamps or PVC conduit wall hangers. B. Ceiling Hangers: 1. Ceiling hangers shall be adjustable galvanized carbon steel rod hangers. Unless otherwise specified, hanger rods shall be Yz-inch all-thread rod and shall meet ASTM At 93. Hanger rods in corrosive areas and those exposed to weather or moisture shall be stainless steel. C. Racks: 1. Racks shall be constructed from framing channel. Galvanized channels and hanger rods shall be steel, hot dipped galvanized. Channels attached directly to structural surfaces shall be 14 gauge minimum thickness, 1-5/8-inch deep. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channels on all exterior areas and in corrosive areas shall be aluminum, stainless steel, or fiberglass. All hardware shall be stainless steel. Channel section shall be sufficient to limit deflection to 1/360 of span. Framing channel shall be manufactured by Unistrut or equal. 2.04 CONDUIT SEALANTS A. Moisture Barrier Types: 1. Sealant shall be a non-toxic, non-shrink, non-hardening, putty type hand applied material providing an effective barrier under submerged conditions. B. Fire Retardant Types: 1. Fire stop material shall be a reusable, non-toxic, asbestos-free, expanding, putty type material with a 3-hour rating in accordance with UL 1479. Provide products indicated by the manufacturer to be suitable for the type and size of penetration. 2.05 CONDUIT TAGS A. Conduit tags shall be corrosion resistant and remain legible after exposure to abrasion or aggressive fluids. Tags shall be crosslinked polyolefin construction. Manufacturer shall be Impact Industries or equal. 2.07 OUTLET AND JUNCTION BOXES A. Outlet and switch boxes shall be designed for mounting flush wiring devices. B. Outlet boxes shall not be less than 4" square and 1 1/2" deep. Ceiling boxes shall withstand a vertical force of 200 pounds for 5 minutes. Wall boxes shall withstand a vertical downward force of 50 pounds for 5 minutes. C. Use cast boxes with threaded hubs for all rigid and intermediate conduits. Steel boxes may be used with rigid and intermediate conduits where cast boxes are not allowed by the N.E.C. All boxes shall be of proper size to accommodate devices, connectors, and number of wires present in the box. Boxes shall be readily accessible. D. Cast box bodies and cover shall be cast or malleable iron with a minimum wall thickness of 1/8" at every point, and not less than 1/4" at tapped holes for rigid conduit. Bosses are not acceptable. Mounting lugs shall be provided at the back or bottom corners of the body. Covers shall be secured to the box body with No. 6 or larger brass or bronze flathead screws. Boxes shall be provided with neoprene cover gaskets. Outlet boxes shall be of the FS types. Boxes shall conform to FS W-C-586C and UL 514. E. Sheet metal boxes shall conform to UL 50, with a hot-dipped galvanized finish conforming to ASTM A123. Boxes and box extension rings shall be provided with knockouts. Boxes shall be formed in one piece from carbon-steel sheets. F. Nan-metallic boxes shall be hot-compressed fiberglass, one-piece, molded with reinforcing of polyester material, with a minimum wall thickness of 1/8". Box shall be supported and secured so that the enclosure is watertight and maintains the panel NEMA rating and UL listing. Secure boxes to the generator shelter column per section 16010. 2.08 WATERTIGHT ENCLOSURES A. Watertight enclosure shall be equal to Hoffman. B. Watertight enclosures for vault and exterior electrical outlets shall be molded from fiberglass reinforced polyester material. A hinged cover shall be gasketed and opened with quick release latches. The conduit penetrations shall be sealed watertight. PART 3— EXECUTION 3.01 CONDUIT INSTALLATION A. PVC Coated GRS conduit shall be used in all locations unless notes otherwise. PVC coated GRS conduit shall be installed below all buildings, structures, in concrete and in corrosive areas for all power and instrumentation circuits. GRS conduit that penetrates from the floor slab or walls inside a corrosive area shall be PVC coated per the specifications. B. PVC Schedule 40 conduit may be used underground in contact with the earth for power circuits only. When PVC conduit for power circuits is used underground in contact with the earth, the PVC shall transition to PVC coated GRS conduit five (5) feet from any building, structure, foundation wall or floor slab. The only exception shall be concrete electrical vaults or hand holes. C. GRS conduit shall be used for all instrumentation (signal) circuits. PVC coated GRS shall be used for all underground instrumentation conduits. PVC coated GRS instrumentation conduit may transition to GRS conduit once inside a building or structure. The only exception shall be concrete electrical vaults or hand holes. D. Flexible Metal Conduit shall be used for final connection to motors and vibrating equipment. Jacketed flex with threaded fittings shall be used outside and in wet corrosive atmosphere. Maximum length of flexible conduit shall be as allowed by NEC. E. Spare conduits shall contain one 3/16 inch diameter nylon pull rope. F. Conduit routing is shown diagrammatic on the Plans. Contractor is responsible for routing the conduits in a neat manner, parallel and perpendicular to walls and ceilings. G. Securely fasten raceways at intervals and locations required by N.E.C., or the type raceway employed. H. Location of conduit ends are shown approximately. Contractor is responsible for ending conduits in location that will not conflict with electrical equipment. Route conduit ends to facilitate ease of equipment maintenance. Conduits extending from the floor to a device shall be located as close as possible to avoid creating a hazard. I. Do not install one (1) inch and larger raceways in or through structural members (beams, slabs, etc.) unless approved by Engineer. J. All raceways shall contain a separate grounding conductor. K. Conduit Encasement or Embedment in the earth shall be separated from the earth by at least 3-inches of concrete unless otherwise shown on the Plans. Plastic conduit spacers shall be located 5 feet on centers. The spacers shall be secured to the conduits by wire ties. The conduits shall be watertight. L. Install explosion-proof seal-offs in hazardous areas shown on the Plans as required by the N.E.C. M. Plastic raceway joints shall be solvent cemented in accordance with recommendations of raceway manufacturer. N. Avoid cutting openings, where possible, by setting sleeves or frames, and by requesting openings in advance. O. Conduit Identification: 1. In each manhole, handhole, pullbox, cabinet, motor control center or other equipment enclosure, identify each conduit using the conduit number shown on the Plans by means of a conduit tag affixed with stainless steel wire. Where affixing a tag is not feasible, identify conduits by stenciling. Stencil all exposed conduits for identification at least once in a room. 3.03 OUTLET AND JUNCTION BOX INSTALLATION A. Where only cast aluminum is available for certain types of fixture boxes, an epoxy finish shall be provided. 3.04 WATERTIGHT ENCLOSURE INSTALLATION A. An epoxy plug shall be installed in the conduit to prevent the migration of water into the conduit. The enclosure shall be NEMA rated and installed per all applicable codes. END OF SECTION SECTION 16135 ELECTRICAL - SITE WORK PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Installation requirements for underground conduits. 2. Material requirements for underground marking tape. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.25 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.goviTradesLicensi ng/Electrical/Install/defau It.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association— US (CSA-US) 5. Electrical Testing Laboratories (ETL) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Underground Marking Tape: 1. Brady "Detectable Identoline— Buried Underground Tape", 2. Or Equal 2.02 UNDERGROUND MARKING TAPE (DETECTABLE TYPE) A. Underground marking tape shall be for location and early warning protection of buried power and communication lines. Tape shall be detectable by a pipe/cable locator or metal detector from above the undisturbed ground. Tape shall be nominally 2 inches wide with a type B721 aluminum foil core laminated between two layers of 5 mil thickness polyester plastic. The plastic color shall be red for electrical lines and orange for telephone lines. PART 3— EXECUTION 3.01 CONSTRUCTION A. Provide all excavation, trenching, backfill and surface restoration required for the electrical work. B. Trenching shall be to depths as required by Code, particular installation, or as shown on the Plans. Trench width and length as required by the installation or as shown. Trench bottom shall be free of debris and graded smooth. Where trench bottom is rock or rocky, or contains debris larger than 1 inch or material with sharp edges, over excavate 3 inches and fill with 3 inches of sand. Separation between new electrical utilities and other utilities shall be 1 foot 0 inches minimum. Perform crossing of concrete or asphalt only after surface material has been saw cut to required width and removed. C. Backfill around raceways shall be 3-inches of sand for systems of 600 volt or less. Provide red or orange marker tape over raceways below grade. Place backfill material to obtain a minimum degree of compaction of 95 percent of maximum density at optimum moisture content. Moisten backfill material as required to obtain proper compaction. Do not use broken pavement, concrete, sod roots, and debris for backfill. 3.02 HANDHOLE AND VAULT INSTALLATION A. Metallic Conduits entering vault enclosures shall have grounding bushings installed and the conduit ends shall be sealed with Permagum sealing compound. END OF SECTION SECTION 16140 WIRING DEVICES PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all receptacles, switches, and other wiring devices indicated on the Drawings. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ir i.wa.gov/TradesLicensing/Electrical/Install/defauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association— US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 GENERAL A. Wiring devices shall be UL approved for the current and voltage specified and shall comply with NEMA WD-1. Devices shall contain provisions for back wiring and side wiring with captively held binding screws. Devices shall be brown except those located in finished areas shall be ivory. 2.02 RECEPTACLES A. Receptacles shall be heavy duty, high abuse, grounding type conforming to NEMA configurations, NEMA WD1 and UL 514 Standards. B. Indoor Single and Duplex Receptacles: 1. Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacles shall be Hubbel 5362, General Electric 4108-2, or equal. Color shall be brown in industrial areas and ivory or white in office and laboratory areas. C. Outdoor Single and Duplex Receptacles: 1. Receptacles shall be duplex, 20 amp, NEMA 5-20R, and shall accept NEMA 5-15P and 5-20P plug caps. Receptacle and plug caps shall be corrosion resistant, marine duty with yellow polycarbonate weatherproof lift covers. Receptacles shall be Hubbell 53CM62/53CM21 or equal. D. GFI Receptacles: 1. Device shall be rated 20 amp, 2-pole, 3-wire, 120 volt, conforming to NEMA WD1.10 configuration. Device shall have a test and reset push buttons. GFI device shall be Hubbell 5362 or equal. 2.03 LINE VOLTAGE SWITCHES A. Line Voltage Types: 1. Switches shall be rated 20 amps at 120 or 277 volts AC only. Units shall be flush mounted, self-grounding, quiet operating toggle devices. Handle color shall be brown in industrial areas and white or ivory in office or laboratory areas. Units shall conform to Federal Specifications W-S-896 D and E, UL 20, and NEMA WD1 standards. Line Voltage Switches shall be Leviton, 1201 LHI, or equal. 2.04 PLATES A. Plates shall be of the style and color to match the wiring devices, and of the required number of gangs. Plates shall conform to NEMA WD1, UL 514, and ANSI C73. In noncorrosive indoor areas, device plates shall be made of sheet steel, zinc electroplated with chrome finish. B. Device plates in corrosive or outdoor areas shall be corrosion-resistanUmarine-duty type with weather protective double doors. Device plates for explosion-proof equipment shall be factory provided with the equipment. C. Plates shall be manufactured by Crouse-Hinds, Appleton, or equal. PART 3— EXECUTION 3.01 RECEPTACLE INSTALLATION A. Position of Outlets: 1. All outlets shall be centered with regard to building lines, furring and trim, symmetrically arranged in the room or outside the structure. Device outlets shall be set plumb and shall extend flush to the finished surface of the wall, ceiling or floor without projecting beyond the same. B. Unless otherwise noted or shown on the Drawings, wall mounted outlet devices shall generally be 24-inches above the floor, 18 inches in architecturally treated areas, above process piping near process valve boards. 3.02 LINE VOLTAGE SWITCH INSTALLATION A. Unless otherwise noted or shown on the Drawings, wall mounted switches shall generally be 48-inches above the floor. 3.03 PLATE INSTALLATION A. Device plates shall be provided with engraved laminated phenolic nameplates with 1/8-inch white characters on black background. Nameplates for switches shall identify panel and circuit number and area served. Nameplates for receptacles shall identify circuit and voltage if other than 120 volts, single phase. B. Interior Dry Locations: 1. Install plates so that all four edges are in continuous contact with the finished wall surfaces. Plaster filled will not be permitted. Do not use oversize plates or sectional plates. C. Exterior and/or Wet Locations: 1. Install plates with gaskets on wiring devices in such a manner as to provide a rain tight weatherproof installation. Cover type shall match box type. 3.04 WIRING DEVICE TESTING A. After installation of receptacles, circuits shall be energized and each receptacle tested for proper ground continuity, reversed polarity, and/or open neutral condition. B. GFI receptacles shall be tested with the circuits energized. Devices shall be tested with a portable GFI receptacle tester capable of circulating 7.5 milliamperes of current, when plugged in, between the "hot' line and "ground" to produce tripping of the receptacle. Resetting and tripping shall be checked at least twice at each GFI receptacle. C. Submit results of all field testing to the Engineer for review. END OF SECTION SECTION 16230 ENGINE GENERATOR SET- DIESEL PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for engine generator set and accessories. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. The generator set shall conform to the following codes and standards. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/defauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 6. ISO 8528 G1/G2 (International Standardization Organization) 7. IEC60034-1 (International Electro technical Commission) 8. EN61000-6 (Electromagnetic Compatibility) 9. NEMA MG-1-22 (National Electrical Manufacturers Association) — Motors and Generators 10. IEC60034 (International Electro technical Commission) 11. C22.2 No. 100 (Canadian Electrical Code) 12. UL142 (Underwriters Laboratories)— Fuel Tank Construction 13. NFPA 70, NFPA 99 and NFPA 110. 14. IBC Certification (International Building Code) 15. UL 2200 (Underwriters Laboratories) — Standard for Stationary Engine Generator Assemblies. B. Requirements and Codes: 1. The equipment supplied shall meet the applicable requirements of the NEC and all applicable local codes and regulations. The generator set shall be constructed completely of all new components of current production. The supplier of the diesel engine must be the same entity as the generator packager and have a minimum of 25 years of equipment manufacturing experience. The source packaging facility must be certified to ISO9001 standards. 2. The generator set installation and on-site testing shall conform to the requirements of the following codes and standards, as applicable. The generator set shall include necessary features to meet the requirements of these standards. a. IEEE446— Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications b. NFPA37 c. NFPA70— National Electrical Code. Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. d. NFPA99— Essential Electrical Systems for Health Care Facilities e. NFPA110— Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1 prototype tests required by this standard shall have been performed or a complete and functional unit, component level type tests will not substitute for this requirement. 3. The generator set and supplied accessories shall meet the requirements of the following standards: a. NEMA MG1-1998 part 32. Alternator shall comply with the requirements of this standard. b. 142—Sub-base Tanks c. 1236— Battery Chargers d. UL2200. The generator set shall be listed to UL2200 or submit to an independent third party certification process to verify compliance as installed. 1. The control system for the generator set shall comply with the following requirements. a. CSA C22.2, No. 14— M91 Industrial Control Equipment. b. EN50082-2, Electromagnetic Compatibility—Generic Immunity Requirements, Part 2: Industrial. c. EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. d. FCC Part 15, Subpart B. e. IEC8528 part 4. Control Systems for Generator Sets f. IFC Sid 801.2, 801.3, and 801.5 for susceptibility, conducted, and radiated electromagnetic emissions. g. UL508. The entire control system of the generator set shall be UL508 listed and labeled. h. UL1236—Battery Chargers. 5. The generator set manufacturer shall be certified to ISO 9001 International Quality Standard and shall have third party certification verifying quality assurance in design/development, production, installation, and service, in accordance with ISO 9001. C. Qualifications and Service: 1. The engine-generator supplier shall maintain 24-hours parts and service capability within 15 miles of the buyer's location. The distributor shall stock parts as needed to support the generator set package for this specific project. The supplier must carry sufficient inventory to cover no less than 80% parts service within 24 hours and 95% within 48 hours. The supplier shall provide factory certified electric power service technicians 1.03 SUBMITTALS A. Shop Drawings: 1. Indicate electrical characteristics and connection requirements. Include plan and elevation views with overall and interconnection point dimensions, fuel consumption rate curves at various loads, ventilation and combustion air requirements, electrical diagrams including schematic and interconnection diagrams. B. Product Technical Data: 1. Provide submittal data for all products specified in PART 2 of this Specification. 2. Submit data showing UL listing, dimensions, weights, rating, interconnection points, and internal wiring diagrams for engine, generator, enclosure, control panel, battery, battery charger, block heater, exhaust silencer, vibration isolators. a. Manufacturer's Warranty Statement b. Test Report: Indicate results of performance testing c. Manufacturer's Field Report: Indicate inspections, findings, and recommendations. d. Evaluation of engine generator size based in starting requirements. Provide calculations verifying transient voltage dip will not exceed 15 percent with sudden application of rated load. The Engineer shall provide a load profile to assist the manufacturer in calculating the voltage dip. e. Plan of diesel generator set offered showing interconnecting wiring diagrams; all wiring in unit and on Plans shall be number coded. f. Literature describing the diesel engine generator set. g. Literature describing auxiliary equipment to be furnished. h. The following shall be furnished in tabular form: 1. Engine make 2. Number of cylinders 3. Bore (in inches) 4. Stroke (in inches) 5. Generator make and type 6. Generator electrical rating, kVA 7. Cubic inch displacement Fuel oil consumption 8. Exciter and type 9. Horsepower at rated load 10. Enclosure size, exterior dimensions C. Provide three (3) copies of manufacturer's operating and maintenance instructions for each piece of equipment. Information shall be complete and in suitable form for ready use by Owner's operations staff. Catalog cuts and information regarding spare parts shall be included. Operating manuals and instructions shall be assembled in hardback binders. 1.04 PROJECT CONDITIONS A. Engine generator system shall withstand the following environmental conditions without mechanical or electrical damage or degradation of performance capability: 1. Maximum Ambient Temperature: 40 degrees C. 2. Altitude: Sea level to 1740 meters PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with these specifications, the generator manufacturer shall be: 1. Cummins, no substitutions. B. Ensure engine generator and accessories are provided by the above named manufacturer and its authorized dealer. Ensure local availability of service and replacement parts. C. No exception or proposed equivalents will be accepted, permitted, or considered. 2.02 DESIGN CRITERIA A. Provide a complete packaged standby generation system for automatic standby power to the City of Kent. Provide a diesel powered engine generator set, sound attenuated enclosure, battery charger, batteries, sub-base fuel tank, and all electrical and other appurtenances necessary for a complete and functioning system. The unit shall be installed on a welded steel frame within a sound attenuated enclosure mounted to a triple wall steel sub-base fuel tank that can in itself be anchored to a concrete base. The generator dimensions shall be as shown on the Plans. B. The generator shall be powered by a diesel engine with documented compliance to current Washington state EPA emission standards. C. The generator shall have well documented warning and instructions so as to highlight electrical hazard and operation indications using internationally recognized ISO symbols. D. Insulate, enclose, or guard exposed parts subject to high-operating temperatures or energized electrically, and moving parts which are of such nature or so located as to be a hazard to operating personnel. Safety devices and safety measures shall not impair the proper functioning of any part of the set. E. Parts which require adjustment or servicing (not repair or replacement) to permit operation of the sets shall be arranged to provide optimum ease of servicing. Adjustment, repair, and replacement of parts, assemblies, and accessories shall be passible with minimum drainage and minimum disturbance of set. Maintenance shall be passible by use of common tools. F. Design, construct, and install complete engine generator set to be free from objectionable vibration in any mode. Freedom from torsional vibration shall be demonstrated during factory test performed on the set provided, and proof of torsional acceptability shall be provided by the manufacturer. G. All materials and parts comprising the unit shall be new and unused. 2.03 PERFORMANCE CRITERIA A. The engine generator set provided shall not have a standby rating less than 300 kW at 0.8 PF with fan. The generator shall be capable of this rating while operating in an ambient condition of 40 degrees C. Rating of diesel engine-generator set shall be based on operation of set when equipped with all necessary operating accessories such as radiator, fan, air cleaners, lubricating ail pump, fuel injection pump, jacket water pump, and governor charging generator. B. Generator shall meet the following requirements: 1. Standby rating —300 Kilowatt 2. Voltage—480/277 volts, 4-wire 3. Phase—3 phase 4. Frequency— 60Hertz 5. Engine Speed— 1800 RPM 6. Insulation—Class H 7. Wiring— 12 lead reconnectable 8. Ambient Temperature—40 degrees C (max) and altitude of 1000 feet. 9. Current Washington State EPA requirements for Standby Units. 