Loading...
HomeMy WebLinkAboutCAG2022-425 - Original - Bainbridge Island Electric - Lindental Generator Replacement - 11/08/2022CAG2022-425 11/1/22 11/8/22 KENT W A S H I N G T O N DATE: October 18, 2022 TO: Kent City Council SUBJECT: Lindental Generator Replacement - Award MOTION: I move to award the Lindental Generator Replacement Project to Saratoga Craftsman, Inc. DBA Bainbridge Island Electric, in the amount of $241,711.34 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 includes the installation of a new replacement generator, automatic transfer switch, manual transfer switch, portable generator receptacle and various associated electrical modifications. The bid opening for the Lindental Generator Replacement Project was held on October 11, 2022 with six bids received. The lowest responsible and responsive bid was submitted by Saratoga Craftsman, Inc. DBA Bainbridge Island Electric, in the amount of $241,711.34. Bid Tab Summary 01. Saratoga Craftsman Inc. DBA Bainbridge Island Electric $241,711.34 02. Northeast Electric, LLC $249,927.00 03. Elm Solutions DBA Dalton Electric Corp. $279,813.65 04. Legacy Telecommunications, LLC DBA Legacy Power Systems $313,564.80 05. Colvico, Inc. $315,751.39 06. Northwest Cascade, Inc. $336,906.00 Engineer's Estimate $198,620.40 BUDGET IMPACT: This is a budgeted project funded through the Sewer Utility. SUPPORTS STRATEGIC PLAN GOAL: Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Lindental Generator Replacement Bid Tab (PDF) CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Lindental Generator Replacement Project Number: 21-3020 BIDS ACCEPTED UNTIL October 11, 2022 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR KENT W A 5 H I N G T O N INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Technical Specifications Section 6 Site and Equipment Photos Section 7 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Lindental Generator Replacement Project Number: 21-3020 BIDS ACCEPTED UNTIL October 11, 2022 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR .4411:00000 KENT W A 5 H I N 0 T 0 N ►'N S. F RYA Sy, I J W'12i2o22 38748 �� RFG/S7ER�� �� �SS��tV L ECG\ Except for Technical Specifications B I DDER'S NAME 114 W11)qt? 151,A0p [ C&2C7Q(C- CITY OF KENT KING COUNTY, WASH I NGTON KENT SPECIAL PROVISIONS FOR Lindental Generator Replacement Project Number: 21-3020 BIDS ACCEPTED UNTIL October 11, 2022 11:00 A.M. BID OPEN I NG IMMEDIATELY FOLLOWING DELIVER TO C 1 TY OF KENT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KENT W A S H I N G T 0 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 Contractor's Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page I.M-106TIT6726T, or, Combined Declaration Form Non -Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through October 11, 2022 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above -stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: Lindental Generator Replacement Project Number: 21-3020 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results. The project consists of removing the existing generator, ATS, and electrical components and installation of new generator, ATS, MTS, and associated electrical components and other work all in accordance with the Contract Plans, Kent Special Provisions, and the WSDOT Standard Specifications; for the City of Kent's Lindental Sanitary Sewer Lift Station site located at 26432 118th PI SE, Kent Washington 98030. The City will make the sites open to contractors interested in bidding the project on September 28, 2022 from 9:00 a.m. to 11:00 a.m. located at 26432 118th PI SE, Kent Washington 98030. City staff will be present only to provide access to the site and building; not to answer questions or provide information. Should a contract be executed, it is the contractor's responsibility to comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle -King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. The Engineer's estimated range for this project is approximately $225,000-275,000. 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 name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at https://www.kentwa.aov/pav- and-apply/bids-procurement-rfps. 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. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 19t" day of September, 2022. BY:-e Kimberley . K moto, City erk Published: Daily Journal of Commerce on September 20, 27, and October 4, 2022 Washington State Office of Minority and Women's Business Enterprise on September 20, 2022 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 01 1112 2-- This statement relates to a proposed contract with the City of Kent named Lindental Generator Replacement Project Number: 21-3020 I am the undersigned bidder or prospective contractor. I represent that — 1. I Z 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. A► c J I NAME OF BIDD` R S I G NATU RE/f ITLE _cU,'fi x 1oo( OA . [ ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Lindental Generator Replacement/Bond 1 September 19, 2022 Project Number: 21-3020 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 tothedirectives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. 