10. Fuel System — No. 2 diesel fuel oil C. Allowable temperature rise in the generator shall not exceed 130 degrees C. D. The alternator shall produce a clean AC voltage waveform, with not more than 5% total harmonic distortion at full linear load, when measured from line to neutral, and with not more than 3% in any single harmonic, and no 3rd order harmonics or their multiples. Telephone influence factor shall be less than 40. E. The generator set shall accept a single step load of 100% of rated load at 0.8 power factor and recover to rated speed and voltage as required in NFPA 110. F. Voltage regulation shall be plus or minus 0.5 percent for any constant load between no load and rated load. Random voltage variation with any steady load from no load to full load shall not exceed plus or minus 0.5 percent. O. Frequency regulation shall be isochrorous from steady state no load to steady state rated load. Random frequency variation with any steady load from no load to full load shall not exceed plus or minus 0.5%. H. The generator set shall be certified by the engine manufacturer to be suitable for use at the installed location and rating, and shall meet all applicable exhaust emission requirements at the time of commissioning. I. Safety Devices: Engine shutdown on high water temperature, low water level, low oil pressure, over speed, local emergency stop button, remote emergency stop button, and engine over crank. J. Engine Starting: DC starting system with positive engagement, number and voltage of starter motors in accordance with manufacturer's instructions. Furnish remote starting circuit, with MANUAL-OFF-REMOTE selector on engine-generator control panel. K. Engine Jacket Heater: Thermal circulation type water heater with integral thermostatic control, sized to maintain engine jacket water heater 90 degrees F, and suitable for operation on 120 VAC, 20 A circuit. L. The complete generator set shall be rated per IS08528 at 150 kW at 0.8 PF standby rating, based on site conditions of: Altitude 1740 meters, ambient temperatures of 40 degrees C, based on temperature measured at the control for indoor installations, and measured at the air inlet closest to the alternator for outdoor equipment. M. Standby power output ratings shall be defined per IS08528 as delivering an average load factor of the standby power rating with varying load for an unlimited (Standby) number of hours per year with a permissible 10% overload capability for standby emergency purposed for 1 in 12 hours. 2.04 MANUFACTURED UNITS A. The general design of the engine generator furnished shall be manufacturer's standard, except where it differs from the requirements of these specifications. Engine shall, as a minimum, be in accordance with requirements of this specification and may be manufacturer's standard commercial product with added features needed to comply with these requirements. Additional or better features which are not specifically prohibited by this specification, but which are a part of the manufacturer's standard commercial products, shall be included in the engine generator being furnished. A standard commercial product is a product which has been or will be sold on the commercial market through advertisements or manufacturer's catalogs, or brochures, and represents the latest production model. 2.05 COMPONENTS A. Engine: 1. The engine shall be a turbocharged, four-cycle, 6.7 liter displacement diesel engine. It shall be water-cooled and operate with nominal speed not exceeding 1800 RPM. The Brake Mean Effective Pressure (BMEP) shall not exceed 251 psi for operating at the standby power rating. The engine will utilize in-cylinder combustion technology, as required, to meet applicable EPA non-road mobile regulations for compression ignition engines. Actual engine emissions values must be in compliance with applicable EPA emissions standards per ISO 8178— D2 Emissions Cycle at specified ekW/bHP rating. Utilization of the "Transition Program for Equipment Manufacturers" (also known as "Flex Credits") to achieve EPA certification is not acceptable. Emissions requirements/certifications of this package: EPA Tier 2. 2. The engine will be equipped with an isochronous electronic governor, compliant with ISO3046 3. Class Al providing steady state speed regulation to =/- 0.25%. B. Generator: 1. The generator shall be screen protected and drip-proof, permanent magnet, self- regulating, brushless generator with fully interconnected damper windings, IC06 cooling system and sealed-for-life bearings. A 2/3 pitch factor is standard on all stator windings. Voltage output shall be 480/277 volt 3-phase. 2. The generator shall be UL listed 3. Generator shall be a revolving field, 4-pole brushless connection to the alternator. Generator rotor shall have been dynamically balanced and aligned with the engine, and connected to the engine using a flexible disc coupling. C. Insulation System: 1. The insulation system shall be Class H with windings impregnated in a triple dip thermo-setting moisture, oil and acid resisting polyester varnish plus a heavy coat of anti-tracking varnish for additional protection against moisture or condensation. D. Electrical Characteristics: 1. Electrical design in accordance with BS5000 Part 99, IEC60034-1, EN61000-6, NEMA MG-1.22. E. Voltage Regulator: 1. The fully sealed automatic voltage regulator shall maintain the voltage within the limits of ±0.5% at steady state from no load to full load. Nominal adjustment shall be by means of menu buttons on the control panel protected by a password. 2. Engine-generator unit shall have a steady state voltage regulator. Generator set shall be capable of recovering to a minimum of 90% of rated no load voltage following the application of the specified kVA load at near zero power factor applied to the generator set. Maximum voltage dip on application of this load, considering both alternator performance and engine speed changes shall not exceed 15%. 3. Supply generator with a voltage level control to provide an adjustable output voltage of plus/minus five percent. Mount voltage control device on engine control panel. F. Permanent Magnet Generator: 1. The generator shall be equipped with a permanent magnet for excitation and providing 350% short circuit capabilities, enhanced motor starting and non-linear loading performance. G. Waveform Distortion, THE and TIF Factors: 1. The total distortion of the voltage waveform with open circuit between phases or phase and neutral shall be in the order of 1.8. H. Radio Interference: 1. Suppression shall meet all of the requirements of EN61000-6. I. Electric Starting System: 1. The starting system shall consist of a 24 V system with 10A battery charging alternator, and starter motor on engine. A 24 V heavy duty maintenance free, battery rack, and cables on the generator set base frame shall be provided. A UL and CSA Listed 120 VAC battery charger shall be frame mounted. 2. Engine shall be equipped with electric starting system of sufficient capacity to crank engine at a speed which will allow for full diesel start of the engine. Arrange starting pinion to disengage automatically when diesel engine starts. 3. Furnish storage batteries with rack having sufficient capacity for cranking engine for at least 30 seconds at firing speed in ambient temperatures specified and with capacity for starting diesel engine a minimum of three times in immediate succession. Batteries and rack shall be easily removable without disassembly of engine components. J. Anti-Condensation Heaters: 1. 120VAC anti-condensation heaters shall be installed in the generator. The heater control circuitry shall automatically shut the heaters off when the generator set starts. K. Cooling System: 1. The generator set shall come with a horizontal discharge, cooling system designed to provide 1040 F ambient capability. The package mounted, cooling system shall be complete with radiator, blower fan, fan drive, drive guard, belt guards and shall ship from the factory with a 50% coolant antifreeze solution with corrosion inhibitor. The cooling system shall also include a coolant level reservoir/sight gauge and coolant drain line routed to the exterior of the package with shutoff valve. Refer to drawings for cooling system exhaust direction and orientation. 2. Cooling system shall consist of frame-mounted radiator with engine water pump fan assembly and fan guard. Radiator capacity shall be adequate using engine fan cooling to maintain safe operation at 1040 F ambient temperature. 3. Provide an engine thermostat to regulate engine water temperature as recommended by the manufacturer. Included in the cooling loop shall be a high-coolant temperature device to shut down engine through the engine control panel when engine temperature is excessive. 4. Provide cooling system water heaters suitable for operation on a 120-volt, 60 Hz current to maintain engine water temperature at 120 degrees F at an ambient temperature of 50 degrees F. Heaters shall be Kim jacket heaters or approved equal. Provide thermostatically controlled heaters. The coolant heater shall be UL 499 listed and labeled. Fill engine cooling system with a mixture of water, anti- freeze, and corrosion inhibitor to provide freezing protection at an ambient temperature of -20 degrees F. L. Components and Systems: 1. The generator shall be provided with the following: a. Circuit Breaker: One 3-pole MCCB with solid neutral (4-Wire). UL/CSA listed with shunt trip integral trip unit for electronic trip overload protection on MCCB. b. Block Heater: A 120 VAC Engine block heater, thermostatically controlled and sized to maintain manufacturers recommended engine coolant temperature to meet the start-up requirements of NFPA-99 and NFPA-110, Level 1. c. Air Restriction Kit Air cleaner restriction indicator to indicate the need for maintenance of the air cleaners. d. Generator Heater sized to prevent condensation in the generator. Generator heater shall not be energized when the generator is running. e. Battery Charger. f. Run Relay: Run Relay to provide a three-pole, double-throw relay with 10 amps at 120VAG contacts for indicating that the generator is running. N. Start/Stop Connections: 1. One two-wire set of remote start connection terminals shall be provided. N. Air Cleaners: 1. Engine shall be provided with one or more dry-type air cleaners of sufficient capacity to effectively protect working parts of the engine from dust, grit, and ash. O. Governor System: 1. An electronic governor system shall provide automatic isochronous frequency regulation. The control system shall actively control the fuel rate and excitation as appropriate to the state of the generator set. Fuel rate shall be regulated as a function of starting, accelerating to start disconnect speed, accelerating to rated speed. The governing system shall include a programmable warm up at idle and cool down at idle function. P. Lubrication: 1. The tube system shall come complete with spin-on tube oil filters, lube oil cooler, crankcase breather with collection assembly, and tube ail. The oil drain lines shall be routed to the base of the unit and designed to fully drain outside of frame, include valves to simplify the oil change process. 2. Engine shall have gear-type lubricating oil pump for supplying oil under pressure to main bearings, crank pin bearings, pistons, piston pins, timing gears, camshaft bearings, and valve rocker mechanism. 3. Provide effective lubricating oil filter, and locate and connect it so that lubricating oil is continuously filtered and cleaned. Filters shall be accessible, easily removed and cleaned, and equipped with spring-loaded bypass valve as insurance against stoppage of lubricating oil circulation in event the filters become clogged. 4. Engine shall have suitable lubricating oil cooler, either air-cooled or water-cooled, and provisions for draining oil by piping or other means to the outside of engine housing. Q. Frame: 1. Engine shall be factory-assembled and aligned on a heavy-duty steel base with integral fuel tank. Batteries shall be housed in an acid-resistant box, which shall be mounted on engine frame and adjacent to the engine. Location of battery housing shall not interfere with maintenance and inspection of the engine. Construct the frame to insure proper alignment of all rotating parts and to prevent vibration build-up. Base shall permit skidding in any direction during installation and shall be provided with suitable holes for foundation bolts and vibration isolators. Provide vibration isolators, spring/pad type, quantity as recommended by the generator set manufacturer. Isolators shall include seismic restraints if required by the site location. 2. Set shall have provision for conveniently attaching hoisting slings as well as for fork lift pick-up. R. Sound-Attenuated Enclosure: 1. The generator set shall be provided with a sound-attenuated housing which allows the generator set to operate at full rated load in an ambient temperature of up to 100 degrees F. The enclosure shall reduce the sound level of the generator set while operating at full rated load to a maximum of 74 dBA at any location 7 meters from the generator set in a free field environment. 2. With the entire package listed under UL2200. The package shall comply with the requirements of the National Electrical Code for all wiring materials and component spacing. The total assembly of generator set, enclosure, and sub-base fuel tank (when used) shall be designed to be lifted into place using spreader bars. Housing shall provide ample airflow for generator set operation at rated load in an ambient temperature of 100 degrees F. The housing shall have hinged access doors as required to maintain easy access for all operating and service functions. All doors shall be pad lockable, and include retainers to hold the door open during service. Enclosure roof shall be cambered to prevent rainwater accumulation. Openings shall be screened to limit access of rodents into the enclosure. All electrical power and control interconnections shall be made within the perimeter of the enclosure. 3. All sheet metal shall be primed for corrosion protection and finish painted with the manufacturers standard color using a two-step electroccating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: a. Primer thickness, 0.5-2.0 mils. b. Top coat thickness, 0.8-1.2 mils. c. Gloss, per ASTM D523-89, 80% plus or minus 5%. d. Gloss retention after one year shall exceed 50%. e. Crosshatch adhesion, per ASTM D3359-93, 4B-5B. I. Impact resistance, per ASTM 1 120-160 inch-pounds. g. Salt Spray, per ASTM B117-90, 1000+ hours. h. Humidity, per ASTM 1 1000+ hours. i. Water Soak, per ASTM 1 1000+ hours. 4. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. 5. Enclosure shall be constructed of minimum 12 gauge steel for framework and 14 gauge steel for panels. All hardware and hinges shall be stainless steel. 6. A factory-mounted exhaust silencer shall be installed inside the enclosure. The exhaust shall exit the enclosure through a rain collar and terminate with a rain cap. Exhaust connections to the generator set shall be through seamless flexible connections. 7. The enclosure shall include the following maintenance provisions: a. Flexible coolant and lubricating oil drain lines, that extend to the exterior of the enclosure, with internal drain valves b. External radiator fill provision. c. Provide an external emergency stop button that is protected from accidental actuation. d. Provide motorized louvers to minimize air flow through the enclosure when generator set is not operating. Louvers shall include provisions to prevent accumulation of ice or snow that might prevent operation. e. Inlet ducts shall include rain hoods. f. A remote electrical distribution panel installed by the Contractor shall provide power to equipment inside generator requiring power including: motorized louvers, battery charger, coolant heater, GFI receptacles, LED light fixtures and switches, and alternator heaters. g. Two duplex GFI receptacles, one inside the enclosure, and a weatherproof receptacle on the outside of the enclosure. h. Two three-way switches controlling three AC LED lamps mounted in vapor tight and gasketed fixtures. i. Sub base tank fueling shall be done from outside the footprint of the sound attenuated enclosure j. The enclosure shall be insulated with non-hydroscopic materials. S. Exhaust System: 1. A complete exhaust system which includes an internally mounted critical silencer with flexible connector with horizontal exhaust discharge and weather flapper assembly shall be provided. a. Muffler/Silencer: Critical grade type, sized as recommended by engine manufacturer and selected with exhaust piping system to not exceed engine manufacturer's engine backpressure requirements. b. Sound level measured at a distance of 10 feet (3 m) from exhaust discharge after installation is complete shall be 95 dBA or less c. Muffler shall be rated as necessary to comply with City of Kent noise emission standards, and shall be furnished with the engine. The muffler and engine combination shall be sized to meet the power supply rating. d. All exhaust piping and fittings shall be stainless steel. Provide stainless steel supports as necessary for a secure rigid pipe system. e. Exhaust system for the diesel engine shall conform to codes set forth in the National Fire Protection Association, Volume 4, Section 211, and shall comply with recommendations for exhaust systems as specified by the diesel engine manufacturer. f. Pitch horizontal runs of exhaust pipe downward, away from engine. Completely support the exhaust system so no weight or stress is applied to engine exhaust manifold or turbocharger. g. Provide a condensate drain for the muffler through a petcock. h. The entire exhaust system shall be wrapped in an insulation blanket rated to withstand a minimum temperature of 1200°F. The exterior blanket shall be protected with a 0.016 aluminum jacket with weatherproof end cap. T. Fuel System: 1. Sub-Base Tank: Comply with UL142, factory-installed sub-base fuel tank assembly, with the following features: a. Containment: Integral rupture basin with a capacity of 150 percent of nominal capacity of day tank. A triple wall fuel tank is required. Fuel tank shall not have dimensions larger than 238" Length x 74" Width x 34" Height. b. Leak Detector: Locate in rupture basins and provide dry alarm contacts to alarm in the event of day-tank leak. c. Tank Capacity: 1,600 useable gallons. d. Low-Level Alarm Sensor: Liquid-level device operates alarm contacts at 25 percent of normal fuel level. e. Piping Connections: Factory-installed fuel supply and return lines from the tank to the engine; local fuel fill with pad-lockable spill containment basin, vent line, overflow line; and tank drain line with shutoff valve. f. A lockable fuel fill with integrated pad-lockable spill protection containment and mechanical reading fuel level gauge shall be provided. A low fuel level alarm contact (fuel tank rupture alarm contacts) shall be provided. g. A manual fuel priming pump integrated into the fuel filter shall be provided. h. Containment Provisions and Venting: Comply with requirements of Authorities Having Jurisdiction and the IFC. 2. Engine shall operate on automotive diesel fuel complying with the limiting requirements of ASTM grade low sulfur Diesel Fuel #2 and the requirements of the engine manufacturer. Diesel engines requiring a premium fuel will not be considered. 3. Injection pumps and injection valves shall be a type not requiring adjustment in service and shall be capable of quick replacement by ordinary mechanics without special diesel experience. 4. Fuel injection pumps shall be positive action, constant-stroke pumps, actuated by cam-driven gears from engine camshaft. 5. Fuel lines between injection pumps and valves shall be of heavy seamless tubing and, to eliminate irregularity of fuel injection shall be the same length for all cylinders. 6. Equip fuel system with racor-type, water-removing fuel filter, having replaceable elements which may be easily removed from their housing for replacing, without breaking any fuel line connections or disturbing fuel pumps or any other part of engine. Locate all fuel filters in one accessible housing, ahead of injection pumps so that fuel will have been thoroughly filtered before it reaches the pump. No screen or filter requiring cleaning or replacement will be used in the injection pump or injection valve assemblies. 7. Provide integral triple wall fuel tank mounted between the structural steel skids for engine fuel supply. The tank, as installed shall meet all local and regional requirements for above ground tanks. The tank shall be sized for a minimum of 850 gallons. 8. Tank shall be especially constructed for mounting in this location by the engine generator manufacturer. Provide tank with the following: a. Fuel level gauge b. Drain c. Fill pipe and vents d. Standard vent shall terminate 12 feet above grade. Venting shall not go through the roof of the generator canopy structure, but rather go through the gable end. e. Emergency vents shall terminate outside of the weather housing. f. Leak detection provisions, wired to the generator set control for local and remote alarm indication. g. High and low level float switches to indicate fuel level. Wire switches to generator control for local and remote indication of fuel level. h. Integral lifting provisions. i. Slope tanks to the engine pick-up tube 5 percent minimum. Provide a panel mounted fuel level gauge. 9. Provide fuel feed line valve at engine. Provide fuel return line that is not valved. Mount return line in the top of the tank to prevent fuel siphon into the engine. All fuel lines shall have flexible sections between tank and engine to absorb vibration. 10. Install fuel storage system according to diesel engine manufacturer's recommendations and conform to the National Fire Protection Code and Uniform Building Code. 11. Fill fuel tank completely full at completion of construction. The tank shall not be filled until the City fire inspector has completed its inspection and the installation is approved. U. Control Panel and Alarm System: 1. Supplier shall provide a set mounted auto start panel in a vibration isolated NEMA 1 sheet steel enclosure with a hinged pad-lockable door and viewing window for monitoring when the door is closed. The panel shall be collocated behind a common door with the distribution panel. 2. The control panel shall include the following: a. Manual run/off/auto switch b. Panel light ON/OFF switch c. Red emergency exterior stop pushbutton d. Lamp test/reset pushbutton e. AC instrumentation: 1-voltmeter, 1-ammeter, 1-frequency, digitally displayed and selectable thru controller. f. Engine display for: oil pressure, coolant temperature, battery volts, digitally displayed and selectable thru controller. g. Hours run meter digitally displayed thru controller h. Voltage adjust potentiometer i. Additional alarms shall be provided for fuel tank. Dry normally open contacts shall be supplied for each: Low fuel level at 25%of tank capacity/fuel tank leak j. Printed circuit board control logic k. Auto-start capability I. Cycle cranking with 3 adjustable time crank/rest periods m. Battery charger, frame or set mounted UL Listed, Constant Voltage 3. The control shall have automatic remote start capability from a panel-mounted three- position (Stop, Run and Remote) switch. 4. The generator set shall be provided with alarm and status indicating lamps to indicate non-automatic generator status, and existing alarm and shutdown conditions. The lamps shall be high-intensity LED type. The generator set control shall indicate the existence of the following alarm and shutdown conditions on a digital display panel: a. Alarms: 1) Low oil pressure warning 2) Oil pressure sender failure 3) Low coolant temperature 4) High coolant temperature warning 5) Low coolant level 6) Engine temperature sender failure 7) Low DC voltage 8) High DC voltage 9) Weak battery 10) Low fuel warning 11) Overload 12) Battery Charger Malfunction 13) Overcurrent 14) Under Frequency b. Shutdown Alarms 1) Low oil pressure 2) Low Coolant Level 3) Low-Low Fuel 4) High coolant temperature 5) Fail to crank 6) Overcrank 7) Overspeed 8) High AC voltage 9) Low AC voltage 10) Under frequency 11) Over current 12) Short circuit 13) Charging System Failure 14) Emergency stop c. Engine control panel shall include the following: 1) Oil pressure gauge (psi) 2) Emergency Stop Pushbutton 3) Coolant temperature gauge (OF) 4) Operating hour meter (hrs) 5) Hand-off Auto Selector switch (H-O-A) 6) AC Frequency meter (hertz) 7) AC Volt meter (0-600v) 8) AC Current Meter (Amps) 9) Load Meter (kW) 5. Alarm panel shall have a reset push button for acknowledging alarm conditions and latching indicating lights for each alarm point to display to operation personnel the reason for engine shutdown. Label lights as shown above. V. Alarm Contacts to Telemetry: 1. Provide auxiliary dry contacts and wiring for activating remote alarms to the telemetry panel on activation of any of the following conditions: a. Low Fuel b. Generator run c. Generator failure (shutdown) J. Generator trouble e. Fuel leak f. Generator not in auto 2. Generator failure alarm shall be activated when any shutdown conditions exists. Generator trouble shall be activated when any alarm conditions exists. W. Switch Gear: 1. Provide generator switch gear with exciter circuit breaker with manual reset and a line circuit breaker with manual reset. Circuit breaker shall be set mounted and wired, UL listed, molded case electronic trip type, rated as shown on plans. Mount breakers in engine control panel. Field circuit breakers shall not be acceptable for generator overcurrent protection. Generator instrumentation shall include a panel- type ammeter with phase selector switch, a panel-type voltmeter with selector switch, and frequency meter mounted on engine control panel. X. Battery Charger: 1. Provide, install, and wire a battery charger mounted inside the generator enclosure. The battery charger shall be current-limited, automatic-equalizing and float-charging type. The unit shall comply with UL508 and include the following features: 2. Operation: Equalizing-charging rate of 10A is initiated automatically after battery has lost charge until an adjustable equalizing voltage is achieved at battery terminals. Unit then automatically switches to a lower float-charging mode and continues operating is that mode until battery is discharged again. 3. Automatic Temperature Compensation: Adjusts floats and equalizes voltages for variations in ambient temperature to prevent overcharging at high temperatures and undercharging at low temperatures. 4. Automatic Voltage Regulation: Maintains output voltage constant regardless of input voltage variations up to plus or minus 10 percent. 5. Ammeter and Voltmeter: Flush mounted in door of battery charger. Meters shall indicate charging rates. 6. Safety Features: Include sensing of abnormally low battery voltages arranged to close contacts providing low battery voltage indication on control and monitoring panel. Also include sensing of high battery voltage and loss of AC input or do output of battery charger. Either of these conditions closes contacts that provide a battery charger malfunction indication at the monitoring panel. 7. Power Supply: Battery charger shall operate using 120 VAC, 20 Amp power supply. 2.06 FINISHES A. Prime and paint diesel engine set and accessories in conformity with manufacturer's standard practice. B. Color of diesel engine set enclosure shall be of manufacturer's standard color. C. Manufacturer shall ship with the unit a quart of touch-up paint for each of the finishes. D. All sheet metal exposed to the exterior (generator enclosure) shall be primed for corrosion protection and finish painted with the manufacturer's standard color using a two-step electrocoating paint process, or equal meeting the performance requirements specified below. All surfaces of all metal parts shall be primed and painted. The painting process shall result in a coating that meets the following requirements: 1. Primer thickness, 0.5-2.0 mils. Top coat thickness, 0.8-1.2 mils. 2. Gloss, per ASTM D523-89, 80% plus or minus 5%. Gloss retention after one year shall exceed 50%. 3. Crosshatch adhesion, per ASTM D3359-93, 413-513. 4. Impact resistance, per ASTM D2794-93, 120-160 inch-pounds. 5. Salt Spray, per ASTM B117-90, 1000+ hours. 6. Humidity, per ASTM D2247-92, 1000+ hours. 7. Water Soak, per ASTM D2247-92, 1000+ hours. E. Painting of hoses, clamps, wiring harnesses, and other non-metallic service parts shall not be acceptable. Fasteners used shall be corrosion resistant, and designed to minimize marring of the painted surface when removed for normal installation or service work. 2.07 SOURCE QUALITY CONTROL A. Prototype Testing: Factory test engine-generator set using same engine model, constructed of identical or equivalent components and equipped with identical or equivalent accessories. B. Tests: Comply with NFPA 110, Levell Energy Converters and with IEEE 115. 1. Project-Specific Equipment Tests: a. Perform tests at rated. Include the following tests: 1) Test components and accessories furnished with installed unit that are not identical to those on tested prototype to demonstrate compatibility and reliability. 2) Full load run. 3) Maximum power. 4) Voltage regulation. 5) Transient and steady-state governing. 6) Single-step load pickup. 7) Safety shutdown. 8) Operation of motorized dampers and other environmental controls. 9) Provide 14 days' advance notice of tests and opportunity for observation of tests by Owner's representative. 10) Report test results within 10 days of completion of test and prior to delivery. C. Engine generator unit shall be tested at manufacturer's plant at full load before shipment. Test shall consist of a steady load run of at least 4 hours duration at 100 percent full rated load. Complete test reports shall be made which show the engine fuel consumption, kilowatt output, voltage, frequency, amperage, engine temperature, lube oil pressure, and load transfer results. Five (5) copies of the certified test reports shall be supplied to Owner prior to shipment. Owner and/or their representative shall be given opportunity to witness the tests by the manufacturer. 2.08 EXTRA MATERIALS A. A set of specialty tools necessary for routine maintenance of the equipment shall be furnished. B. The following spare parts shall be furnished: 1. (3) - Sets of fuel filter elements and gaskets 2. (3) - Lubricating oil filter elements and gaskets 3. (3) - Air cleaner filter elements 4. (2) - Complete sets of V-belts including fan and alternator drive belts 2.09 WARRANTY A. The generator set warranty period shall be a minimum of 24 months and 1500 hours for standby applications. All terms begin after final project acceptance. PART 3— EXECUTION 3.01 DELIVERY A. Contractor shall deliver generator and fuel tank to the job site as one package. 3.02 INSTALLATION A. Install engine in conformity with the plans and manufacturer's instructions and under manufacturer's direct supervision. B. Install ancillary circuits for battery charger, engine heaters, etc. in conformance with the plans. 3.03 SITE TEST A. Supplier shall be responsible for calibration, startup, and initial performance to meet the specifications herein. Supplier shall provide a trained, qualified representative to check installation and connection, perform field tests as indicated, and certify to Owner its performance does meet the specifications. B. Upon completion of unit installation, carry out running tests. A load bank shall be provided for load testing of the generator. Operate engine for a period of not less than 2 hours, in which 5 starts of the engine generator set shall be made and power supplied to motor(s) and pump(s). Engine generator shall be tested to verify that the transient voltage dip will not exceed 15 percent of rated voltage when sudden application of facility load is applied. Test shall demonstrate the ability of the engine generator to carry the specified loads. Upon completion of the tests, final adjustments shall be made to equipment by a qualified representative of the engine manufacturer. Fuel and oil filters shall be replaced, belt drive tensions checked, and the proper operation of all equipment demonstrated to Owner's representative. If batteries are removed and shipped separately or drained for shipment, perform all battery tests after installation on site. Report and repair any operational deficiencies found during on-site tests. Coordinate on- site generator tests with on-site testing of transfer switches. Owner's representative shall be instructed in the maintenance and operation of equipment. Five (5) copies of these test results shall be provided to Owner and included with the operation and instruction manual. C. On-Site Training: 1. Certified representative of the manufacturer to provide one (1) day of operating and maintenance training at the Project site after the system has successfully undergone all field testing and acceptance procedures. Training shall not be less than 4 hours. a. As a minimum, training shall cover: 1) Hardware overview. 2) Software overview. 3) Maintenance. 4) Trouble shooting. 5) Programming and Setup. END OF SECTION SECTION 16410 SWITCHES AND CIRCUIT BREAKERS PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all switches and circuit breakers used in this project. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Circuit Breakers, Disconnect Switches, and Circuit Breaker Enclosures: 1. Siemens, no substitutions. 2.02 MOLDED CASE CIRCUIT BREAKERS A. Breakers shall have the interrupting rating, trip rating, and trip unit type as indicated on the Plans. All breakers shall be calibrated for operation in an ambient temperature of 400 C. B. Molded case circuit breakers shall be quick-make and quick-break type with wiping type contacts. Each breaker shall be provided with arc chutes and individual trip mechanisms on each pole. Two and three pole breakers shall be common trip. Molded case circuit breakers shall be trip-free. Each breaker shall have trip indication independent of the ON or OFF positions. C. Molded case circuit breakers shall be NEMA rated. D. Breakers shall be UL listed for accepting both copper and aluminum conductors. Circuit breaker lugs shall be capable of accepting the cable size indicated on the drawings and in the conductor schedules. Circuit breakers not capable of receiving the cable size shown without the use of cable terminators, shall not be acceptable. E. Breakers covered under this Specification may be installed in panelboards and individual enclosures. F. Unless otherwise shown on the drawings, enclosures for protective devices shall be NEMA rated for the environment in which they are installed. 2.03 INSTANTANEOUS MAGNETIC TRIP BREAKERS A. The magnetic trips shall be adjustable and accessible from the front. B. Breakers in motor circuits which are indicated but not sized, shall be provided with Manufacturer's recommended size based on the actual motor installed. Where indicated on the Plans and in the combination motor starter/motor control center schedule, furnish instantaneous magnetic trip only circuit breakers for motor short circuit protection. C. Instantaneous magnetic trip circuit breakers shall be NEMA rated. PART 3— EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Fuses and circuit breakers shall be installed in their respective enclosures and locations in such a manner as to insure tight connections so as to preclude arcing and overheating. C. Provide additional disconnects if required by Code. D. Overcurrent protection devices and switches shall be centered 60 inches above the finished floor unless noted otherwise on the Plans. END OF SECTION SECTION 16411 TRANSFER SWITCHES PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for all automatic transfer switches used in this project. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.I ni.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association — US (GSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Automatic Transfer Switches: 1. Cummins, model number OTPC, no substitutions. 2.02 AUTOMATIC TRANSFER SWITCHES A. The transfer switch shall be UL listed. B. The transfer switch shall be shall be NEMA 4X rated with stainless steel enclosure and equipped with three poles for normal and emergency service of 480 volts, 60 hertz, 3-phase. C. The transfer switch shall be mechanically and electrically held and rated to 480 volts for all classes of load and continuous inductive duty. D. The transfer switch shall conform to UL 1008 provisions for Withstand Current Ratings and Closing Ratings. The transfer switch shall be rated at a minimum Withstand Rating of 42,000 Amps. E. The switch shall be capable of enduring 6000 cycles of complete opening and closing at rated current and voltage at a rate of 6 cycles per minute without failure. F. The switch shall be double throw inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously. The operating current shall be obtained from the source to which the load is to be transferred. The transfer mechanism shall be of the double break design with solid silver cadmium surface contacts and individual heat resistant arc chambers. The switches shall have arc chutes, heating dissipation and arcing suppression and heavy duty springs to ensure quick and clean breaks. G. Arc barriers and magnetic blowout coils will also be acceptable if single break contacts are used. The contacts shall be capable of carrying 20 times the continuous rating for interrupting current. H. All contacts, coils, etc. shall be readily accessible for replacement from front of panel without major disassembly of associated parts. I. Transfer switch enclosure shall be pad-lockable. 2.03 COMPONENTS AND ACCESSORIES A. The transfer switch shall include the following accessories: 1. Undervoltage Sensor: Adjustable solid state low voltage sensing relays (pick up 85 to 98 percent of normal voltage set at 98%; drop out 75 to 100 percent set of 90% of pickup setting). Provide for each phase. 2. Time Delay Start and Stop on Drop Out: Solid state adjustable time delay on start (0 to 120 seconds). Set start delay for 5 seconds. 3. Time Delay Stop: Solid state adjustable time delay (0 to 10 minutes) to allow generator cooldown after normal power is restored and retransfer occurs. Set at 5 minutes. 4. Time Delay Transfer and Retransfer: Solid state time delay relay adjustable 2 to 120 seconds for transfer to emergency and 0 to 30 minutes for retransfer to normal. Set at 5 minutes for retransfer to normal. Set at 3 seconds for transfer to emergency. 5. With or Without Load Selector Switch: Switch to select exercise with or without station load. 6. Normal-Test Switch: Switch such that in the "Normal' mode the transfer switch will operate automatically and in the `Test' mode the generator will start for test purposes. This switch shall work in conjunction with the "With" or"Without" load switch. 7. Exercise Clock: Provide solid state exerciser clock to set the day, time, and duration of generator set exercise/test period. Provide with/without load selector switch for the exercise period. 8. Programmed Transition: The load transfer control shall be capable of remaining in the neutral position for an adjustable time of 0.5 to 60 seconds when transferring from one line power source to the other to allow residual voltages to decay before application of the source. Set at 60 seconds. 9. Position lights for normal and emergency potions indication and for normal and emergency power available. 10. Switch position indication limit switches for normal and generator positions. 11. Provide dry contacts wired to terminal strip for 1) ATS in emergency position, 2) ATS in utility position, 3) ATS Pre-Transfer, 4) Utility Power Source Available, 5)Generator Power Source Available, 6) ATS Fail. 12. Provide input wired to terminal strip for 1) ATS Re-Transfer Inhibit. 13. Power Meters: Provide an AC Voltmeter, an Ammeter, and a Frequency meter; 2.5 inch, analog, 2% accuracy. Provide a phase selector switch to read L-L voltage and current of both power sources. 14. Provide manual override switch to bypass the control system and transfer load from source to source when control is disabled. B. All displayed operator information to include but not limited to: 1. Control settings. 2. Exercise cycle and parameters. 3. Load and position indication which shall be selectable. PART 3— EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Connect as shown on the one-line diagram. C. Mounting of automatic transfer switches: 1. Wall-mounted. 3.02 FIELD QUALITY CONTROL A. On-Site Training: 1. Certified representative of the manufacturer to provide one (1) day of operating and maintenance training at the Project site after the system has successfully undergone all field testing and acceptance procedures. a. As a minimum, training shall cover: 1) Hardware overview. 2) Software overview. 3) Maintenance. 4) Trouble shooting. 5) Programming and Setup. END OF SECTION SECTION 16422 MOTOR CONTROL (PROVIDED BY CONTROL SYSTEM INTEGRATOR) PART1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Motor starters. 2. Line Reactors 3. Harmonic Filters 4. DV/DT Filters B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 4. Division 17 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/TradesLicensing/Electrical/Install/default.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Approved manufacturers are as follows: 1. Danfoss B. All motor starters shall be supplied by one manufacturer. 2.02 MOTOR CONTROL A. All components shall be UL listed and of the same manufacturer unless stated otherwise on the Plans or within the specifications. B. The enclosures provided shall rot have overall dimensions larger than shown on the Plans. C. The equipment enclosure shall be NEMA Type 12 with gasketing unless noted otherwise on the Plans. Gasketing shall be closed cell neoprene material. D. Run Time Meters: 1. Hour meter (elapsed time meters) shall be 2-1/2 inch square case type for flush panel mounting. The meter face shall be of the style that most closely resembles the switchboard indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a six-digit non-reset register with the last digit indicating tenths of an hour. E. Start Count Meters: 1. Start counters shall be 2 inch x 1 inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6-digit resettable register. F. Indicating Pilot Lights: 1. Indicating pilot lights shall be 30.5 mm NEMA type 4/4X/13, corrosion resistant, water- tight, oil-tight, full voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Appropriate lens caps shall be provided as shown on plans. G. Selector Switches: 1. Units shall be 30.5 mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Units shall have standard size, black field, legend plated with white markings as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on the plans. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-inch minimums to 1/4-inch maximum. H. Pushbuttons: 1. Pushbuttons shall be 30.5mm NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type push buttons with momentary contacts rated for 10-ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. Pushbutton contact arrangements shall be as shown on Plans. Pushbutton for "Emergency Stop" applications shall have maintained contacts and red mushroom head operators. I. Relays: 1. Contacts and relays shall be NEMA rated and UL recognized. 2. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amp; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. 3. Relays for control, alarm and report-back functions shall be supplied as required to provide external keying and control switching. Relays shall be 120-volt A.C., or 12-or 24- volt D.C. Relays and shall be plug-in type with dust covers and shall be interchangeable with one another. All relays shall have LED indicators to signal when the coil is energized. Contacts shall have amperage rating higher than their intended use. 4. Signal circuit switching shall be accomplished with analog signal switching relays and shall be provided to switch either 4 to 20 MA D.C. or 1 to 5V D.C. signals. Units shall have double-throw dry circuit contacts in a break-before-make configuration rated for 15VA minimum. The number of poles and coil energization voltage shall be as shown on plans. Signal switching relays shall be sealed to prevent entry of contamination in the form of dust, dirt, or moisture. 5. Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however, provide as required on all circuits. 6. Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for the application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. 7. Timing relays shall be machine tool industrial relay with solid-state timer and external adjustment dial. Range shall be 0 to 120 seconds unless indicated otherwise on the Plans. Relay shall include an LED indictor and instantaneous and time-delay contacts rated at 10 amps, meeting NEMA A600 designation. Timing relays shall be "on delay" or "off delay" as indicated on the Plans. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. J. Terminal Blocks: 1. Terminal blocks shall be one-piece, molded, plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, clearly visible with the protection cover removed. 2. All wires between panel-mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre- insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. All wires shall be labeled with the circuit number and common function. K. Wiring Diagrams: 1. Wiring diagrams shall be provided for all control panels. The diagram shall show the exact devices inside the unit and shall not be a generic diagram. The supplier of the equipment shall have the capability to provide revisions to electronic files of wiring diagrams at a local office. The wiring diagrams must be provided with product submittals in order to be considered for review. Supplier shall provide a disk copy of all plans in AutoCAD format. L. Wire and Control Relay Identification: 1. All control wire shall be marked with shrink type wire markers on both ends of wire. All control relays provided in the panel shall be permanently labeled. The label for the control relays and wiring shall match the wiring diagrams. M. Surfaces shall be painted according to the manufacturer's standard color scheme. All unpainted parts shall be plated for resistance to corrosion. N. Variable Frequency Drive (VFD) 1. Drive(s) shall be of the size, capacity and quantity as shown on the Plans. 2. Manufacturers: Approved manufacturers are as follows: a. Danfoss VLT Aqua Drive 3. The variable frequency drive (VFD) motor controller shall convert 460 Volt, three-phase, 60 Hertz utility power to adjustable voltage (0 - 461 and frequency (0 - 60 1 three- phase, AC power for stepless motor speed control with a capability of 10:1 speed range. All general options and modifications shall mount within the standard adjustable frequency controller enclosure. 4. The controller(s) shall be suitable for use with any standard NEMA-B squirrel-cage induction motor(s) having a 1.15 Service factor. At any time in the future, it shall be possible to substitute any standard motor (equivalent horsepower, voltage, and current) in the field. 5. The variable frequency control shall operate satisfactorily when connected to a bus supplying other solid state power conversion equipment which may be causing up to 10% total harmonic voltage distortion and commutation notches up to 36,500 volt microseconds, or when other VFD's are operated from the same bus. Manufacturers shall certify at submittal time that their equipment will function satisfactorily under these circumstances. 6. Individual or simultaneous operation of the VFD's shall not add more than 5% total harmonic voltage distortion to the normal bus, nor more than 10% while operating from standby generator per IEEE 519, 1992. Prior to project completion, the Contractor shall provide verification through both measurement and calculations that the system is compliant with IEEE 519, 1992. 7. The variable frequency control shall include transient voltage suppression to allow reliable operation on a typical industrial or commercial power distribution system. 8. Basic Description: a. The controller shall produce an adjustable AC voltage/frequency output. It shall have an output voltage regulator to maintain correct output V/Hz. despite incoming voltage variations. b. VFD's shown with line reactors shall be supplied with an input AC line harmonic compensated reactor with minimum 5% impedance unless noted otherwise on the one-line diagram. Line reactor shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the VFD input power devices. Line reactor is to be factory mounted and wired within the VFD enclosure. Line reactors shall be an MTE Line Reactor or equal. c. VFD's shown with passive harmonic line filters shall be supplied with an input AC line harmonic filter compensated reactor with minimum 5% impedance unless noted otherwise on the one-line diagram. Line reactor shall be designed to address performance issues of NEMA MG1-20.55 and to provide proper transient protection of the VFD input power devices. Harmonic line filters shall be MTE Matrix Series AP Harmonic Filters or equal, with Capacitor Contactor for disconnecting the filter capacitor bank when the drive is not running. d. The VFD shall be supplied with a harmonic compensated load reactor with minimum 5% impedance unless noted otherwise on the one-line diagram. Load reactor is to be factory mounted and wired within the VFD enclosure. Load reactors shall be an MTE Load Reactor or equal. e. The controller shall have a continuous output current rating of 100% of motor nameplate current. f. All Inverter sections shall be of the Pulse Width Modulated (PWM) type and consist of IGBT inverter bridge through entire power range (GTO or BJT devices not acceptable). Space vector modulation shall be utilized. IGBT carrier frequency shall be adjustable for fixed frequency, and have the possibility for random sweep. g. The VFD shall not induce excessive power losses in the motor. The worst case RMS motor line current measured at rated speed, torque and voltage shall not exceed 1.05 times the rated RMS motor current for pure sine wave operation. 9. Basic Features a. The keypad of each power unit shall include a"POWER ON light, a VFD fault light, a VFD run light, manual stop push-button, manual start push-button, a fault reset push-button, an "AUTOMATIC' push-button and increase/decrease pushbuttons. b. The VFD shall be software programmable to provide automatic restart after any individual trip condition resulting from either overcurrent, overvoltage, undervoltage, or over temperature. For safety, the drive shall shut down and require manual reset and restart if the automatic reset/restart function is not successful within a maximum of three attempts within a short time period. c. A speed droop feature shall be included which reduces the speed of the drive on transient overloads. The drive is to return to set speed after transient is removed. If the acceleration or deceleration rates are too rapid for the moment of inertia of the load, the drive is to automatically compensate to prevent drive trip. d. Automatic restart after drive trip or utility failure. Software selectable if not desired. e. Speed profile: Individual adjustable settings for start, stop, entry, slope, and minimum and maximum speed points. f. Microprocessor based adjustable frequency drive with sinusoidal PWM current control. g. A critical speed avoidance circuit will be included for selection of two critical speeds with a rejection band centered on that speed. The drive will ignore any speed signals requiring drive operation within the rejection band. h. .001 Hz setpoint resolution. i. Pick up a spinning load. The VFD shall be able to determine the motor speed and resume control of a motor that is spinning in either direction without tripping. j. A door-mounted membrane keypad with integral 2-line, 24-character LCD display shall be furnished, capable of controlling the VFD and setting drive parameters, and shall include the following features: i. The digital display must present all diagnostic message and parameter values In English engineering units when accessed, without the use of codes. ii. The digital keypad shall allow the operator to enter exact numerical settings in English engineering units. A plain English user menu shall be provided in software as a guide to parameter setting, (rather than codes). Drive parameters shall be factory set in EEPROM and resettable in the field through the keypad. Six (6) levels of password security shall be available to protect drive parameters from unauthorized personnel. The EEPROM stored drive variables must be able to be transferred to new boards to reprogram spare boards. iii. Normally the digital display shall simultaneously display the following: 1. Speed demand in percent 2. Output current in amperes 3. Output frequency 4. Speed difference 5. Output current 6. Output power 7. Drive operating Hours 8. Frequency in Hertz or RPM 9. Control Mode: Manual/Automatic 10. Total three-phase kW or output volts 11. Service Conditions k. The controller shall be designed and constructed to operate within the following service conditions: 1. Elevation to 3300 feet 2. Ambient temperature range: -10°C to 50`C 3. Atmosphere: Non-Condensing relative humidity to 95% 4. AC Line voltage variation: -5%to +10% 5. AC Line frequency variation: ±6 Hertz 10. Protective Features and Circuits: The controller shall have the following protective features: a. Protection from single phase fault or 3-phase short circuit on VFD output terminals without damage to any power component. b. DC link undervoltage protection. c. DC link overvoltage protection. d. Heat sink over temperature protection. e. Inverter overload protection. f. Inverter overcurrent protection. g. Ground fault protection h. Motor pullout protection i. Ground fault check during start-up. j. DC link limiter k. Responsive action to motor winding temperature detectors or thermostatic switches. I. Isolated operator controls. m, Input line fuses. n. Be insensitive to incoming power phase sequence. o. Have desaturation circuit to drive inverter section transistor base current to zero in event of controller fault. p. Input line noise suppression with line reactor. 11. Parameter Settings: The following system configuring settings shall be provided, without exception, field adjustable through the keypad/display unit or via the Ethernet communication port only. a. Motor Nameplate Data: i. Motor frequency ii. Number of poles iii. Full load speed iv. Motor volts v. Motor full load amps vi. Motor Hp vii. Current min viii. Current Max b. VFD Limits: i. Independent accel/decel rates ii. No load boost iii. Vmin, Vmax, V/Hz iv. Full load boost v. Overload trip curve select (Inverse or Constant) vi. Min/Max speed (frequency) vii. Auto reset for load or voltage trip select viii. Slip compensation ix. Catch-a spinning-load select x. Overload trip time set c. VFD Parameters: i. Voltage loop gain J. Voltage loop stability iii. Current loop stability d. Controller Adjustments: i. PID control enable/disable ii. Setpoint select iii. Proportional band select iv. Reset time select v. Rate time select vi. Input signal scaling vii. Input signal select (4-20mA/0-5 Volts) viii. Auto start functions: On/Off, Delay On/Off, Level Select On/Off ix. Speed profile: Entry, Exit, Point Select x. Min, Max speed select A. Inverse profile select (allows VFD speed to vary directly or inversely with input signal) e. Diagnostic Features and Fault Handling i. The VFD shall include a comprehensive microprocessor based digital diagnostic system which monitors its own control functions and displays faults and operating conditions. Microprocessor systems must be products of the same manufacturer as the VFD (to assure single source responsibility, availability of service and access to spare parts). I. Drive Options: Provide the following options/modifications to the VFD. All special features shall be factory mounted and wired within the VFD enclosure unless otherwise specified. I. Input circuit breaker, interlocked with the enclosure door, with through-the-door handle to provide positive disconnect of incoming AC power. The circuit breaker shall be rated for 42,000 AIC. ii. Door-mounted devices as follows: 1. Start counter 2. 5-digit elapsed time meter 3. Panel Lights 4. Run light 5. Fail light 6. Emergency Stop Light 7. System Operation 8. With the manual start push-button selected, the VFD shall be controlled by the increase/decrease pushbuttons on the VFD keypad. 9. With the automatic push-button selected, the VFD unit shall start when called from the telemetry system and its speed shall be controlled by the connection to the master control system. O. DWDT Filters 1. VFD's shown with dV/dT filter shall be supplied with filters located within the motor control center, sized per the manufacturer's recommendations for to limit motor terminal peak input voltage to no greater than 150 percent of the bus voltage. The three phase inductors shall be designed for harmonic filtering service and for slowing the rate of rapid current change. The inductors shall be ILL component-recognized and shall be built to comply with UL 508A standards. Construction shall be of coppery wire wound on magnetic grade steel. Inductors shall be sized appropriately for the total connected load. Inductors shall not sustain any thermal damage for levels up to 150 percent of rated current for a minimum period of five minutes. Output dV/dT filter shall be TCI V1k or equal. PART 3— EXECUTION 3.01 TESTING A. This equipment shall be tested, and placed into operation by a qualified manufacturer representative trained in start-up and troubleshooting procedures for equipment being installed. B. Manufacturer representative shall be on-site during startup and shall provide field setup, calibration, and commissioning of all motor control components. END OF SECTION SECTION 16440 PANELBOARDS PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for Panelboards for lighting and power distribution. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 10 3. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. If any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://www.Ini.wa.gov/Trades Licensing/Electrical/Install/defauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association —US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. b. Provide Manufacturers certification that bus bracing is capable of withstanding the specified short circuit condition. c. Indicate quantity and rating of circuit breakers provided with each panelboard. PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Panelboards: 1. Siemens, no substitutions. 2.02 GENERATOR SHELTER, PANEL "G", PANELBOARD A. Provide branch circuit panelboard with rating, number, and types of devices as shown on the Plans. Panelboard shall be UL approved, and so labeled. When not identified on Plans, provide minimum of 18 single-pole breaker spaces. B. Panelboard shall be outdoor rated NEMA 4X, stainless steel. C. Panelboard enclosure shall be padlockable. D. Panelboards shall be provided with tin-plated copper bus bars. Panels shall have 100 percent neutral, with equipment ground bar, unless noted otherwise. E. Circuit breakers shall be mounted in panelboards so that breaker handles operate in a horizontal plane. Common trip shall be provided on all multiple pole breakers. Circuit breaker shall be the bolt-on type. F. Spare circuit breakers shall be provided where indicated, complete for future connection of wiring circuits. Where "Space" is indicated for breakers, bussing and breaker mounting hardware shall be provided in the panelboards; with steel knockouts in dead front metal closure of unused part of panel. If any steel knockouts are removed, breakers shall be provided in such spaces or approved cover plates. Open spaces are not permitted. G. Bus arrangement shall be as shown on the Panel Schedule on the drawings. H. The following interrupting capacity shall be considered minimum. Other ratings shall be as specified on the drawings: 1.. 240/120V and 208Y/120V Panel boards — 10,000 Al symmetrical. PART 3— EXECUTION 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Each branch circuit panelboard shall be provided with as built information for each panelboard by circuit with its proper load designation. Panelboard index card shall be mounted inside door of each panelboard in a clear plastic sleeve. One spare blank card shall be provided for each card used. C. Secure panelboard enclosure to the generator shelter column per section 16010. D. Enclosure shall be supported and secured so that the enclosure is watertight and maintains the panel NEMA rating and UL listing. E. Panelboards shall be mounted with the top of the box 6 feet 0 inches above the finished grade. Panelboards shall be plumb within 1/8" inch. END OF SECTION SECTION 16500 LIGHTING PART 1 —GENERAL 1.01 SUMMARY A. Section Includes: 1. Material and installation requirements for interior and exterior building light fixtures, lamps, and lighting control. B. Related Sections include, but are not necessarily limited to: 1. Division 1 2. Division 16 1.02 QUALITY ASSURANCE A. References: This section contains references to the following documents. They are part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 1. Provide all electrical work in accordance with latest adopted version of chapter 19.28 Electrical Laws and chapter 296-46B WAC Electrical Safety Standards, Administration and Installation. It any conflict occurs between government adopted code rules and these specifications, the codes are to govern. See Installation Information at the following website for a list of Washington State currently accredited electrical testing laboratories: http://wvvw.In i.wa.gov/TradesLicensing/Electrical/1 nstall/defauIt.asp 2. National Electrical Code (NEC) 3. Underwriters' Laboratories, Inc. (UL) 4. Canadian Standards Association —US (CSA-US) 5. National Electrical Manufacturers Association (NEMA) 1.03 SUBMITTALS A. Shop Drawings: 1. Product Technical Data: a. Provide submittal data for all products specified in PART 2 of this Specification. PART 2— PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Light Fixtures: 1. As shown on Light Fixture Schedule on Plans. Equals will be accepted. B. Lamps shall be LED. 2.01 LIGHT FIXTURES A. Fixtures shall be a standard, cataloged item general description as called for on the Plans. All fixtures shall be UL approved and so labeled. Provide suitable supports and mountings. B. All fixture component parts shall be manufactured and/or assembled at the manufacturing plant prior to shipment. C. Fixtures shall be of the types, wattages and voltages shown on the Plans, comply with UL 57, and shall be UL classified and labeled for intended use. Fixtures for use in hazardous locations shall be UL listed per UL Standard 844. 2.03 LAMPS A. Provide all lamps as specified. Refer to the Plans for the ordering information on lamps. B. Lamps shall be provided for all lighting fixtures. PART 3— EXECUTION 3.01 FIXTURE MOUNTING A. General: 1. The Contractor shall investigate ceiling construction and supply fixtures designed for the application. B. Arrangement: 1. Square and rectangular fixtures shall be mounted with sides parallel to building lines and parallel with ceiling lines. 3.02 WARRANTIES A. Lamps that fail within 90 days after acceptance by the Owner shall be replaced at no cost to the Owner. END OF SECTION SECTION 17010 AUTOMATIC CONTROL—GENERAL PART -1 -GENERAL 1.01 SUMMARY A. This division covers: 1. All work necessary for furnishing, installing, adjusting, testing, documenting, and starting-up the Instrumentation and Control (AC) and Telemetry System modifications at the City of Kent's Kent Springs and Pump Station No. 4 Sites. B. Programmable logic controllers (PLC) shall provide local, automatic control of on-site pumps and engine generators. Computer-based telemetry system will provide remote control, alarm presentation, and data logging activities at the Owner's headquarters location. C. Sections in these specifications titled"Common Work for . . ."shall apply to all following related subsections whether directly referenced or not. D. These specifications are an integral part of the contract documents for the I&C and Telemetry portion of this contract. The written descriptions of system performance contained herein are given to assist the Contractor in interpreting the contract plans but are not intended to be all-inclusive. E. The Contractor shall be aware that all automatic control systems do not require the same components and accessories for complete system operation. Therefore, these specifications do not include all accessories and appurtenances required for a complete system. The Contractor shall, however, provide all accessories and appurtenances to result in a completely operational system as required to meet the functional requirements of these documents. Where specific equipment specifications are given, they are used to represent the level of quality required by these documents. END OF SECTION SECTION 17050 COMMON WORK PART 1 - GENERAL 1.01 SUMMARY A. The work under this division covers construction specifically described In these specifications. Project plans will be provided for this project. All work incidental and necessary to the completion of the project described herein shall be completed under the bid item listed in the bid proposal, and no other compensation will be allowed. The work generally consists of the following: 1. Detailed system layout and design for the particular equipment bid in accordance with these functional specifications. 2. Furnishing of I&C equipment including delivery, storage, software, programming, installation, testing, startup, and documentation. 3. Providing operator maintenance manuals for all equipment and devices provided this Contract. 4. Providing system training to the operators of the proposed equipment. B. Related Sections 1. Division 1 2. Division 16 C. References 1. The project plans are based on Instrument Society of America (ISA) standards numbers S5.1, S5.2, S5.3, and S5.4. The Contractor is encouraged to be familiar with these standards since the project plans do not contain wiring or ladder diagrams, but are based on the functional requirements of the ISA format. 2. All equipment and materials shall conform to the latest revised editions of applicable standards published by the following organizations: a. American National Standards Institute (ANSI). b. Institute of Electrical and Electronic Engineers (IEEE), c. National Electrical Manufacturers Association (NEMA). d. Underwriters' Laboratories (U/L). e. Instrument Society of America (ISA) 3. All equipment and materials, and the design, construction, installation, and application thereof shall comply with all applicable provisions of the National Electrical Code (NEC), the Occupational Safety and Health Act (OSHA), and any applicable Federal, State, and local ordinances, rules and regulations. All materials and equipment specified herein shall be within the scope of UL examination services, be approved by the Underwriter's Laboratories for the purpose for which they are used and shall bear the UL label. 4. All control panels shall bear a label by UL or by an approved testing authority for the completed assembled panel. 1.02 DEFINITIONS A. Contractor: The Contractor, as distinct from the Control System Integrator, shall install panels and other materials furnished by the Control System Integrator and provide all materials and work necessary and thereby, satisfy all requirements that are within the scope of this section. B. Control System Integrator: A single company subcontracted by the Contractor, who shall design and furnish the system, provide the instrument panels; provide the telemetry panel components, pump control panels, variable frequency drive panel, soft-starter panels, PLC programming, startup, training services, and other instrument components. 1.03 SUBMITTALS A. All submittals shall be complete, neat, orderly and indexed. Partial submittals will not be accepted. Submittal information shall be provided to the Owner for the following items: 1. Telemetry Panel Modifications/Components 2. Pump Control Panel 3. Variable Frequency Drive Panels 4. Operation and Maintenance Manuals 5. Full size nameplate wording schedules, in lettering style proposed for use. B. In addition to the requirements of Division 1 and the Special Provisions, the Contractor shall develop and submit the following information provided by the Control System Integrator. C. Hardware Submittals 1. Before any components are fabricated, and/or integrated into assemblies, or shipped to the site, the Contractor shall prepare a complete hardware submittal. The Engineer shall require five (5) sets, including fully detailed shop drawing, catalog cuts, wiring connections and such other descriptive matter and documentation as may be required to fully describe the equipment and to demonstrate its conformity to these Specifications. The decision cf the Engineer, upon the acceptability of any submittal, shall be final. Catalog information shall be submitted for all components and equipment, regardless of whether or not it is of the same manufacture as that listed in the Specifications. D. System Plan Submittals 1. Following approval of the hardware submittal, the Control System Integrator shall prepare complete system interconnect wiring diagrams and panel layout plans for approval. E. Plans 1. The Control System Integrator shall develop all shop drawings required for design, fabrication, assembly and installation of the control system. Shop drawings shall include all plans required in manufacture of specialized components and for assembly and installation of them. 2. Plans shall be prepared utilizing AutoCAD and printed on 11 inch by 17-inch media. Plans shall have borders and title blocks identifying the project system, revisions to the plans, and type of plan. Each revision of a plan shall carry a date and brief description of the revisions. Diagrams shall carry a date and brief description of the revisions. Diagrams shall carry a uniform and coordinated set of wire numbers and terminal block numbers in compliance with panel work wiring. Additionally, one set of electronic dwg files shall be provided to the Owner. F. Elementary Diagrams 1. The Contractor shall provide elementary diagrams for all discrete loops. Loop diagrams shall be prepared in compliance with ISA S5.4 and shall be provided for all analog loops. Elementary diagrams and loop diagrams shall show circuits and devices of a system. These diagrams shall be arranged to emphasize device elements and their functions as an aid to understanding the operation of a system and maintaining or troubleshooting that system. Elementary and loop diagrams shall also show wire numbers, wire color codes, signal polarities, and terminal block numbers. G. Panel Fabrication and Arrangements Plans 1. The Contractor shall provide arrangement plans of all panel front-and internal- mounted instruments, switches, devices and equipment indicated. All panel mounting details shall be shown. Outer dimensions of all panels shall be included on the plan. Deviations from approved arrangements require approval prior to installation. 2. Arrangement plans shall be drawn to scale using standard Architectural or Engineering scales. 1.04 SITE CONDITIONS A. Specified instrumentation and control equipment shall be modified, if necessary, to make it suitable for operation in the ambient conditions specified in Division 16. 1.05 WARRANTY A. In addition to any other warranties required by the specifications, the entire modifications of the PLC system will be warranted against defects in materials, workmanship and software functions for a period of one calendar year following the successful completion of the Functional Acceptance Test (FAT). The Contractor or designated service organization will be available on 24-hour notice to correct any system problems without charge to the Owner during the warranty period. In addition, the Contractor will provide four 2-day site visits during the warranty period to perform inspection and calibration of the equipment or other work at the request of the Owner. 1.06 EXTRA MATERIALS A. The Contractor shall supply sufficient spare parts, components and assemblies to replace any defective or malfunctioning control component provided in this system. Control components are considered any device or combination of devices without which normal automatic control as outlined in this specification cannot be accomplished, and includes: 1. The Contractor shall provide two spares of each part, component, or assembly, if more than ten (10) of those components are normally in use in the system. 2. One (1) box of each fuse type provided on this project. If ten (10) or more of a fuse type is provided for the project, then two (2) spare boxes shall be provided. " 3. One (1) spare circuit breaker of each rating type provided on this project. 4. One (1) spare relay of each rating type provided on this project. B. Spare part components shall be packaged for at ease of field installation by non-trained personnel, so that no soldering or special skills are required for installation. All spare parts shall be delivered in a hinged plastic box that is purposefully made for this contract. The box shall have a parts list permanently attached to the inside lid which lists all parts and refers to them by numbered code visible on the outside of the package. Fragile components shall be adequately protected with cut foam. Electronic components shall be wrapped in ultra-violet inhibiting file. The exterior of the box shall be labeled "Telemetry Spare Parts —Water Department." Provide the box with lifting handles. PART 2— PRODUCTS 2.01 COMPONENTS A. These Specifications list major instruments required to provide the process instrumentation system. All instrument functions specified on this list shall be provided by the Control System Integrator. Any additional instruments required to complete the instrument loops because of certain characteristics of the particular equipment selected by the Control System Integrator shall be provided. Such additional instruments shall be provided and included in the original contract price even though not specified in the instrument index or on the plans. B. The following systems utilize automatic control: 1. Pump controls 2. Engine generator set controls 2.02 ACCESSORIES A. Provide all accessories required to furnish a complete control system that meets the requirements of the Plans and Specifications. 2.03 SOURCE QUALITY CONTROL A. Material shall be new, free from defects, and of the quality specified. All equipment and materials utilized in the system shall be the products of Manufacturers with at least five (5) years of experience in the manufacture of similar equipment. Similar items in the system shall be the products of the same Manufacturer. All equipment shall be of industrial grade and of standard construction, shall be capable of long, reliable, trouble-free service, and shall be specifically intended for control and monitoring of operation of motor-driven pumps and equipment. All equipment shall be of modular design to facilitate interchangeability of parts and to assure ease of servicing. PART 3- EXECUTION 3.01 INSTALLERS A. Installation shall be performed by the workers who are skilled and experienced In the installation of I&C and Telemetry systems. 3.02 INSTALLATION A. Installation and testing procedures shall be as specified in these and subsequent sections of this division. B. The control system shall be installed in accordance with the installation plans and instructions prepared by the Control System Integrator. C. Installation shall include all elements and components of control system and all conduit and interconnecting wiring between all elements, components, sensors and valve operators. D. Equipment shall be located so that it is readily accessible for operation and maintenance. E. Field Equipment 1. Equipment shall be provided as specified on the plans such that ports and adjustments are accessible for in-place testing and calibration. Where possible, equipment shall be located between 48 inches and 60 inches, unless specified otherwise on the Plans, above the floor or a permanent work platform. Instrumentation equipment shall be mounted for unobstructed access, but mounting shall rot obstruct walkways. Equipment shall be mounted where shock or vibration will not impair its operation. Support systems shall not be attached to handrails, process piping or mechanical equipment except for measuring elements and valve positioners. Instruments and cabinets supported directly by concrete or concrete block walls shall be spaced out not less than %-inch by framing channel between instrument and wall. 2. Steel used for support of equipment shall be hot-dip galvanized after fabrication. Support systems including panels shall be designed in accordance with the Seismic Restraint and Anchorage section of Division 1.81 of these specifications and to prevent deformation greater than 1/vinch under the attached equipment load and an external load of 200 pounds in any direction. F. Electrical Power Connection 1. Electric power wiring and equipment shall be in compliance with Division 16. Power disconnect switches shall be provided within sight of equipment and shall be labeled to indicate opened and closed positions and specific equipment served. "Within sight of" is defined as having a clear unobstructed view from the equipment served and within 50 feet of the equipment served. Disconnect switches shall be mounted between 36 inches and 72 inches above the floor or permanent work platform. Where equipment location is such that the above requirements cannot be met by a single disconnect switch, two switches, one at the equipment and one at the work platform, shall be provided. G. Signal Connection 1. Electrical signal connections to equipment shall be made on terminal blocks or by locking plug and receptacle assemblies. Jacketed flexible conduit shall be used between equipment and rigid raceway systems except that flexible cable assemblies may be used where plug and receptacle assemblies are provided and the installation is not subject to mechanical damage in normal use. The length of flexible conduit or cord assemblies shall not exceed 2 feet. Flexible cable, receptacle and plug assemblies shall be used only where specified. END OF SECTION SECTION 17060 CONTROL SYSTEM INTEGRATOR PART 1 - GENERAL 1.01 DIVISION OF RESPONSIBILITY A. All instrumentation and industrial electronic systems shall be provided under the supervision of a single Control System Integrator, chosen by the Contractor, which is regularly engaged in the design and installation of such systems of similar scope and complexity. The Control Systems Integrator shall be enjoined by the Contractor as a Subcontractor. The assignment of specific responsibilities herein to the Control System Integrator shall not, in any way and under any conditions, diminish the Contractor's full and complete responsibility for all work performed and all materials installed under the contract. The contract between the Contractor and the Control System Integrator shall specifically require that the Control System Integrator conform to and meet all requirements specified in the contract documents. B. The assignment of a Control System Integrator that is an equipment supplier shall not be acceptable. C. Control System Integrator's Responsibility: The Control System Integrator shall be solely and completely responsible for the final design and assembly of the entire control system. Responsibilities include: 1. Provision of, and the detailed design of, telemetry panel modifications and the motor control panels. The plans show general layout of the control panels. The Integrator shall provide detailed scaled design of all components on and in the control panels and determine specific requirements. 2. The design of all interconnecting wiring of control equipment including remote control panels, packaged equipment panels, mechanical equipment with control components, etc. 3. Testing of the control panels in the Control System Integrator's shop. 4. Coordinate with the Contractor for specific requirements and locations of raceway penetrations and field wiring in control panels. 5. The Control System Integrator shall supply the Contractor with all necessary detailed installation plans and/or written instruction for installation of all control components and sensing devices for proper system operation. 6. Develop an assembly and testing schedule to allow for testing of all new programs in the Control System Integrator's shop. 7. Provide installation assistance. 8. Programming modifications to the existing Siemens PLC's. 9. Programming modifications to the existing Siemens graphical touch screen operator interfaces (OI) on the control panels. 10. MTU and Human Machine Interface (HMI) programming modifications at the Owners Headquarters. Existing HMI software is Siemens WinCC. 11. Provide Startup and Training Services. D. General and Electrical Contractor's Responsibilities: The General and Electrical Contractor shall be responsible for the following equipment and services: 1. Review of the Control System Integrator's submittals and wiring diagrams for coordination with space requirements, raceway requirements of field wiring, etc. 2. Supply the Integrator with submittals of equipment related to the control system that the Integrator must include in their submittals and integrate. Such as motors, packaged control panels that the Integrator does not build, etc. 3. Installation of the control panels provided by the Control System Integrator. 4. Installation of the interconnecting wiring in accordance with these documents and the Control System Integrators wiring diagrams. 5. Installation of I&C and Telemetry System components in accordance with these documents and plans or instructions of the Control System Integrator. PART 3— EXECUTION 3.01 INSTALLERS A. The Control System shall be designed, constructed, programmed and commissioned by full time employees with a minimum of 5 years of experience (minimum of 1 year with Integrator). B. Integrators List 1. The Control System Integrator shall be selected by the Contractor from the following acceptable companies (Alphabetical Listing): a. S&B Inc. (Stead & Associates) — Bellevue, Washington b. Systems Interface Inc. — Mukilteo, Washington END OF SECTION SECTION 17080 SYSTEM DESCRIPTION PART 1 —GENERAL 1.01 SUMMARY A. The I&C and Telemetry system functions required are specified on the plans and in subsequent sections of this Division. 1.02 DESIGN AND PERFORMANCE REQUIREMENTS A. The system shall be designed to provide the control capabilities and functions indicated and implied by the Plans and these Specifications and to provide trouble- free operation with minimum maintenance. The system shall readily enable manual operation of any and all functions in the event of failure of any one component. B. The control system shall be designed and assembled by the Control System Integrator to provide: C. Control of motor driven pumps, equipment, and processes. D. Monitoring of operation of motor driven pumps, equipment, and processes. E. Indication of operating status of motor driven pumps, equipment, and processes. F. Monitoring and indication of generator and transfer switch alarms and status. G. The capabilities indicated and implied by the plans and specifications. H. The I&C and Telemetry System shall be designed and assembled by the Control System Integrator to be an integrated system composed completely of components which are specifically designed and used for and in conjunction with control and operation of motor-driver pumps and process control equipment. The Control System Integrator shall supply all interfacing equipment, appurtenances and accessories and all such devices that may be required for proper interfacing as part of the control system. 1.03 PROJECT CONDITIONS A. RTU sites being modified included in this project are: 1. Control Building Telemetry Panel 2. Well 3 Telemetry Panel 3. Pump Station 4 Telemetry Panel PART 2— PRODUCTS 2.01 MANUFACTURERS A. The telemetry components of the RTU shall be manufactured by Siemens to be consistent with the Owner's existing system. 2.02 COMPONENTS A. The I&C and Telemetry System shall include the instruments, control devices, Remote Telemetry Unit, Human Machine Interface, input and output devices, sensors, interfacing devices, cabinets, enclosures and other components indicated and implied by the Plans and Specifications. B. The following is a list of the modified RTUs and Control Panels to be provided by the Control System Integrator: 1. Control Building Telemetry Panel 2. Well 3 Telemetry Panel 3. Pump Station 4 Telemetry Panel 4. Kent Springs Well 1 and 2 Pump Control Panel 5. Kent Springs Well 3 VFD Panel 6. Pump Station No. 4 Booster Pump 1 VFD Panel 7. Pump Station No. 4 Booster Pump 2 VFD Panel PART 3— EXECUTION 3.01 PREPARATION A. The Control System Integrator shall be responsible for the coordination and integration of control system with the motor control and other related equipment. The Control System Integrator shall communicate directly with the Manufacturer(s) and Supplier(s) of all related equipment to determine all details of the equipment, which may influence or affect the control system. The Control System Integrator shall determine all requirements for and shall cause integration of the control system into a unified operating system. The Control System Integrator shall define all requirements for all interfacing equipment and shall supply all appurtenances, accessories and all such devices, which may be required for proper interfacing as part of the control system. B. The Control System Integrator shall be responsible to obtain submittal information on equipment supplied by other disciplines and to integrate them into the control system to form a complete working package as outlined by the contract documents. 3.02 INSTALLATION A. The system shall be completely assembled in the shop by the Control System Integrator. All components and equipment shall be prewired to the maximum extent possible. B. All Process Control shall be done within the control panels unless specifically listed on the Plans as other. C. Functional Descriptions 1. These functional descriptions describe the control strategy for each loop in the facilities. These descriptions are intended to be an extension of the plans that are provided as part of the design contract documents. 2. Kent Springs Well 1 and 2—The control of the proposed Well 1 and 2 VFD's shall match the control of the existing VFD's. Monitoring of VFD speed feedback shall be added to the existing PLC and shall be displayed at the operator interface and HMI computer. VFD Run, Fail, Auto, and Manual status and alarm signals shall match existing. 3. Kent Springs Generator and Automatic Transfer Switch (ATS) —Generator Fail, Trouble, Not in Remote, and Low Fuel alarms shall be added to the local PLC, MTU, and HMI computer. Alarm structure shall match existing. ATS Fail and ATS Utility Power Fail alarms shall be added to the local PLC, operator interface, MTU, and HMI computer. Alarm structure shall match existing. Generator Run, ATS in Utility, ATS in Emergency, ATS Pre-Transfer, and ATS Utility Power Available status' shall be added to the local PLC, operator interface, MTU, and HMI computer. ATS Pre-Transfer shall trigger a controlled shutdown of the Well 1, 2, and 3 pumps to allow for complete shutdown of the pumps prior to the ATS transferring power from generator to utility. The ATS Re-Transfer Inhibit output shall be energized while the facility is operating on generator power. The output shall be de-energized and the ATS shall be allowed to re-transfer after the ATS Utility Power Available signal is received for an operator adjustable amount of time. 4. Kent Springs Well 3 - The control of the proposed Well 3 VFD shall match the control of the existing VFD. Monitoring of VFD speed feedback shall be added to the existing PLC and shall be displayed at the operator interface and HMI computer. VFD Run, Fail, Ready, Auto, and Manual status and alarm signals shall be added to the local PLC, operator interface, MTU, and HMI computer. 5. Pump Station No. 4 Generator and Automatic Transfer Switch (ATS) - Generator Fail and Low Fuel alarms shall be added to the local PLC, MTU, and HMI computer. Alarm structure shall match existing. ATS Fail and ATS Utility Power Fail alarms shall be added to the local PLC, operator interface, MTU, and HMI computer. Alarm structure shall match existing. Generator Run, ATS in Utility, ATS in Emergency, ATS Pre-Transfer, and ATS Utility Power Available status' shall be added to the local PLC, operator interface, MTU, and HMI computer. ATS Pre-Transfer shall trigger a controlled shutdown of all pumps to allow for complete shutdown of the pumps prior to the ATS transferring power from generator to utility. The ATS Re-Transfer Inhibit output shall be energized while the facility is operating on generator power. The output shall be de-energized and the ATS shall be allowed to re-transfer after the ATS Utility Power Available signal is received for an operator adjustable amount of time. 6. Pump Station No. 4 Pumps 1 and 2—The control of the booster pumps shall match the control of the existing motor starters. VFD speed control and monitoring of VFD speed feedback shall be added to the existing PLC and shall be displayed at the operator interface and HMI computer. VFD Run, Fail, Ready, Auto, and Manual status and alarm signals shall be added to the local PLC, operator interface, MTU, and HMI computer. These shall be programmed on the FC7 alarm block for communications to the MTU. END OF SECTION SECTION 17100 PANELS SUBSECTION 17110— PANEL CERTIFICATIONS PART 1 —GENERAL 1.01 DESIGN REQUIREMENTS A. Panels provided for this project shall meet the requirements of UL-508 for water system. All panels shall bear the appropriate label. The provider of the panels shall be a UL-508A certified facility. All field modifications shall be in conformance with UL- 508. SUBSECTION 17120— EQUIPMENT PANELS PART 1 —GENERAL 1.01 REFERENCES A. Division 10. All panels shall be labeled. 1.02 DESIGN REQUIREMENTS A. Control equipment panels shall be enclosures conforming to the requirements of the National Electrical Manufacturers Association (NEMA) and shall be NEMA 12 for indoor use. PART 2— PRODUCTS 2.01 COMPONENTS A. Enclosure shall be constructed of steel. B. Minimal metal thickness shall be 14-gauge. C. All doors shall be rubber-gasketed with continuous hinge and key locking latch mechanism. D. Wherever practical, enclosures shall be a manufactured item. E. All doors shall be provided with quick-release latches to secure cover. F. Panels shall be sized to adequately dissipate heat generated by equipment mounted in or on the panel. G. Enclosure shall include a backpan. H. Enclosure shall be finished in ANSI 61 gray polyester powder coating inside and out over phosphatized surfaces. I. The enclosure shall be oversized to accommodate future racks and auxiliary devices as required. J. All outdoor enclosures shall be provided with a control panel heater and ventilation fan and filter with built-in thermostat to provide adequate climate control. 2.02 FABRICATION A. Panels should be completely fabricated, and instruments installed and wired in the manufacturer's factory (where possible). All wiring shall be completed and tested prior to shipment. All external connections shall be by way of numbered terminal blocks. Panel cutouts for instruments and devices shall be cut, punched or drilled and smoothly finished with rounded edges. END OF SECTION SECTION 17200 PANEL COMPONENTS PART 1 -GENERAL 1.01 DESIGN REQUIREMENTS A. All components shall be suitable for installation inside the I&C and Telemetry system panel enclosure. SUBSECTION 17203—TERMINAL BLOCKS PART 1 - GENERAL 1.01 DESIGN REQUIREMENTS A. Terminal blocks shall be one-piece molded plastic blocks with screw-type terminals and barriers rated for 600 volts. Terminals shall be double-sided and supplied with removable covers to prevent accidental contact with live circuits. Terminals shall have permanent, legible identification, and be clearly visible with the protective cover removed. B. Fusible terminal blocks shall be provided with a LED blown fuse indicator for each terminal. PART 3- EXECUTION 3.01 INSTALLATION A. All wires between panel-mounted equipment and other equipment shall be terminated at terminal blocks. Switches shall be terminated at the terminal blocks with crimp-type, pre-insulated, ring-tongue lugs. Lugs shall be of the appropriate size for their terminal block screws and for the number and size of the wires terminated. END OF SECTION SECTION 17220 AUTOMATIC CONTROL—WIRE AND CABLE SUBSECTION 17222 —WIRING PART 1 - GENERAL 1.01 REFERENCES A. All electrical wiring shall be in accordance with the NEC. 1.02 DESIGN REQUIREMENTS A. Wires shall be 600-volt class, PVC insulated, stranded copper and shall be the sizes required for the current to be carried but not less than No. 14 AWG conductor size. B. Wires for signal circuits shall be twisted shielded pairs not smaller than No. 18 AWG. PART 3— EXECUTION 3.01 INSTALLATION A. All power wiring shall be supported on a sheet metal raceway or enclosed in a plastic wiring duct. Wiring for signal circuits shall be separated at least 6-inch from any power wiring. SUBSECTION 17223—CABLES PART 1 - GENERAL 1.01 DESIGN REQUIREMENTS A. Cables and connectors shall be industry standard, shielded, and shall be provided to connect all peripherals and equipment. END OF SECTION SECTION 17240 SWITCHES AND RELAYS SUBSECTION 17242— SELECTOR SWITCH PART 2— PRODUCTS 2.01 MANUFACTURERS A. Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. B. Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. 2.02 MANUFACTURED UNITS A. Selector switches shall be NEMA type 4/4X/13, corrosion-resistant/watertight/oil-tight, type selector switches with contacts rated for 10 amperes continuous at proper operating voltage. Operators shall be black knob type. Units shall have the number of positions and contact arrangements and spring return function (if any) as shown on Plans. Units shall be single-hole mounting, accommodating panel thicknesses from 1/1 6-inch minimums to '/4-inch maximum. SUBSECTION 17243— PUSHBUTTONS PART 2— PRODUCTS 2.01 MANUFACTURERS A. Heavy-Duty, Oil-Tight Type: Eator/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. B. Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK;Allen Bradley, Type 800H; General Electric Co., Type CR 104P. 2.02 MANUFACTURED UNITS A. Pushbuttons shall be NEMA type 4/4X/13, corrosion-resistant/watertight/cil-tight, type push buttons with momentary contacts rated for 10-ampere continuous at proper operating voltage. Button color shall be as specified in control panels and shall have a full guard. Pushbutton contact arrangements shall be as shown on Plans. Size of pushbuttons shall be 30mm. 2.03 SPECIAL FUNCTIONS A. Pushbutton for "emergency help"applications shall have maintained contacts and red mushroom head operators. SUBSECTION 17244— PANEL RELAYS PART 1 —GENERAL 1.01 DESIGN CRITERIA A. Relays shall be provided as necessary to perform switching functions required of control panels and other control circuits as shown on the Plans and described in the technical specifications. Appropriate relay type and associated contacts shall be selected based on the application from the control wiring diagrams or the functional description. Where timing relays and control relays require additional contacts, provide auxiliary control relays properly sized for the application. B. All contacts and relays shall be NEMA rated and UL recognized. C. The electrical life expectancy for the relay shall be over 500,000 operations at 120V AC, 10 amps; (over 200,000 operations at 120V AC, 10 amp for SPDT, 3PDT, and 4PDT). The mechanical life expectancy for the relay shall be over 50,000,000 operations. PART 2— PRODUCTS 2.01 MANUFACTURERS A. Control Relays 1. Square D Class 8501, Type K or R; Allen Bradley 700 Type HA or HB; IDEC RH Series; or equal. B. Time Delay and Timing Relays 1. Allen Bradley 700 Type HR; IDEC GE1, RTE or GT3 Series; or equal. 2.02 MANUFACTURED UNITS A. Control Relays 1. Relays for general purpose use shall be DPDT or 3PDT, 10 amp contacts with the appropriate coil voltage for the application. Relays shall be plug-in type with matching socket. All relays shall have LED indicators to signal when the coil is energized. Relay coils shall be rated for continuous duty. B. Time Delay Relays 1. Time delay relays shall be multi-function, multi-range with plug-in base, pin style terminations timing and timed out LED indicators, and calibrated scales. Relays shall have minimum 0.5 seconds to 60 minutes, 8 selectable timing ranges, 5 amp contacts. Select coil voltage for the application. Units shall be sealed to prevent entry of contamination in the form of dust, dirt or moisture. 2. Appropriate relay shall be selected based on application from the control wiring diagrams. 3. Minimum accuracy (plus or minus) shall be as follows: a. Repeat accuracy- 1/2 percent. b. Timing change over full voltage range- '/2 percent change over full temperature range. c. Scale tolerance—5-percent. PART 3— EXECUTION 3.01 INSTALLATION A. Provide adjustable time relays on all alarm and shut down circuits to prevent nuisance tripping of other alarm points. Time delay relays for these functions may not be shown on the plans; however, provide as required on all circuits. B. Provide additional form C contacts over and above the number indicated on the Plans for all relays provided. C. 120 VAC relays shall not be interchangeable with other voltages to prevent a hazardous interchange of relay voltages. D. Provide DIN mounted or panel mounted type depending on application. END OF SECTION SECTION 17250 INDICATING LIGHTS AND READOUTS SUBSECTION 17252— PILOT LIGHTS PART 2— PRODUCTS 2.01 MANUFACTURERS A. Heavy-Duty, Oil-Tight Type: Eaton/Cutler-Hammer, Type 12350T; Square D Co., Type K; Allen Bradley, Type 800T; General Electric Co., Type CR 104P. B. Heavy-Duty, Watertight, and Corrosion-Resistant Type: Eaton/Cutler-Hammer, Type E34; Square D Co., Type SK; Allen Bradley, Type 800H; General Electric Co., Type CR 104P. 2.02 MANUFACTURED UNITS A. Indicating lights shall be NEMA type 4/4X/13, corrosion resistant, water-tight, oil-tight, full voltage, push-to-test, high visibility 28 chips LED type. Pilot lights shall be rated for the proper operating voltage. Pilot lights shall be 30mm. Appropriate lens caps shall be provided as shown on plans. SUBSECTION 17255—RUN TIME METERS PART 2— PRODUCTS 2.01 MANUFACTURERS A. HECON GO series, or equal.. 2.02 MANUFACTURED UNITS A. Hour meter (elapsed time meters) shall be 2-inch x 1-inch nominal size, rectangular case type for flush panel mounting. The meter face shall be of the style that most closely resembles the panel indicating instruments if provided and shall have black trim with white or aluminized face. The meters shall have a 6-digit non-resettable register with the last digit indicating tenths of an hour. END OF SECTION SECTION 17310 INTELLIGENT CONTROL UNITS— PROGRAMMABLE LOGIC CONTROLLERS (PLC) SUBSECTION 17312 PLC SYSTEM PART 1 - GENERAL 1.01 SUMMARY A. Work involved in this Contract includes modifying existing PLC programming to change the existing operation and add additional features. 1.02 PERFORMANCE AND DESIGN REQUIREMENTS A. The PLC system modifications shall accomplish the control requirements of the loop descriptions, Plans and Specifications. B. The design application and installation of the PLCs shall conform to NEMA ICS 1.1. C. PLC programming shall be documented. D. All PLC control system components shall be capable of meeting or exceeding electromagnetic interference tests per Al C37.90.2. 1.03 PROJECT CONDITIONS A. The existing control panels contain Siemens PLC's and control equipment that shall be modified to monitor and control equipment added to this project. PART 2— PRODUCTS 2.01 MANUFACTURERS A. PLC components added to this Contract shall be Siemens. No substitution. B. Refer to project Telemetry Panel plans for specific Siemens component numbers and quantities. 2.02 COMPONENTS A. Input/output(1/0) Modules 1. Provide plug-in modular-type 1/0 racks with cables to connect to all other required PLC system components. 2. Provide 1/0 system with: a. 1/0 solid state boards with status lights indicating 1/0 status and board failure. b. Electric isolation between logic and field device. c. Interchangeable boards for similar 1/0 type to allow substitution of operating boards for failed units by the operator. d. Capability of withstanding low energy common mode transient to 1500 V without failure. e. Incorporate noise suppression design. f. Capable of meeting or exceeding surge-withstand capability tests, per ANSI/1EEE C37.90.1. g. Capable of meeting or exceeding electrical noise tests, NEMA ICS1-109.60- 109.66. B. Discrete 1/0 modules: 1. Interface to ON/OFF devices. 2. 1/0 status indicator on module front. 3. Voltage rating to match circuit voltage. 4. Output module current rating: a. Match maximum circuit current draw. b. Minimum 1.5 A/point for 120 V AC applications. 5. Isolated modules for applications where one module interfaces with devices utilizing different sources of power. 6. Individually fused outputs with blown fuse indication. C. Analog 1/0 modules: 1. Input modules to accept signals indicated on Plans or Specifications. 2. 12-bit minimum resolution. 3. 1/0 chassis supplied power for powering connected field devices. 4. Isolated (differential) inputs and outputs. 5. User configurable for desired fault-response state. 6. Provide output signals as indicated on Plans and Specifications. 7. Individual D/A converter for each output module. 8. Individual A/D converter for each input module. PART 3 - EXECUTION 3.01 INSTALLERS A. Control System Integrator shall have had experience in design installation and start- up of at least three similar installations using the existing hardware and software existing. 3.02 INSTALLATION A. Provide a completely integrated distributed programmable controller system capable of analog and sequential control, data acquisition and display, alarm annunciation and communications using the PLC system. 1/0 cards and memory shall be added as necessary to complete work shown on the plans and described in the specifications. B. The system shall provide true distributed control wherein each PLC is an intelligent stand-alone controller programmed for the specific functions required at its respective location. Certain information in the form of control commands, interlocks and data will be passed directly between the PLCs for use in executing the local control programs. C. Input/Output Connection Requirements 1. Make connections to 1/0 subsystem by terminating all field wiring on terminal blocks within the 1/0 enclosure. 2. Prewire 1/0 modules to terminal blocks. 3. Provide terminal blocks with continuous marking strip. 4. Size terminals to accommodate all active data base points and spares. 5. Provide terminals for individual termination of each signal shield. 6. Field wiring shall not be disturbed when removing or replacing an 1/0 module. END OF SECTION SECTION 17900 TESTING, STARTUP, AND TRAINING SUBSECTION 17901 —COMMON WORK FOR TESTING, STARTUP, AND TRAINING PART 1 —GENERAL 1.01 SUMMARY A. Total system hardware start-up is the responsibility of the Control System Integrator. 1.02 MAINTENANCE A. The Control System Integrator shall be solely and completely responsible for all hardware maintenance of the system from time of start-up to the date of acceptance, by formal action of the Owner, of all work under the contract. The Control System Integrator shall perform all such work required or considered to be required by the Owner to cause and maintain proper operation of the system and to properly maintain the system. 1.03 WARRANTY A. The Contractor shall cause the Control System Integrator to make any and all repairs, replacements, modifications and adjustments required to eliminate any and all defects in design, materials and workmanship which are disclosed within the one year guarantee period. The Control System Integrator shall begin all repairs, replacements, modifications and adjustments within twenty-four (24) hours of notification by telephone by the Owner and shall complete such repairs, replacements, modifications and adjustments within forty-eight (48) hours of notification. Should the Control System Integrator fail to begin the work within 24 hours or complete the work within 48 hours, the Owner may proceed to undertake or complete the work. In such event, the Contractor and his surety shall be liable for all costs incurred by the Owner. PART 3— EXECUTION 3.01 FIELD QUALITY CONTROL A. Equipment Manufacturer's Support 1. The Control System Integrator shall pay for services of equipment manufacturer's field service representative(s) to: 2. Inspect equipment covered by these Specifications. 3. Supervise adjustments and installation checks. 4. Conduct start-up of equipment and perform operational checks. 5. Provide Owner with a written statement that manufacturer's equipment has been installed properly, started up and is ready for operation by Owner's personnel. 3.02 REPAIRS A. The Control System Integrator shall correct all deficiencies and defects and make any and all repairs, replacements, modifications, and adjustments as malfunctions or failures occur. B. The Contractor and the Control System Integrator shall anticipate that the Owner may delay acceptance of all work under the contract if, in the judgment of the Owner, malfunctions or failures in operation of the control system repeatedly occur after start-up. Both the Contractor and the Control System Integrator shall not be entitled to an extension of time or to any claim for damages because of hindrances, delays or complications caused by or resulting from delay by the Owner in accepting the work because of malfunctions or failures in operation of the control system. SUBSECTION 17910—TESTS AND INSPECTIONS PART 1 -GENERAL 1.01 SUMMARY A. Materials, equipment, and construction included under this specification shall be inspected in accordance with the specifications. Testing shall be performed by the Control System Integrator in accordance with Division 16, and this and subsequent sections of this division. Testing shall be required to determine if installed equipment and systems) will operate in the manner in which they are intended to operate. The decision of the Owner upon the acceptability of the test procedures and conformance shall be final. The work will not be accepted until all testing has been satisfactorily performed. 1.02 SCHEDULING A. The Contractor shall prepare factory and field test procedures to demonstrate conformance of the complete system to this specification. The Contractor shall submit the detailed test procedures within four weeks after the notice to proceed for the Engineer's review and approval. B. The Contractor shall furnish all labor, materials, tools, equipment, instruments and services necessary to perform all specific functional testing of all installed equipment and systems at no additional cost. C. The Control System Integrator and Contractor shall notify the Owner and Engineer of the factory testing date 30 days before testing. D. The Control System Integrator and Contractor shall submit to the Engineer a detailed field testing schedule identifying each day that the Control System Integrator will need to be on site for field testing of equipment. A preliminary schedule shall be submitted to the Engineer for review 60 days before testing. A final schedule shall be submitted to the Engineer for review 30 days before testing. PART 2— PRODUCTS 2.01 FACTORY TESTING A. All factory testing of control panels and computer systems shall be performed at the Control System Integrator's shop. B. The completed control system shall be tested in the shop by the Control System Integrator. All motor control panels and VFD's supplied by the Control System Integrator shall be interconnected with the control system and powered with rated incoming voltage. C. The initial hardware testing of the control system shall include the following: 1. The entire assembled panels shall be meggered and tested to be free from grounds and shorts. 2. Provide signal generators, multimeters, and other test equipment as required to verify proper operation of the assembled panels. 3. The Control System Integrator shall interconnect the control panels with the motor control panels and VFD's for both hardware and software testing phases. Control panels shall initially be hardware tested in one group. Similarly, the motor control panels and VFD's shall be hardware tested in another group. After both groups of hardware are confirmed to be operating correctly, the Control System Integrator shall interconnect the equipment as shown on the Plans. The equipment shall remain connected for the remainder of the factory testing period. 4. Correct, replace, or repair control panel and motor control wiring, and/or components until testing demonstrates proper operation. Control panels shall not be shipped to the job site until testing has demonstrated complete operation of the panels. 5. Provide updated and complete as-built drawings for the control panels at the time of final factory testing. The Engineer shall review the drawings against the panel construction at the time of final factory testing. Drawings which do not reflect the actual construction of the panel shall be revised and reviewed again by the Engineer. As-built drawings that require revisions shall be submitted to the Engineer for review prior to shipment of equipment to the job site. This review process shall be repeated as necessary so that as-built drawings reflect the actual construction of the panels at the time of shipment. Panels shall not be shipped to the job site until the as-built drawings are updated, complete, and reflect the actual as-shipped status of the equipment. D. Upon completion of the initial hardware testing, Control System Integrator shall conduct software testing for final inspection by the Owner. All control functions and all status and alarm monitoring and indication shall be demonstrated under simulated operating conditions. Simulating equipment shall be provided and wired into the control system for this testing. Testing shall be continued for the time period required by the Owner to observe and verify any revisions and as described above in the scheduling portion of this specification. PART 3— EXECUTION 3.01 FIELD QUALITY CONTROL A. Following installation by the Contractor, the Control System Integrator will verify the correctness of the interconnecting wiring and energize all control equipment in the field. Each point at the controller(s) shall be checked for proper functional operation through communication with the central computer. 3.02 FIELD TESTS A. The Control System Integrator in conjunction with the Contractor shall conduct field tests of all panels, VFDs, and instrumentation in the presence of the Engineer after installation of the equipment at the site. Testing shall be conducted by physically actuating signaling devices, installing temporary jumpers, or artificially imposing signals on the field wiring. This shall be done to establish proper operation of the field devices, the integrity of the field wiring, and the proper connection of field devices to the panels. The Contractor and Control System Integrator shall coordinate with the Engineer to provide for as complete testing of the control system as is practical prior to placing the equipment on line for actual control and monitoring. The Contractor and Control System Integrator shall make corrections or repairs to the wiring and/or devices as necessary to provide proper operation of the system. B. After the initial testing is complete, commissioning shall be accomplished by the Control Systems Integrator, and Contractor, with the Owner and Engineer present. Commissioning shall include operation and verification of all control components and features of the entire control system. Each function shall be demonstrated to the satisfaction of the Owner. 3.03 REPAIRS C. Should any part of the system fail during the test, the test shall be rescheduled and repeated to the satisfaction of the Owner after repairs. SUBSECTION 17920—STARTUP PART 1 —GENERAL 1.01 SUMMARY A. All testing, startup and operation shall not be cause for claims for delay by the Contractor, and all expenses accruing therefrom shall be deemed to be incidental to this contract. The Contractor shall make arrangement for all materials, supplies and labor necessary to efficiently complete the testing, startup and operation. B. Startup shall consist of testing, by a simulated operation, all operational equipment and controls. The purpose of these tests shall be to check that all equipment will function under operating conditions, that all interlocking controls and sequences are properly set, and that the facility will function as an operating unit. 1.02 SCHEDULING A. Factory representatives of all major units shall be present for the startup phase. The test shall continue until it is demonstrated that all functions of controls and machinery are correct. PART 3 - EXECUTION 3.01 FIELD QUALITY CONTROL A. When the installation of the Control System is substantially complete, the Contractor shall commence with calibration and field testing. Testing shall determine that all system components connect up correctly to each other so that the system works as designed. B. All components of the control system shall be calibrated by the Control System Integrator after completion of installation. Each component shall be adjusted to be within the Manufacturer's required range and for the specific application. C. Components that cannot be properly calibrated or that are found to exceed the Manufacturer's specified range or accuracy shall be removed and replaced at no additional cost to the Owner. D. The control system shall be placed into operation by the Control Systems Integrator. E. The Control System Integrator shall calibrate all instruments, indicators, recorders, loops, etc. and shall provide a five-point calibration test results sheet for each calibrated instrument supplied by the Control System Integrator. The five-point calibration shall include one point at: Minimum input range value, Maximum input range value. Midrange input value, no other point less than 25% of span to any other point. Test forms shall identify each instrument tested, input conditions vs. output signal results in tabulated form, and shall be submitted to the Engineer prior to final commissioning. 3.02 REPAIRS A. All deficiencies observed during the start-up will be corrected by the Contractor. SUBSECTION 17930—TRAINING PART 1 —GENERAL 1.01 SUBMITTALS A. Submit index of all training offered by PLC system equipment manufacturers including operation and maintenance. B. The Control System Integrator shall prepare and assemble specific instruction materials for each training session and shall supply such materials to the Owner at least 2 weeks prior to the time of the training. PART 3— EXECUTION 3.01 HANDS-ON TRAINING A. The Control System Integrator shall conduct specifically organized training sessions in operation and maintenance of the control system for personnel employed by the Owner. The training sessions shall be conducted to educate and train the personnel in maintenance and operation of all components of the control system. Training shall include, but not be limited to, the following: 1. Preventative maintenance procedures 2. Trouble-shooting 3. Calibration 4. Testing 5. Replacement of components 6. At least two separate training sessions, each at least 4 hours in duration, shall be conducted at the facility after start-up of the system. END OF SECTION SECTION 17940 DOCUMENTATION SUBSECTION 17942—OPERATIONS AND MAINTENANCE MANUALS PART 1 —GENERAL 1.01 SUMMARY A. Two types of operation and maintenance manuals (O&M) will be required for the contract: 1. General manuals for use by the Water Department staff for daily operation, maintenance and troubleshooting. 2. Technical manuals for use by trained electronics technicians for technical and "board level" maintenance and repair. 1.02 SUBMITTALS A. Prior to the receipt of payment for more than 50 percent of the work, the Contractor shall deliver to the Owner five sets of acceptable manufacturer's operating and maintenance instructions covering each piece of mechanical and electrical equipment, or equipment assembly, furnished under this contract. Each set of instructions shall be bound into multiple volumes; each volume to be complete with and index and bound in a suitable hard-cover binder. Manuals shall be assembled and indexed so that information on each piece of equipment can be readily found. 1.03 QUALITY ASSURANCE A. Manuals shall be purposefully made for this installation, and general manuals which are vague or have limited applicability will not be accepted. The manuals shall be written in a non-technical format suitable for reading by water system operators with no previous automatic control equipment experience. The decision of the Owner on the acceptability of the manual shall be final. PART 2— PRODUCTS 2.01 MATERIALS A. The Control System Integrator shall prepare and assemble detailed operation and maintenance manuals In accordance with the project general requirements. The manuals shall include, but not be limited to, the following: 1. Name, location and phone number of nearest supplier and spare part warehouse. 2. Step by step operating procedures. 3. Narrative of overall system performance and operation. 4. Listing of all equipment setpoints. 5. Preventative maintenance procedures 6. Trouble-shooting of master and remote equipment. 7. Calibration 8. Testing 9. Replacement of components 10. System schematics/shop drawings 11. As-built elementary and one-line diagrams 12. Catalog data and complete parts list for all equipment and control devices 13. Listing of recommended spare parts. 14. Listing of recommended maintenance tools and equipment. 15. Warranties. 16. Disassembly and reassembly instructions. 17. Program documentation printout with tag numbers and descriptive comments. 18. Backup program on CD-ROM or flash drive. PLC programs including function blocks within the program shall not be copyrighted or password protected. All portions of the PLC program modifications shall be viewable by the Owner. B. All plans shall be provided on hard copy and in electronic form on disk. Electronic drawing files shall be provided in Auto CAD .dwg format with all "xrefs" bound. If "xrefs" are not bound, all °xref°.dwg files shall be provided unlinked with instructions to reestablish the links. Files shall be in Auto CAD 2010 or later format. END OF SECTION +GEOTECHN I CAL MEMORANDUM Kent Springs & PS 4 Upgrades/Bond A - 2 April 11, 2018 Project Number: W20033 (100, ' Ur�r " `��R RfU TE(,FNICAL Z&V gay ENaoNE R N N E 5,RS memorandum N SCIENTISTS low Client: City of Dent Project: Kent Springs and Pump Station No. 4 I-Jectrical and Standby Generator Upgrades Project File: KEN 117.005.01.101 Project Manager: Chris Roberts, PE Composed by: Steve Nelson, LEG Reviewed by: Rick Ballard, PE Subject: Pump Station No. 4 Retaining Wall Geotechnical Investigation Date: March 09, 2017 VVaS � hs'� G� G 1p 'Y Engineering Geologist �C) 1402 n 32876 a ti , "�rx., Ns rt wC� .� Scud Ge .S,d'k9 Ah ug >ti STEPHEN ERIC NELSON 03/09/1," 03/09/15' INTRODUCTION Project Description The City of Kent (City) has requested the services of RH2 Engineering, Inc., (RH2) for the design and construction of a concrete pad and retaining wall for supporting a portable generator at Pump Station No. 4. Location and Existing Conditions Pump Station No. 4 is at 25601 Reith Road South in Kent, Washington. The site is approximately 310 feet above mean sea level and at latitude 47.372573 degrees N and longitude 122.280538 degrees W. The site is on an east-facing slope developed on glacial sediment deposits. The surrounding area is used for residential and agricultural purposes. 3/9/20t74-53111A i.AD va\KINV117005VC,,'J, hMm...re Ccac hm,"IIn al igal ou PLm1 Stam ,4Reti my=WelLdoei. Technical Memorandum RC: Pump Station No. 4 Retain ng Wall Geotechnical Investigation March 9, 2017 Page 2 SITE IN17ESTIGATION Exploration Methods and Strategy Before its site exploration, RH2 re icwed available geologic maps from the Washington State Department of Natural Resources (DNR), soil maps from the Natural Resources Conservation Service, and driller's logs for the local area stored in the Washington State Department of Ecology well log database. RH2 performed a geotechnical site investigation on February 28, 2017. The investigation observed the soils from two test pits that were excavated to depths of 7 and 8 feet below ground surface. Upon completion of the geological investigation, the test pits were backfilled with excavated soil. The test pit logs are attached at the end of th s technical memorandum. Figure 1 shows the exploration locations. INTERPRETATION, ANALYSIS,AND EVAL UATION OF SITE GEOLOGY Geologic Units One geologic unit and modified fill derived from local native soil were encountered at the site. The upper few feet of soil at the site are composed of granular fill consisting of gravelly silty sand derived from local native soil. Native soil to a depth of at least 8 feet consists of brown to olive brown to olive gray, dense, dry to moist, gravelly sandy silt (USCS:SM) with minor amounts of cobbles, few to trace boulders to 18 inches, and few roots. The color changes from brown to gray with depth and is denser with depth. This geologic unit is characteristic of weathered glacial drift and appears consistent with mapping by DNR. Hydrogeology No groundwater was encountered in either test pit. The local groundwater table likely exists at a depth of more than 30 feet below the site. Seismic Design Factors • According to United States Geological Survey earthquake mapping, there is a 10 percent probability that the site will experience a moderate (M 5 to 6) earthquake in the next 50 years that could induce a peak ground acceleration of 0.2 gravity at the site. • The sandy silt and gravelly silty sand units should be considered as a Site Class C to D soil per International Building Code (2012) site class definitions. Natural Geologic Risks and Hazards • The risks of landslides and mass wasting are very low. • The risk of flooding is low. • The risk of groundwater seepage into open excavations is low. 3/9/201 7 4:53 PDT J:Af).tlaAL,FSJ\ll/005VG"oV'Cc 1i Memo�'(nni"ch'n' l d(ration P.a p relation 4 Rttu i g Wall,d", Technical Memorandum RE: Pump Station No. 4 Retaining Wall Geotechnical Investigation March 9, 2017 Page 3 • The risk of earthquakes of M 5 to 6 is low to moderate. • The risk of liquefaction is very low. Bearing Capacity and Earth Pressure Estimates of bearing capacity and earth pressures were based on observed soil characteristics. • The undisturbed native soil overlain by a crushed surfacing base course (CSBC) working surface laver is suitable for supporting the retaining wall if loads can be spread so they do not exceed a net allowable bearing capacity of 3,000 pounds per cubic foot (Pco. • Assuming an effective friction angle of 32 degrees and a unit weight of 115 pounds per square foot (pcf) for the gravelly silty sand (S1\1), the at rest pressure is estimated at 54 psf; the active pressure is estimated at 32 psf, and the passive pressure is estimated at 374 psf. RECOMMENT ATIONS FOR DESIGNAND EARTHWORK Approach The proposed retaining wall will be constructed in an excavation cut into dense, native gravelly sandy silt (Ml). The retaining wall height will range from approximately 4 feet to 10 feet Soil moisture discharging to the cut slope will require sufficient mitigation to reduce the risk of hydrostatic loading and increase the effective stress on the retaining wall structure.The gravelly silty sand is moisture sensitive and will lose strength if disturbed or saturated. Shoring The dense gravelly silty sand may temporarily hold a near-vertical cut during retaining wall construction. However, sand lenses, cobbles, and boulders exposed on the cut face may be susceptible to small failures or raveling, and temporary shoring may be warranted to protect workers, utilities, and structures next to the excavation. If temporary shoring is installed, the contractor should install excavation stabilization methods, as necessary, to protect workers at the excavation and support excavated or steep vertical slopes that appear vulnerable to sloughing or raveling. All excavations and slope protection should comply with all Occupational Safety and Health Adrinnistration (OSIfA) and Washington Industrial Safety and Health Act (WISH A) safety requirements. Groundwater Control Groundwater control is likely to not be required to maintain dry conditions during excavation and the stability of the excavation sidewalls and floor. However, the contractor should be aware of the potential for ininor groundwater seepage discharging from the cut slope during construction. Minor seepage at rates of less than 5 gallons per minute may periodically or persistently discharge from the cut slope. The discharge may be managed through stumping. 379/201/4.53 PNC 1:AUata\k.RPJ111 005\GwV'1 ech Meme x' 1' t"E rigation Pimq,Stuion4R laming Wall.docx Technical Memorandum RE: Pump Station No. 4 Retaining Wall Gcotechnical Investigation March 9, 2017 Page 4 Excavation to the Subgrade • Excavation for the foundation should proceed until a uniformly dense surface has been cut into the native soil at or below the design depth. • Excavated soil and fill may be stockpiled for reuse as structural fill if the moisture content of the excavated soil is within plus or minus 2 percent of optimum, contains no organics, and all cobbles and boulders larger than 4 inches in diameter are removed. Inspection and Treatment of In-situ Earth • Site inspection by a Licensed Engineering Geologist(LEG), or Professional Engineer with geotechnical experience (PEG) during excavation is recommended to evaluate whether the earth exposed during excavation is consistent with this technical memorandum and favorable for proceeding with the project as planned. A qualified LEG or PEG should be notified when excavation begins. • Once the excavation has attained final subgrade depth, the excavated surface should be tested by probing, inspected for soil composition and quality, and approved by a qualified LEG or PEG before placement of structural fill. Subgrade Preparation and Compaction • Any structural fill used to replace loose or soft native soil or boulders at the subgradc should meet the requirements of select borrow per WSDOT, be placed in 1-foot lifts, and be compacted with a vibratory roller. Each lift should be compacted to a firm and unyielding surface to achieve 95 percent of maximum dry density, as determined by the modified proctor test (American Society for Testing and Materials (ASTNI) D1557). • The retaining wall should be constructed directly on a firm and unyielding surface consisting of CSBC that is "free of all loose material," not saturated with water, and undisturbed by construction activity. "Free of all loose material' means that,in areas where concrete foundations will be poured, there will not be any loose material, including earth, fill, or construction debris, resulting from building_ the forms and placing rebar. • Sufficient drainage should be included with the wall design to prevent soil moisture buildup below and behind the retaining wall. Compaction of Fill • Structural fill should be within plus or minus 2 percent of its optimum moisture content when placed. • Earth materials excavated for re-usc as structural fill, as well as all imported structural fill material (other than (-SB(--), should be tested for moisture content just prior to placement. 3/)/76114:33 PM 1:AD1ta\o,'tNV1Ii U)--iAG,,A'I"fh D4rmocc h ha,, lI igai.... ioSwion4}t iaLung W,,dLdo, Technical Memorandum RE: Pump Station No. 4 Retaining Wall Geotechnical Investigation March 9,2017 Page 5 • Stockpiled native soil and fill should be protected from wetting or drying that would make it unsuitable as structural fill. + All structural fill should be placed in lifts less than 8 inches thick and compacted to 95 percent of maximum dry density, as determined in accordance with the modified proctor test (ASTM D1557). Temporary and Permanent Slopes r Temporary slopes during constriction could be cut at near-vertical slopes for short periods and up to 10 feet in height as long as the cut slopes are protected from precipitation, loading, and vibration. If the cut slopes show evidence of sloughing or raveling, temporary slopes should be laid back to 1FhlV. r Permanent slopes, if protected with vegetative or other cover to tmirtilnize erosion, could be cut at 2H:IV. Attachments Test Pit Logs Figure 1 —Pump Station 4 Proposed Site Plan 1/9/2017 4.53 PTO fi\DataAJ,FN\117-005VG,.v11c,h Menu" C,eareha"'dIm" u=ati,m 11w,p Srntion4[2 [ii fng lR xltdocx ATTA �C".1.�'"MENTS N O p np ±� J � /ty r .�✓ Wr � irN - � a� ry apt Ki to y faIL m o d^ U f r LJ�iW G �� III M o N 'O Q Q w Cl W 0 'm C -O N �� r y p �rii nr1J�i 0. C u Y m "tll Y � I O Y JO O Ln air p 0 o u 1!h C H $ I � W ro m L U } ira n u u u Q a v O v m E — v p Y C a a bLn a a uu m O N Y O O 7 bn J N Z E al O O N V O O rl a) G E O O a s a` Z o o p a p o Y Y > Y Y E E m u Y a Q Q 3 0. E O a) v w O -a E u. v 3 u a o ' p y > Y as p n N N Y a0 'p O Y J c E C N N m GGV of GV m a`) a E a, a, o E c o ? L o v c = aN v z v z u p O C N i N E N L4 O Y Y O w T x C Y L I W E N O to al ;' 1/1CL Y w lL O > '^ > "6 b0 N m vi t1 00 m O = O -a x O H H 0 w (D B U Y Z vi al v m 3 0 J ^ 6 Y V a)Qj a J > Y a al N .. J N s� . a m r� Z at 0 O O C O a O Y Y p d C Y Q y Y d O ] h N L N x E w � a N O N v DO q d d�����µ�" �tla�'1 h � I�`M+ " ✓�' � � rHrn(r yrn �N� �t° �'4 o a d Y O u L w a Y 3 0 o � O a+ m qi•�i i �7 0� O. C u OC Y 0 Y JO V s 0 a 0 } a u 0 o m o 0 u N ro a a E v a O 6 E s E E . ar o v 3 N v �U Q U 0Ln a o a d, v EO ` -6 O r O O E w u ba D 1aJ Z E i a O > to Y u t\ •+ vl ° O o o o a � o a Y a E aE U L + C O pp O ri a � 3 O -o w o � o a, � 07 -aa c E u v y c v o s p > V CO WO c ai N C C O _ w — cr— Y O 5` S` J a) > V I N f0 2 C O O � C N a) N tail E N In v Q y W i Ip o 6 Vl N O �+ to C Y -O �= a � � .a, w �i do a3i m u a a v v H H C7 w (D Ou ap z axl O m L V1 m mt�3 0 J W tt�i m Y al CF- a"-X N C O V1 W 4 C N y aJ N O O c C Z 0 O + O O p p C N N 1 N LM O a a E w a .... k tl av u ^ Irpi%/", wFnr r of tl ll � E �¢ ri .... �� ..... � d /// lM r/ �. 7,.. I i r A 4 gti 11 ` 1 k x d tlo- O � 777 r 15 I - � F r 0 r ..... ._........... ,. __.. ..... __. .. ,. ENT STANDARD PLAINS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-30 Sample TESC Site Plan 1 Acre and Smaller 5-31 Filter Fabric Fence 5-32 TESC Sediment Trap Earth Berm 5-33 TESC Interceptor Ditch with Rock Check Dams 5-34 TESC Pipe Slope Drain 5-35 Temporary Stockpiling STREET 6-57 Site Grading 6-58 Minor Fills Around Trees 6-59 Cuts or Fills Around Trees Kent Springs & PS 4 Upgrades/Bond A - 3 April 11, 2018 Project Number: W20033 CLEARING LIMITS: PRIOR TO ANY SITE CLEARING OR GRADING,THOSE AREAS THAT ARE TO REMAIN UNDISTURBED DURING PROJECT CONSTRUCTION SHALL BE DELINEATED. MEASURES TO USE: IN MOST CIRCUMSTANCES, MARK CLEARING LIMITS BY DELINEATING THE SITE WITH A CONTINUOUS LENGTH OF ORANGE BARRIER FENCE, l� SF q q0 �,+''•° ,!' ,�.' OF OF ,qa n ,✓" ,+'`� CONSTRUCTION ti r. .�" -"' °j ,�''" T ✓ ENTRANCE-SEE CE ,,:, KSWDM OF lb �b EXISTING OF ` EOP TI EXISTING DITCH Yam, rr y SEDIM 4TTRAP _�,,,. ✓`r 5T o r' s 0 OP " SF z f� CO. r'' '''✓ � r" X ,, ,„,, ✓� IS INTERCEPTOR DITCH IN CRITICAL AREAS, CATCH BASIN W/ROCK CHECK DAMS SEE INSTALL A SILT FENCE IN STANDARD PLAN 5-33 THE SEDIMENT BASIN. SEDIMENT BASIN OUTLET LEGEND: STRUCTURE AND DAM -SEE STANDARD PLAN 5-32 OP LABEL TESC FEATURE NOTES: IS INTERCEPTOR SWALE OR DITCH I, THIS IS A SAMPLE PLAN ONLY,INTENDING TO SHOW HOW TESC ST SEDIMENT TRAP FEATURES MAY BE SHOWN ON A SITE PLAN.INDIVIDUAL PROJECT CD CHECK DAM TESC PLANS SHOULD BE LAID OUT TO MEET PROJECT SPECIAL CE STABILIZED REQUIREMENTS. CONSTRUCTION 2, TESC FEATURES ARE SHOWN IN THESE STD PLANS(5-29, 5-32,5-34) ENTRANCE AND THE KSWDM. SF SILT FENCE OP OUTLET PROTECTION NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT RIGINAL, SIGNED BY THE 0 ORANGE BARRIER _q S�s�{' I r ENGINEER ELECTRONICAN AND APPROVED FOR P BLICATION IS KEPT ON FILE AT FENCE ,y,,k qk WAS�y' 4 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, cg � CITY KENT 7.'m rp ENGINEERING DEPARTMENT SAMPLE TESC SITE PLAN 21493 a ..„„,„G—H 1 ACRE AND SMALLER DESnNEo own 0NAL C r 'a 11 PaN cHE4KEP_......................._ oaE rJ-30 nPPROWD as„an WIRE FABRIC NEWLY GRADED OR `� DISTURBED SIDE SLOPE 2 2` FILTER FABRIC FLOW MATERIAL MATERIAL LARGE ROCK 2"OR GREATER IN DIAMETER r __1 NATIVE BACKFILL MATERIAL OR �!1, ti,'�->.�- to 3/4"-1.5"WASHED GRAVEL F y 1, y M1y " B !V 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. - ------------------ 8. JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS, USE STAPLES, WIRE RINGS, -I -- OR EQUIVALENT TO ATTACH FABRIC TO POSTS. ..._. ---- .-.-- rr, .. �,. x�. � v. err- .'"" � �, r*- .•c. -- ✓\Y,-'n__'_v\.r' �^, I I STEEL OR , A 1 LJ 2 X 4 WOOD POSTS. LJ LJ 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 l AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE RAINFALL AND AT LEAST DAILY "S Q�Jl..".�,�.� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DURING PROLONGED RAINFALL. ANY " REQUIRED REPAIRS SHALL BE MADE WAS& THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, ,c,° E� THE IMMEDIATELY f CITY OF KENT y z 4�I� ENGINEERING DEPARTMENT 3. REMOVE SEDIMENT WHEN IT REACHES 1/3 FENCE HEIGHT. 21493 FILTER FABRIC FENCE 4. INSTALL THE SILT FENCE FIRST. ISTE �' .., � ctiEo owH oEsi AFTER THE SILT FENCE HAS BEEN �S� `� � DESI _w NONE STMDARD PUN INSTALLED,CONSTRUCT BERM AND ON N ALE CHECKED.........._.................... .DAM ..... - 5-31 TRENCH. APPROVED dclxm, EMERGENCY SPILLWAY RIP—RAP OVER FILTER FABRIC SEE KSWDM ENTIRE LENGTH. (SEE KCSWDM TABLE 4 4.1.A) SEDIMENT TRAP ___ -- - - - 2 MINWIDTH ,I .. ._.. RISER PIPE COMPACTED EARTH DAM (BERM) PLAN SEE RISER PIPE ORIGINAL KSWDM GRADE WATER LEVEL DURING STORM TOP OF MIN 2" DEPRESSION BERM FOR EMERGENCY SPILLWAY — ' 3 12"MIAd LCVEL BOTTOM CO GENERAL NOTES: PROFILE 1. SHAPE OF SEDIMENTATION POND MAY VARY TO FIT DRAINAGE AREA AND TERRAIN. MODIFY AS CONNECT TO CITY NECESSARY TO ENSURE SATISFACTORY TRAPPING OF SEDIMENT. STORM DRAIN SYSTEM Z. USE THE KENT SURFACE WATER DESIGN MANUAL TO DETERMINE THE TRAP GEOMETRY. 3. TO AID IN DETERMINING SEDIMENT DEPTH,ALL TRAPS SHALL HAVE A STAFF GAUGE WITH A PROMINENT MARK 1 FOOT ABOVE THE BOTTOM OF THE TRAP. CONTRACTOR SHALL RESTORE THE TRAP BACK TO ORIGINAL DEPTH AND SIZE WHEN THE SEDIMENT REACHES THIS LEVEL. 4. FOR USE ON SITES LESS THAN 1 ACRE IN SIZE, S. TRAP MAY BE BERM OR BY PARTIAL OR COMPLETE EXCAVATION. NOTE: THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT �QS�.',r� r, AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE Y.y �I p� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAS pY y� 'S. THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. p � 61 0 CITY KENT ENGINEERING DEPARTMENT E-3 TESC SEDIMENT 21493 a ' W..„,„,,,, TRAP EARTH BERM 'L a Fc � 4,rsT� y4.' oesecra�n oWw zr�,F NONE srANDARo PUN S6rON4 DRAWN 19 CHECKED......____............. DATE __...........................__.._. G_20 APPROVED dcwm� J JL SEE TABLE A EXISTING GRADE 3 DITCH FLOW 2 LEVEL LINE 2 Z�-- 3 ............. ---------- ROCK CHECK DAM -(TYp) SEE TABLE A (D DITCH PROFILE DETAIL NOTES: 0 DAM SPACING O SEDIMENT TRAP LENGTH LINE THE BOTTOM OF THE SWALE WITH 4" CRUSHED SURFACING BASE COURSE. A 4------ ................................. ... ............ ---- -----::g . ............................... 3 FLOW ------------ ............... . ................................... .......................................... ........ DITCH PLAN A TOP OF CHECK DAM EX. GRADE FT/FT TABLE A SLOPE ...................................... IQ 1:100 100 10 o 1:50 50 10 FLOW LINE 1:25 25 5 1:20 20 4 iv 1:15 15 3 SEDTMFNTTRAP 1:10 10 2 UP STREAM 1:5 5 0 GENERAL NOTES: SECTION A-A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. SUMP BEHIND ROCK CHECK DAM �o S AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SHALL BE INSPECTED DAILY,AND WAS THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CLEANED WHEN COLLECTED DEBRISti CITY OF KENT EXCEEDS 1/2 OF ITS DEPTH. c) ar ENGINEERING DEPARTMENT 40 0 t-'l \"'�o��lrw u k TESC INTERCEPTOR DITCH 21 3 KENT ...... WITH ROCK CHECK DAMS DESIGNED DWH 8 — ON D�WN_.......M ........ NONE s MDARo PuN CHECKED DOTE 5-33 APPRDVED A HOLDING STRAPS INTERCEPTOR SWALE/DIKE EXISTING GROUND — ANCHOR PINS A AS REQUIRED PLAN SECTION A-A FLEXIBLE HDPE DRAIN PIPE STANDARD METAL OR HIGH (OR APPROVED EQUAL) SLOPE DENSITY POLYETHYLENE END INTERCEPTOR SWALE/DIKE ANCHOR'S REQUIRED FOR SECTION WITH HOLDING STRAPS SLOPE GREATER THAN 20°/a, AND ANCHOR PINS (TYP TOP AND SEE KSWDM. BOTTOM) FOR THE STANDARD PIPE SLOPE DRAIN IN KSWDM,SECTION D.3.6.2 AND OTHER SMALLER CONVEYANCE SYSTEMS,THE STANDARD ROCK PAD(6'x8') MADE OF ✓�,/ r 1-FOOT THICK QUARRY SPALL IS ADEQUATE. FOR ALL OTHER OUTLETS, THE OUTLET PROTECTION SHALL MEET THE REQUIREMENTS OF THE "OUTFALLS" SECTION OF CORE REQUIREMENTS#4 AND SECTION 4.2.2. OF THE KSWDM. EXISTING OR GRADED SLOPE , ISOMETRIC NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT w Fa a'pb AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE QS y S .I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �g WAS,yr� � THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. "4 tiP� o O CITY OF KENT ENGINEERING DEPARTMENT KEWT TESC PIPE SLOPE DRAIN 4 21493 O r,}- w......... TONAL E �'O DRAWN—E 8 M ALE,_.. NONE sANOARo PUN CHECKED DATE .................._._. G Z A APPROVED FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3.E 24` AX HEIGHT BURY SHEETING �0 A1Ak.st"4cte INTO S MINIMUM 4IX4"TRENCH fE P(gSTIC H IC S,,, TIRES, SANDBAGS, OR EQUILVALENT N 'ErS MAY BE USED TO WEIGHT PLASTIC MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL. MINIMUM 4'X4"TRENCH GENERAL NOTES: 1, PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSOOT STANDARD SPECIFICATIONS 9-14.5. 2. MAXIMUM PERMITTED SLOPE SHALL BE 2H:IV. 3. SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE WEIGHTED OR TAPED, 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT DUPLICATE.THE ORIGINAL,SIGNED BY THE ONIC Was} AN ELECTENGINE RRAAN APPROVED FOR PUBLICATION IS KEPT ON FILE AT �¢ yr� r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT '~ ENGINEERING DEPARTMENT y w,,✓21493 w.,����.o� r TEMPORARY STOCKPILING .Ki r.� .o. -G 1 ST E'r� ` ONAL �� DmwN E®. la----... SCALE.. _... NONE STANDARD PLAN CHECKED DATE _.............. 5-35 APPROVED vmi�um� EXISTING TOPOGRAPHY 2' FILL 6' MAX. CUT 4'MAX. FILL 4'CUT PROPOSED GRADING SITE GRADING RB UI'.REMENTS: 1. B' NET CHANGE ALLOWED FROM EXISTING TOPOGRAPHY. 2. 4' MAXIMUM FILL 3. 6' MAXIMUM CUT 4. FOR MAXIMUM RETAINING WALL HEIGHTS,SEE STANDARD PLAN 6-63. 5. SITE GRADING DOES NOT APPLY TO GRADING FOR STORMWATER FACILITIES. SOS EX NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT ENGINEERING DEPARTMENT 21493 �F solSTE'� <"�`" KE MT SITE GRADING ASS/ONAL l9"'. w...,. ,. OESIGNEO OWH SCALE NONE STANDARD PLAN DRAWN___ DB _ ••••••• CHECKED DATE APPROVED wcixDn V J DRIP LINE I"-STRAW LAYER FINISHED GRADE NATIVE SOIL FILL ..'w.^''w%,`'�✓,?:l�`��✓.f;`4�f'' "r/1�r'��r�/;//tip/�Y.�+,,�+fi ORIGINAL GRADE ORIGINAL GRADE NOTES: 1. EXTEND STRAW OUT TO DRIPLINE OF TREE. 2. COMPACT SOIL BY HAND EQUIPMENT ONLY. �( NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT G WAS&+. + /, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT N`T ! THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT (17 ENGINEERING DEPARTMENT 1C) �y 21493 *GISTE� � KENT MINOR FILLS AROUND TREES 4UNAL ' DESIGNED FDS - SCALE NDNE STANDARD PUN DRAWN CHECKED DMJ PATE 6-11-99_......._ ',. 6-58 APPROVED DVGIxFFIt VENTS(3"0 MIN. WITH CAPS EX.TREE MIN. 3' OR THREE TIMES THE LOOSE STONE MATURE TRUNK DIAMETER NEW SOIL LINE —� -+ --- DRY WELL 3"0 VENT WITH CAP DRY WELL STONE- FILL SOIL DRAIN TILE (3"0 MIN.) it r� r r� rr' rlr�!r fr�Ar�,✓ f r OLD SOIL LINE // SLOPE TO DRAIN AWAY FROM TREE RAISING THE GRADE @ 10%MINIMUM DRAIN TILE TO DRIP LINE DRIP LINE SECTION PLAN EX.TREE INSTALL ENGINEERED OLD SOIL LINE DRIP LINE WALL FOR CUTS GREATER DRIP LINEFILL THAN FOUR FEET AND SLOPES GREATER THAN 2:1 HORIZONTAL TO VERTICAL(TYP). LOWERING THE GRADE 2' � 2' ROCKERY OR CONCRETE BLOCK WALL EX.TREE FILL STONE 1 XX CUT NOTES: +'' NEW SOIL LINE 1, ALL DRAIN TILE SHALL BE LOWERING AND RAISING PERFORATED PVC AND WRAPPED IN THE GRADE PERMEABLE DRAIN FABRIC OR CLOTH IoSE D SOCKS DESIGNED FOR PERFORATED 5 "1' r NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT PIPE. WAS& AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE F4"G' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 2, MINIMUM BATTER ON DRY WELLS y THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST, WALLS SHALL BE 1:6 HORIZONTAL H " y CITY OF KENT TO VERTICAL ENOINEERINO DEPARTMENT 3, ALL FILL SOIL SHALL BE COMPACTED ".p> 'AFC 1493�iy By HAND EQUIPMENT ONLY. OF S�ON 1 Ee- �`v KENT CUTS OR FILLS AROUND TREES AL V"�\ ........ . 4 FINAL INSTALLATION SHALL BE DESIGNED..._rvs SCAB NONE STANDARD PUN REVIEWED AND APPROVED BY A DRAwN_-_�u...__._..__.....__, - - LICENSED ARBORIST. .CHECKED—OW DAB 6-11-99 6-59 APPROVED o�N� P EVA I L 1 NIG WAGE RATES Kent Springs & PS 4 Upgrades/Bond A - 4 April 11, 2018 Project Number: W20033 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: 05/01/2018 Count Tracle Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers, Journey Level $66.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 5S 2F King, Building,Service Employees Traveling Waxer/Shampooer $24.18 5S 2F King Building Service Crrai)tl,tiy es Window Cleaner (Non- $27.23 5S 2F Scaffold) King Buildiner Service Crnrslovees Window Cleaner (Scaffold) $28.13 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Crarpentea's Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Cap'}'il—i:2Ep Carpenter $57.18 5D 4C King Cp1n entegs Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 5D 4C King Caljenters Floor Finisher $57.18 5D 4C King C rtae_rlters Floor Layer $57.18 5D 4C King Carsrs Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers ft Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers Ft Tenders Dive Supervisor/Master $72.97 5D 4C King Divers Ft Tenders Diver $110.54 5D 4C 8V King Divers Fi Tenders Diver On Standby $67.97 5D 4C King Divers Fi Tenders Diver Tender $61.65 5D 4C King Divers Fi Tenders Manifold Operator $61.65 5D 4C King Divers 8: Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers B Tenders Remote Operated Vehicle $61.65 SD, 4C Operator/Technician King Divers & Tenders $57.431 SA I 4C httr)s://fortress.wa.aov/lni/wacelookUD/PrvWaaeLookUr).asox 4/11/2018 Page 7Of18 Remote Operated Vehicle Tender King workers Assistant Engineer $56.44 5D 3F King Electrical Fixture Main"enance. Journey Level $28.99 5L 1E Workers King Uectriciars - Inside' Cable Splicer $76.96 X 4E King E�ectricians - Inside Cable Splicer (tunnel) $82.24 7C 4E King Electricians - Inside Certified Welder $74.38 X 4E King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69 X 4E King Electricians - Inside Journey Level $71.80 X 4E King Electricians - Inside Journey Level (tunnel) $76.96, 7C 4E King Electriciaris - Motor Shop Journey Level $14.69 1 King Electricians - Powertine Cable Splicer $79.43 5A 4D Construction King Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction Construction I King E�ectricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction King FlecLricians - Po,,yedine Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28 5A 4D 8W King Electricians - Powerhre Pole Sprayer $69.75 5A 4D Construction King Electronic TpchnicLans Journey Level $31.00 1 King Elevator Constructors Mechanic $91.24 7D jA King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Glaziers Journey Level httD3://fO[fFe5S.VV3.OUV/lOi/VV3OelUDkun/PrvVVa8LaLuukUna-nx 4/11 /701R Page 3 of 18 King Heat & FrostInsulato,rs-Arid, Journeyman $67.93 5.1 4H AsbesC(s Workers King HCataMg 9 uip€nc: fi Mecfxanits Journey Level $78.17 7F 1 E King Hod Car riers_it Mason TendersJourney Level $48.02 7A 31 King Industrial Power Vacuum Journey Level $11.50 1 Cleaner King mend Boatmen Boat Operator $61.41 5B 1K King Intand_Boatmen Cook $56.48 5B 1K King InlandBoatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1 K King P€ycctionlCleae'rir€syfS9 tga Cleaner Operator, Foamer $31.49 - 1 Of Sewer & Water._�y:V:f;rnsmBy Operator Remote Control King Inspection/Cta€31,17g/Sealf4 Grout Truck Operator $11.50 1 Of Sewer tr Water Systems_By Remote Control King Head Operator $24.91 1 Of Sewer It Water Systems B Remote Control King Ir sl3ertinn/Cleanilag/Seal,ing Technician $19.33 1 Of Sewer Ft.Water Systems By Reote Control King harry q:ionlCl,e^a€tii�nJSaal?n Tv Truck Operator $20.45 1 Of Sewer Ft Water Systems By_ Remote Control King Insulation Applicators Journey Level $57.18 5D 4C King Ironworkers Journeyman $67.88 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 $48.02 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 httos://fortress.wa.aov/Ini/waaelnnkuo/PrvWaaeLooklln.asnx 4/1 1 /2f11 R Page 4 of 18 King Laborers s Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.441 7A 1 31 King Laborers 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 Laborer_, 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 Fc $46.57 7A 31 Moving (incl. Charred Material) King Laborers I Ditch Digger $46.57 7A 31 King Laborers Diver $48.021 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 $47.441 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch mm $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 8 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 $48.021 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 httDs://fortress.wa.aov/lni/waaelnokiin/PrvWanpl onkl ln_asnx 4/1 1 /7(11 R Page 5 of 18 King Lmabore_�rs Motorman-dinky Locomotive $47,44 7AI 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using Combination Of High Pressure Air Et 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 I_ahorers Pipe Reliner $47.44 7A 31 King Laborer's 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 $46.57 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 Et 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 $46.571 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 $47.44 7A 31 httos://fortress.wa.aov/lni/waaelookUD/PrvWaaeLookUD.asr)x 4/1 1 /201 A Page 6 of 18 King Laborer,,, Tunnel Work-Compressed Air $92.60 7A 31 Worker 0-30 psi _ King Laborers Tunnel Work-Compressed Air $97.63 7A 31 8� Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 Sg Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 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 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 8M Worker 68.01-70.00 psi King Laborers_ Tunnel Work-Compressed Air $118.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 Tender King Laborers Tunnel Work-Miner $48.12 7A 31 King Laborers Vibrator $47.44 7A 31 ..........._._ _ King Laborers Vinyl Scanner $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 Jndrr )_ound Sewer General Laborer Et Topman $46.57 7A 31 .... .........:_.. Ft Water King Laborers lJi'iclergrri-rr t1 Sewer Pipe Layer $47.44 7A 31 Fi Water King Lands'cajn 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 $56.781 5D 1H King Marble Setters Journey Level $55.82 5A 1M - ...... . King Metal Fabrication $15.86 1 King Metal Fabrication (l?15hoa.rl Laborer $11.50 1 King Metal Fabrication On Shorn) Machine Operator $13.04 1 King Metal Fabrication ln.5laqia,7 Painter $11.50 1 King Metal Fabrication (ln Shop) Welder $15.48 1 King Mil(wr1g!t Journey Level $58.681 5D 4C King Modular Bultclings Cabinet Assembly $11.56 1 King Modulao ESrurtcfin Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modulmae Q4aildirlgs Plumber $11.56 1 httDS://fortress.wa.aov/Ini/wacielookun/PrvWacieLook[Jr).a-n)< 4/1 1 /:?nl R Page 7 of 18 King Morluh9r Burlchr'rP Production Worker $11.50 1 King Modular Buildings Tool Maintenance $11.56 1 King MocluB,ar Btril<linvs Utility Person $11.56 1 . - - - King Modular f9rnldinras Welder $11.56 1 King Painters Journey Level $41.60 6Z 213 King Pile Driven Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - $71.35 5D 4C Compressed Air Worker 0-30.00 PSI King He 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 He Driver Hyperbaric Worker - $92.85 5D 4C Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $94.85 5D 4C 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 Drier 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 7Q 1R King Playground a Park Equipment Journey Level $11.50 1 Installers King Plumbers a Pipefitters Journey Level $81.69 6Z 1G King Power Egyj i�Operators Asphalt Plant Operators $60.49 7A 3C 8P King PowermEepuiprn rat Operators Assistant Engineer $56.90 7A 3C SP King F'owerEgu�lanacrrr,O_pciaLQr-s Barrier Machine (zipper) $59.96 7A 3C 8P King Power EquiDment Operators Batch Plant Operator, $59.96 7A 3C 8P Concrete King Power Equipment_Operators Bobcat $56.90 7A 3C 8P King E2emtr C guipr enl One rators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment - King Power Equipment Operators Brooms $56.90 7A 3C 8P King Power E r en Operatoys Bump Cutter $59.96 7A 3C 8P __ - King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Opr i irtors Chipper 1 $59.96 7A 3C 8P httns-//fnrtress.wa.nnv/lni/wanelnnkun/PrvWanPI nnkl ln_acnx 4/1 1 /7(11 R Page 8Of \8 King [Njwer,,EqujqmeiA Opera tors Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over King L�oALr E(LuiprrtrILO[Lerato4�s Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Powor E uipnnerLt_Qp_!ratqEq Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. jijpLiii�nt OlIeL,tQgLs Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To King Power Equipment Op�� Conveyors 7A 3C 8P King Power Ec jjkgLent 0 Cranes Friction: 200 tons and $62.33 7A 3C 8P IL over King Power Eqgijj�nerjt 0 eralgEs Cranes: 20 Tons Through 44 $59.96 7A X 8P Tons With Attachments I hm ru to ou 11 59 62 59 !h gh 4416 Tons, Or 150' Of Boom (Including Jib With King Power EgUft)nncq'It Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib I with attachments King Eq��er FcLipLii�!it Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King Tons, Under 150' Of Boom (including Jib With 56 Under King �Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P I 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 Equ�prncnt Operator Deck Engineer/deck Winches $59.96 7A 3C 8P King liPo�ygr.E oi n Operator% Derricks, On Building Work $60.49 7A 3C 8P King Power EqWprnent Operators Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Dritt Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Pio�e�_Equipment Operators Drilling Machine $61,101 LA 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $59.96 7A X 8P And Gamaco Et Similar I Equipment htfn,;-//fnM'renn.vvn-oov/|ni/wnne|ook|m/Pn/VVaop| nnW1n aqnx 4/11 /7018 Page 9 of 18 Forklift: 3000 Lbs And Over With Attachments King PowcrEgrngamerit Q13er:atop Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King Power Equit a envm gjtL<ato[s Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Ecgra?rLrgent 02crgors Gradechecker/stakeman $56.90 7A 3C 8P King Pcwer_Equipmenti Operators Guardrail Punch $59.96 7A 3C 8P King Power EcRApi Ent Ouerators Hard Tail End Dump _ $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King PowcrEtg i33enerrlmJ)?^rotary Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Eguame t tyeratcrrs Horizontal/directional Drill $59.49 7A 3C 8P Locator King Mower E9.0gxnrei T_Ug;>ermatormr; Horizontal/directional Drill $59.96 7A 3C 8P Operator King Pow j EjMifai7rent_C71acrnkors Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Power Equipment Ci erators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under King Power Eauiprnent Operators Loader, Overhead 8 Yards. & $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 Pnwgp. Eguipkment Op_tr_'ators Loaders, Plant Feed $59.96 7A 3C BP King Poaver Equip anent Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power C tq aiqq ent Ojaenators Locomotives, All $59.96 7A 3C 8P King Pourer 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 EuuimrreilIOI) ims 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 Powei.:...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 813 Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $60.491 7A, 3C 8P Tons Through 99 Tons King ?raweo° t ntripmertl Operators I Pavement Breaker $56.901 7A 3C 8P httos://fortress.wa.aov/Ini/wanelookUD/PrvWaaeLookUD.asr)x 4/11/2018 Page 10Of18 King Power Eclutment Operators Pile Driver (other Than Crane $59.96 7A LC 8P I Plant Oiler - Asphalt, Crusher $59.49 7A X 8P King PowerEquipment.0 King Power Equipment Operators, Pumps - Water $56.90 7A 3C Bin Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King f!a�LK.quipLiif, Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment opel atqtL, Rigger/Signal Person, BeRman $59.49 7A X 8P King Power Eguigangnit Ope,�itqE� Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Eguip rent eL�AL Roller, Plant Mix Or Multi-lift $59.49 7A X 8P Materials King Power EqUipment Operators Saws - Concrete $59.49 7A 3C 8P King Scraper, Self Propelled Under $59.96 7A 3C 8P King RowtrF ripinentO e,Lilt(Lr Scrapers - Concrete Ft Carry $59.49 7A 3C 8P qL All Yards And Over King Power F_quiprntnt Operalor� Service Engineers - Equipment $59.49 7A C King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C SP Tractors Under 15 Metric King Uic Over 30 Metric Tons To 50 Metric Tons King Power Equipment Opera rs 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 Eguipaient Operators Shpform Pavers $60.49 7A 3C 8P Screedman King Power Equipment Operators Tower Bucket Elevators $59.49 7A X SP King PioyKer Equi-prnent Operators Tower Crane Up To 175' In $61.10 7A X 8P htLDS://fO|tn2SS.VV8.OUV/lOi/VV8Oel8Okun/PrxVVaop.inoki1nac;nx 4/11 /J018 Page 11 of 18 King l'OweL Uip L�enU(�gars Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom I King RQL L?LE9uh)1110nt Operators Tower Cranes: over 250' in $62.33 7A 3C 8P height from base to boom King Pqwgr Equir.mcn t0[je Operators Transporters, All Track Or $60.49 7A 3C 8P Truck Type King Power Trenching Machines $59.49 7A 3C BP King Power Eauinnient Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King PoweF Equipment Operatots Truck Crane Oiler/driver _$_5949 7A 3C 8P ............................................................ Under 100 Tons King Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P jConveyor King Power Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $56.90 7A 3C — I §—P King g akors Yo Yo Pay Dozer $59.96 7A 3C 8P King Power EoUlDment Operators-, 'Asphalt Plant Operators $60.49 7A 3C 8P Underground Scwer Li Water King E2�ytr Ea Assistant Engineer $56.90 7A 3C 8P Und(I PI OUnd Sewei & Water King Power EgUiDnient Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground—ou-n'd Sewer ft Water King Power Equipment Operators- Batch Plant Operator, $59.96 7A 3C 8P Underground Sewer a Water Concrete King Power Equipment Operators- Bobcat $56.90 7A 3C 8P ....................... Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer ft Water Equipment King Power Equipment Opel ators- Brooms $56.90 7A 3C 8P UriderorOUnd Sewer Et Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer Et Water King erators- Cableways $60.49 7A 3C 8P King 22��Li: Ecip Chipper $59.96 _7 Underground Sewer ti Water A 3C 8P Under round Sewer Et Water �_56.90_7A 3C 8P King jjQwer Eguil�mcnt9j?eratwr5, Compressor Underground Sewei ft Water King �L�Lgrs- Concrete Pump: Truck Mount $60.49 7A 3C 8P Jrtr9nrOperators- — — — LgjLnd Sewer Ea Water With Boom Attachment Over 42 M King ?q%yer FgWpf Concrete Finish Machine -laser $56.90 7A 3C 8P Underground Sewer Et Water Screed King fLowei:Fc L)tpq],it tgL Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer &Water Trailer High Pressure Line Pump, Pump High Pressure. King Pctwer rajqes Concrete Pump: Truck Mount $59.961 7A 3C 8P Underm'OUII(l Sewer a Water With Boom Attachment Up To 42m King Conveyors Conveyors X 8P httDS://fortress.wa.aov/1ni/wacielookUD/PrvWacieLookUo.aSDX 4/11/2018 Page 12 of 18 Power EgiW¢crmuriC. Oieri�tc>�s Underr aind `ng.wer Et Water — King IPowrr EcruroLRn rr Oj e,rato - Cranes Friction: 200 tons and $62.33 7A 3C 8P Underraroind Sewer ft Water over King Power Equipment_llnderR Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P ou rnci Sewer 5-Water Tons With Attachments King Power E uu:rment O eLkt,.))-s- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underqr_ound Sewer Ft 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 Undereround Sewer Et Water 250' of boom including jib with attachments _ King Power Equipment Operators N 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 8 Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equiprnent Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P LFr7c3erground Sewer a WaA.er Under King Pave i' Ecgcrrr t rg^nt O(aeraWprs- Cranes: Friction cranes $61.72 7A 3C 8P Under round Sever a Water through 199 tons King Power EgUiprrra.nt: Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer ft Water Attachments A-frame Over 10 Tons King Power Egrsilanient_0P. r to_rs- Crusher $59.96 7A 3C 8P Underground Sewer 1i Water — King Power Ecpuipnia=nt OtreraRors_- Deck Engineer/deck Winches $59.96 7A 3C 81 Undernrcnrnd Sewmr ft Wager '(Power) King Power Equipment Operators- 'Derricks, On Building Work $60.49 7A 3C SP Undergrouind Sewer U Water King Pcrwcr cp,uiianient Operaators- 'Dozers D-9 & Under $59.49 7A 3C 8P Undereround Sewer Et Water _ King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59,49 7A 3C 8P !dndergrguncl `.sewer ft Water Or Crane Mount King PowerE 'crurpiTrlrit, C7peoal7is 'Drilling Machine $61.10 7A 3C 8P lJnd r� gnd Sewer fx Water — King f°owc urpniegtmOppr sjjg - Elevator And Man-lift: $56.90 7A 3C 8P Uatderrounci Sower Et Water 'Permanent And Shaft Type King Power Fgrripment per<rtars Finishing Machine, Bidwell $59.96 7A 3C SP Under ground Sewer Fr Water And Gamaeo Et Similar Equipment King Power Equipment Operators. 'Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Und�Und Sewer Li Water With Attachments King Power Equipment Operator Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P gr Underound Sewer ti"Water With Attachments King Pow nr- urpn ent t7cratpimsR Grade Engineer: Using Blue $59.96' 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Po y± Ccaui sment O tors- Gradechecker/stakeman $56.90 7A 3C 8P Under'91-ound Sewer q Water — — — httDs://fortress.wa.aov/Ini/waaelookuo/PrvvlWaaeLookUD.a5DX 4/11 /?nl2 Page 13 of 18 King Pew eLL(jui U jxnent LY,2)� ijors- Guardrail Punch $59.961 7A 3C 8P L�L _ — — Sewer ft Water King PpwqjjE, nje.quIp it ntQjpe�a tors- Hard Tait End Dump $60.49 7A 8P _ _ oEs 3C U nLerp,rqugil Water Articulating Off- Road Equipment 45 Yards. Et Over King fyL)VeEj,&IUuPrqpnt Operators- Hard Tait End Dump $59.96 7A 3C 8P Under 'OUnd Sewer EL Water Articulating Off-road Equipment Under 45 Yards King Power Lq.0,13ment Operators- Horizontal/directional Drill $59.49 7A 3C 8P UncJeq;;ground Sewer & Water Locator King Pawea l ur srent. Opetators- Horizon ta I/d i rectionat Drill $59.96 7A 3C 8P Qn�jeig (junq �)ye�r_�L _4 Age[ Operator King Pgy eL.IsLq i tj2jc,ijLQ122r_a L(3g s-. Hydralifts/boom Trucks Over $59.49 7A 3C 8P Ljnder.prognd Sewer it Water 10 Tons King P(Lwea[.L�LiplLip.. IjIL_Qp2LatQLq- Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Undc,�iound Sewer tx Water Tons And Under King Loader, Overhead 8 Yards. Et $61.10 7A X 8P LL!nd Sewer It WWer Over King PowerDquipment Op s- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P eujtpr� Underground Sewer a Water But Not Including 8 Yards King Lowcr E uipment Operators- �Loaders, Overhead Under 6 $59.96 7A 3C 8P grrdervLouLid Scwe� P! Water Yards King Power EQUIpment Opeiata�rs- Loaders, Plant Feed $59.96 7A X 8P Underground Sewer Et Water King Power EauiDrnent Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P IjJ_nSi(Lr'Pround Sewer & Water King Powet Equipment Operators- Locomotives, All $59.96 7A 3C 8P LJ2(_ImP.roUnd Sewer t water King PowcrEquiprent apes ators- Material Transfer Device $59.96 7A X 8P Underground Sewer Et Water King Power EqUjEiDfL0j?ei_�tors- Mechanics, All (teadmen - $61.10 7A 3C 8P Underground Sewer Ft water $0.50 Per Hour Over ............................................. Mechanic) King 2_qweL [c�qqjpfji_ej-Lt_Qp iLitkrs- Motor Patrol Graders __$60.49 7A X 8P Sewer R Water King Ro)veE._LqWpA)jent gomeritors- Mucking Machine, Mote, $60.49 7A X 8P U ndelgrou nd.Sewer f Wa Lei, Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment operators- Oil Distributors, Blower $56.90 7A 3C Power...... Qn Sower j(erpround r Q Water Distribution Et Mulch Seeding Operator 8P King Outside Hoists (elevators And $59.49 7A 3C 8P jjnqq.rPioqrd Sewer jj_VLaLer Mantifts), Air Tuggers,strato King Power Eq2kqEgnL2ptELtors- Overhead, Bridge Type Crane: $59.96 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $61.10 7A X 8P .................................. 2ndorqround Sewer [i 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 aqvver Equip QL�e ))era Pavement Breaker 3Ctors- Pt Bker $56.90 7A 8P IT _ (j-- - - Underground Sewer E Water 1 King 1 1 $59.961 7A 3C httr)s://fortress.wa.ciov/1 n Uwaaelooku r)/PrvWaciPLnnk1 J n.asny 4/1 1 /2niR Page 14Of18 [�ow�r EcLujpment Op-rators- Pile Driver (other Than Crane Underground Sewer a.Water Mount) King PcweL EQUiPmeUt _02�ratqr,�- Plant Oiler - Asphalt, Crusher $59.49 UndergrWrld Sewer Et Water King Power F(Luji)rTI(ntr OjLej�q�L Power Plant $56.90 7A 3C 8P King Power Eguion"Iel"It Operators- Pumps - Water $56.90 7A 3C 8P Sewei Et Water King PoweLrEqutipm mr1t0p rators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Undergj-ound SLw(,r EL Water 100 Feet In Height Based To Boom King E2��T" FqujL)Lii(.,n_L c�?ratcjL�, Remote Control Operator On $60.49� 7A IC IP Sewer a Water Rubber Tired Earth Moving Equipment UndelPrOUnd Sewer tt Water King Powor Equipment Operatar�- Rigger/Signal. Person, Bellman $59.49 7A 3C SP Qi'j�Lejgrg%Lrjd_Sewer It Water King Powerl�qurpptnLQ Rotter, Other Than Plant Mix $56.90 7A X 8P Underground Sewer It Water King Power ECILAiDment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P j�rderground Sewer 8: Water King Power Eguiprriont Operators- Saws - Concrete $59.49' 7A 3C 8P King 22f—er Scraper, Setf Propelled Under $59.96 7A 3C 8P Sewer EL Water 45 Yards I King Poy�er_�quipfl2cLnt op�,L r- Scrapers - Concrete 8: Carry $59.49� LA 3C SP tnjd(LgrgLLnd ewer Ft Water All King Power EcTUiDment Operators Scrapers, Self-propeRed: 45 $60.49 7A 3C 8P UnderPI OUnd Sewer (L Water Yards And Over King owe�j UnderRround Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power LguipMgnt opqqitors- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Lkdergrround Sower 5: Water Tractors Under 15 Metric Metric Tons L�jjqg.�2�gund Sewer Et Watei Tractors; 15 To 30 Metric Tons Undqty:ognc1 Sewer Et Water htfD5://fOrt[eSS.VV3.O0V/1Oi/VV8O8l8OkUD/PrVVV3op| onWn-annx 4/11 /701R Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons I King tl2weLE�Lun?picail Qj�eiators- Shovel, Excavator, Backhces: $61.72 7A 3C 8P PL)f!pLg,LqyLiq.Sewrn" & Water Over 90 Metric Tons King 8P t Slipform Pavers $60.49 LC_QL)gaj�..a..ater....ors-. 7A— ILindergtoLr�d Sewe� U W King Power Ecmjqrment Operators- Spreader, Topsider Et $60.49 7A 3C 8P Under I _grogno Sewer E, Water Screedman King Subgrader Trimmer $59.96 7A 3C L WaLei I King s- Tower Bucket Elevators $59.49 7A 3C 8P !Ldc°!mmld Sower to Water King Powvcr E q neilLQ a tqrsL-, Tower Crane Up To 175' In $61.10 7A X LP,k�qL _L�giL_ — — !jL1c1cLrgjriLuLiLJ.Sew(n Ft. Water Height Base To Boom King Fq�yeL Fqgigirntnt 0j?ei ators- Tower Crane: over 175' $61.72 7A 3C 8P !LnAeEgLQ Lirrg Sgwermtthrough 250' in height, base to boom King Power L lrw�� guipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P Underg1%)und.Sewer Et Water height from base to boom Water........... King m LoyffLj-rrii elao etators- Transporters, All Track Or $60.49 7A 3C 8P - jLndL�r.vLound Sewer Fk Water Truck Type King Power E AL)intnL Qperators- Trenching Machines $59.49 7A 2C 8P Underground.,Sewcr a Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Undgwound Sewer Fit Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P ........................................................................ LJnL1PrqLcLvrLLSewer , Waer Under 100 Tons King PoworEquil.2ment.0p hors- Truck Mount Portable $59.96 7A IC I erc — — IlLLvidergnmild Sewer Et Water Conveyor ] L King Power Eguipa-rent operators- Welder $60.49 7A L 8P Underground Sewer It Water King Power E.QUiPrnCnt Operators- Wheel Tractors, Farmall Type $56.90 7A X 8P Underground Sewer EtWater ........................... King Power EQW1.)rnent Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P QRdefgEgqjnAAgweK Et Water I King Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers I King Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers King Journey Level $77.86 6Z 1G Cor�(jfloning L ,Mechanics King Residential Brick Mason Journey Level $55.82 5A_ 1M King L�t idential.Gikrj)fnters Journey Level $28.20 --- 1 King Residential Cement Masons lJourney Level 1 $22.641 1 httos://fDrtress.wa.ciov/lni/wacelookur)/PrvWacieLookLJr).aqr)x 4/11/2018 Page 16 of 18 King Residential Drywall Journey Level $42.86 5D 4C A121yNiesttad's - - King Rryiderti I 1 gj)-;wrrs Journey Level $57.43 5P 1 E King Residential Electricians Journey Level $30.44 - 1 King Residential Glaziers Journey Level $41.05 71 1H King Residentia( 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 a Journey Level $34.69 1 NiptriLl�r°� _ King Residential Refrigeration t} Air Journey Level $77.86 6Z 1G ConditionijQ Mecharrics King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1R Workers - King Residential Soft Floor Layers Journey Level $47.61 5A 3J King ReeSodentaaal Sprinkler Fitters Journey Level $46.58 5C 2R Fore ProttLt rrl King Residential Stone Masons Journey Level $55.82 5A IMM .......................... . 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 $51.02 5A 3H King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King 51i,phuilrhnn Et Slaio Repair Boilermaker $43.31 7M 1H King Shrl)buiPding Es Sh aRepair Carpenter $41.06 7T 2B King S17iti(itkclrril Fx SI71,p Rc pair Electrician $42.07 7T 4B King Shipbuilding & Ship Repair Heat Et Frost Insulator $67.93 5J 4H King �5iiuilelrng N). SI7il? Reirojr Laborer $41.99 7T 4B King 51j. raikimg,w Ship Repair Machinist $42.00 7T 4B g lbui[ R ft Ship_Repair Operator $41.95 7T 4B Kin Shrpbuildins � Ship Repair _ King Shipbuilding Et Ship_Repair Painter $42.00 7T 4B King Shipbuildin ft.Slfi Rc air Pipefitter $41.96 7T 4B King Shildtnt Fx 5fro,p;,z Repair Rigger $42.05 7T 4B King Shipbuilding l3 Ship Repair Sheet Metal $41.98 7T 4B King Shi builtP a,ft St rLa RaJ>snir Shipfitter $42.05 7T 4B King 5hi ph)Lii.Ld!ng, & SIiio Repair Trucker $41.91 7T 4B King Shiplaui[cliLig ft.5hrgar Iirr ssmir Warehouse $41.94 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $42.05 7T 4B King Sian Makers tl Instalters Sign Installer $22.92 - 1 (Electrical King siPnM2kers-ti.Ir!sttaller5 Sign Maker $21.36 1 {ELL trical) httDs://fortress.wa.00v/Ini/waoelnnkun/PrvWanelnnklln_asnx 4/11 /?nlA Page 17 Of 18 King 11?ip King Soft Floor LaVers Journey Leve� --�47.61 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Stone Masons Journey Level $55.82 5A IM King Street And Parkimz Lot Journey Level $19.09 1 King SurveyoLs Assistant Construction Site $59.49 7A 3C 8P Surveyor King Construction Site Surveyor $60.49 7A 3C 8P King TeIPMMMUnicatiorl Journey Level Technicians King Tc lep hone.UncConstrUCti Oil - Cable Splicer $40.52 5A 2B Outside King Consquction Hole Digger/Ground Person $22.78 5A 2B Outside Outside King jt�er)hone Line Construction - Special Apparatus Installer 11 $39.73 5A 2B Outside King TeleDhone Line Construction - Telephone Equipment $40.52 5A 2B Outside Operator (Heavy) King jelephone Line Col Outside Operator (Light) Outside Outside King Telel.,qione ine Construction - Television System Technician $34.10 5A 2B Outside King Telephone Line Consti tiction - Television Technician $30.69 5A 2B Outside King Telephone Line Construction - Tree Trimmer $37.74 5A 2B Outside King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Settei5 Journey Level $51.36 5A im- King Traffic Control StTjPTrs Journey Level $45.431 7A htfn,; //fndnennvvnoov/|ni/vvanP|nok||n/PrxVVanp| nnN |nac;nx 4/11 /701A Page 18 of 18 King fruck.,Dr ivers, Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L I WA-Joint Council 28) _ King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 51) 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck &Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L .................................... — — — Council 28) King Truck DriversOther Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 _ King Well Drillers a h riggpL a1 f?t,rFrrJ2 Irrigation Pump Installer $17.71 1 Installers King Well Drillers Er lirr r,at.bn Punrp Oiler $12.97 1 Installers King Well Drillers Fr Irrigation Pump Well Driller $18.00 1 Installers httns-//fortress.wa.aov/Ini/waaelnokiin/PrvWanelnnklJn.asnx 4/111;)nlR Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 &♦* * N:***Y** :*#*:k#M***4:***********#+1:1:#1 Y�:Y+W X: 4rtrtrt*#mrt mW:,e M �k Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. Orr 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 horns Monday through Friday and the first ten (10)hours on Sahuday 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 fast 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 ton (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 oil 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 3/3/2018 thru 8/30/2018 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half tunes 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 fitst 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 tines 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 oil 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 3/3/2018 thru 8/30/2018 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]sourly rate of wage. All hours worked on holidays shall be paid at two tines the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage m 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 tines 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 tine 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 perfonned 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 3/3/2018 thru 8/30/2018 Overtirne Codes Continued 3, 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 horns 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. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not he 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. 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) clay ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 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 ofpay. 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 overtone 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 homy 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(P/')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 3/3/2018 thru 8/30/2018 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). 1. Holidays: Now 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 Yews 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 tl Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 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: Now Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). 1f 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. U 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 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7, 1. Holidays: New Year's Day,President's Day, Independence Day, Memorial Day,Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christnas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,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 Yeas Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on it Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as it holiday on the preceding Friday. L. Holidays: Now 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 Christnas 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, hndependence 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 3/3/2018 thru 8/30/2018 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 projcets 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 3/3/2018 thru 8/30/2018 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 bour 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 151'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'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 " �G 'W m "" �' II �'"' . w Flu � � �� � �ireu� �U � w � .,, m � � ���.� �� ��.� �� ,n � ,,,�•'I a a� � �mi a wu!N �� u. .. �p aw �W au r� � � III �. •' � � � �ad I r:. � � � � � � "� i �� �� pw��� 1 I 9i„, �ml i., III ip� � u � � �i �.,. � I n � ��,i. � m II ;n i � � � iBWW "m m m a.. � 1 ., a ro m m I n im iro m � a o w I� � "� iw mil �d SF� � "� m .. � .° � � _,. �'� �c � � � mu "� �'� ilp � � '� um I � � as "' � m �� �e �u w '" � I � � mo ;�mu I ® u� �„ ,„ � ' mw aw mu " � �, �, m mu � � I �, im aw ow m�� � I m a mw �w ao .� � � as � � aw �I ,� ae � a v�� � aw "" mu u� u'w � .o .. .. �» A � i�' °� lu�-��p ® �°° �." x � � � i �t"" I w ��.. _ i � ,,,o, a u��_. I III'�� IIIu �im�� III HIV �'� � �, e w n ..�,a � n �M 88 w � I�:'� iN i. � W ., � .�m, o m ""� w � I a � i Y� r i 1 l� 9 � !�m+ w � mi a r�, � ; �', r�° �, i I� ^mi ou s w 'V1� ,� �i� .�� � �I � �WMd � Via"' ean � E ° ,� ,un'.. m �. r,�ti pm'. . ; IIIV �� � i�..�� � �... a �+ 1!6,,ENT Agenda Item: Bids - 10B TO: City Council DATE: May 15, 2018 SUBJECT: Kent Springs and Pump Station No. 4 Electrical Upgrades Project - Award MOTION: Award the Kent Springs and Pump Station No. 4 Electrical Upgrades Project to Colvico, Inc., in the amount of $1,102,943.14 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 the installation of a back-up power generator, construction of a generator cover, electrical upgrades and installation of new variable frequency drive motors at the Kent Springs site. Additionally, site improvements at the Pump Station #4 facility include fencing, electrical improvements, installation of variable frequency drive motors, and a retaining wall. EXHIBITS: Memo dated May 15, 2018 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: The project will be paid for using previously budgeted water utility funds.