1 have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: =Y�:, �- ---- For: A)1) k ID434 is LAAZ Ct eGiRi c, Title: Date: \(q�i�l�� Lindental Generator Replacement/Bond 2 September 19, 2022 Project Number: 21-3020 NUMBER: 1.2 SUBJECT POLICY: C I TY OF KENT ADM I N I STRAT 1 VE POL I CY EFFECTIVE DATE: January 1, 1998 MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor 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. Lindental Generator Replacement/Bond 3 September 19, 2022 Project Number: 21-3020 CITY OF KENT EQUAL EMPLOYMENT OPPORTUN I TY 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 contractor for the contract known as Lindental Generator Replacement/Project Number: 21-3020 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: Lindental Generator Replacement/Bond 4 September 19, 2022 Project Number: 21-3020 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details oNthe work as outlined on the plans and described in the specifications for the project named Lindental Generator Replacement/Project Number: 21-3020 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non -continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non -responsive. Lindental Generator Replacement/Bond 5 September 19, 2022 Project Number: 21-3020 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1 1-09.7 1 Mobilization $ ��1�� $ 8 V�1500 WSDOT LUMP SUM Per LS 2 Technical Specification 1 Demolition dC3 --7 00 $67' $ z2 01 22 00 3.2a LUMP SUM Per LS 3 Specification Technical 1 ATS and MTS Installation $�� ���q -- $ 00 01 22 00 3 2c LUMP SUM Per LS 4 Technical 1 Generator Installation 4:0 $ ����ri r fication 01p22100 3 2D LUMP SUM Per LS dd�� 5 1-07.15(1) 1 SPCC PLAN Per LS WSDOT LUMP SUM 6 1-04.4(1) 1 WSDOT FORCE ACCOUNT Minor Changes *Common price to all bidders $10,000* $10,000 Per FA Sub Total $ 2m._3 53Ea CC! i 10.1%Sales Tax $ Total $ 2. A l L.f Lindental Generator Replacement/Bond 6 September 19, 2022 Project Number: 21-3020 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. Lindental Generator Replacement/Bond 7 September 19, 2022 Project Number: 21-3020 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. FA/LURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONS I VE 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: --V NAME: L�04 1 GI-t ADDRESS: �. [ &)>( ID( &ce '�S LM )D, 1)/-13/1,20) PRINCIPAL OFFICE: ADDRESS: �Z CrJ l Z7 V I�i-.LACJA\I- 1V CL, A PHONE: FAX: STATUTORY REQU I REMENTS — 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. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 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 Lindental Generator Replacement/Bond 8 September 19, 2022 Project Number: 21-3020 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a 'willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. ----> Attached 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries - oranapproved training provl er oh t -e requirements related to publIC -- works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. ---> 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? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: December 1975 2.3.2 State of incorporation: WA 2.3.3 President's name: R. Lubovich 2.3.4 Vice-president's name(s): Linda Lubovich 2.3.5 Secretary's name: Linda Lubovich 2.3.6 Treasurer's name: Linda Lubovich 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 45 45 Lindental Generator Replacement/Bond 9 September 19, 2022 Project Number: 21-3020 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Washington State 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with rces 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) None 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? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 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. 4.4.1 State total worth of work in progress and under contract: 2.5M No 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. Attached 4.5.1 State average annual amount of construction work performed during the past five years: 1.8M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Attached 4.7 On a separate sheet, list your major equipment. Attached Lindental Generator Replacement/Bond 10 September 19, 2022 Project Number: 21-3020 S. REFERENCES 5.1 Trade References: Platt Electric 5.2 Bank References: Columbia Bank 5.3 Surety: 5.3.1 Name of bonding company: Contractors Bonding and Insurance 5.3.2 Name and address of agent: Jennifer Lutz JenniferL@bell-anderson.com 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_r_equired, 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? Yes Lindental Generator Replacement/Bond 11 September 19, 2022 Project Number: 21-3020 7. SIGNATURE 7.1 Dated at this C/P day of ®0`/21_ 2022. Name of Organization: _ 611/nC7Lec� , By: Title: 7.2 71�7% I­(140d Ci(—, , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. -Subscribed and sworn -before -me -this 6_"6L day of A -4' h-� ,_2022. Notary Public: My Commission Expires: E y Public Washington M EREMIC MARCH 09, 2024 NO. 133991 xr. Lindental Generator Replacement/Bond 12 September 19, 2022 Project Number: 21-3020 CONTRACTOR INFORMATION SHEET Corporation Name Saratoga Craftsmen. Inc. Trade Name Bainbridge Island Electric Date of incorporation 12/22/1975 S-Corp President Ron Lubovich Email info@bainbridgeelectric.com URL www.bainbridgeelectric.com Location--- - 2012-2 Viking Avenue NW-- Poulsbo, WA 98370 Mailing Address PO Box 10066 Bainbridge Island, WA 98110 Telephone (206) 842-4200 Unified Business Identification No. 600-198-053 Contractor's Registration No. BAINBIE256JA 4/1/1975 Federal Identification No. 91-0954585 L & I Acc # - Worker's Comp. 345,508-00 Employment Security No. 403615006 DUNS No. 076653930 Insurance Information Legal Information Company Bell -Anderson Insurance Accountant Agent Vicki Buckley 600 SW 391" Street, Ste 200 Renton, WA 98057 Telephone (425) 291-5226 Telephone Email vickib@bell-anderson.com Email BAIN1MRM4HPIA1,A" Cr-ECgiRpovious 6 year period. https:Hsecure.lni.wa.gov/verify/Detail.aspx?UBI=600198053&LIC... Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business. Washington allows the use of apprentices registered with Oregon or Montana. Contact the Oregon Bureau of Labor & Industries or Montana Department of Labor & Industry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID Account is current. 345,508-00 Doing business as SARATOGA CRAFTSMEN INC Estimated workers reported Quarter 2 of Year 2022 "4 to 6 Workers" __ L&I_ account contact____ T2 I CRYSTAL RALKEY (360)902-4635 - Email: KECR235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects Required Training— Effective July 1, 2019 mpt m Exefrothis requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. 2 of 2 10/6/2022, 1:44 PM Project Name Owner Engineer Contract Amount Completion Date Ongoing Projects West Hill Reservoir City of Kent RH2 Engineering $491,120.10 2019 SCADA Upgrades City of Bainbridge Island S&B Systems Specialists $212, 609.00 PGST-Hatchery & Beach Shelter Port Gamble S'Klallam Tribe GLUMAC $359,263, 70 Completed Projects Poulsbo West Side Well City of Poulsbo Gray & Osborne, Inc $231,503.18 811912022 Scott Well Site Treatment Lakewood Water District Murraysmith $777,848.15 812612022 WCC Reclaimed Water Implementation Deptartment of Corrections Century West Engineering $123,361.18 71912022 Construction Experience Ron Lubovich, President Shawn White, Superintendant Nick Wahl, Superintendant Major Equipment Chevy Express Cargo Vans Rigid 300 power threaders BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(9)(d)) 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 (October 11, 2022), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bidder's EMsinesJ, Name Signature of Authorized Official* L— , it) n'-,j L C yk Printed Name Title L () I t � 12.2, :E:�is,&JD L4 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. Lindental Generator Replacement/Bond 13 September 19, 2022 Project Number: 21-3020 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 (October 11, 2022), 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-civiljudgment 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. Bidder's-�usine�ss Name �. Signature of Authorized Official* R Co al oca Printed Name �c1��717— Title Date I 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. Lindental Generator Replacement/Bond 14 September 19, 2022 Project Number: 21-3020 PROPOSAL S I GNATURE PAGE The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued on the day of the preconstruction meeting for the procurement of Generator, ATS, MTS, and items requiring a long procurement period. The City anticipates issuance of a separate Final Notice to Proceed for the component installation within 10 working days of the delivery of Contractor procured items. The undersigned bidder, if awarded to him/her, hereby proposes and agrees to procure all items on or before ten (10) working days from the date of the Limited Notice to Proceed. The Contractor also proposes and agrees to complete the Contract within fifty (50) working days after issuance of the City's Final 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 I , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: NAME OF BIDD R Signature of Authorized Representative (Print Name and Title) 1(3.. ®,- 1 Address Lindental Generator Replacement/Bond 15 September 19, 2022 Project Number: 21-3020 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Saratoga Craftsman, Inc. DBA: Bainbridge Island Electric , as Principal, and Contractors Bonding and Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of the Amount Bid--05%-- 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 Lindental Generator Replacement/Project Number: 21-3020 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 23rd 11111111111111111,,�' 400�Ot¢POq /�SG99 ;0 ;'GO r�••m SEAL y0� r� DAY OF September 2022 PRINCIPAL Saratoga Craftsman, Inc. DBA: Bainbridge Island Electric IL' • O%g SURETY Contractors Bonding �d"-ns 1)), "1 pany LINO Jennifer D. Lutz, A`tCOr,ey�tl d •.!)� •• ? It Received return of deposit in the sum of $ dodaa� r 4y... •. Lindental Generator Replacement/Bond 16 Project Number: 21-3020 September 19, 2022 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Jennifer D. Lutz. Karen L. Padilla, Linda K. Minami, Cindy Slater -Rogers, Carlos Garces, Kristin Jackson, Kathy Howland, Qua Olsen, Dave Werme, Jody Hawley, Kristin Noe-Dombrowik, Neil Muller, Nicole Siegfried, Helen Smith, Sue Yun, Paula Lively, jointly or in the City of Renton State of Washington its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 ) for any single obligation_ The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 15th day of September , 2021 NCC 0, i SEAL ,- - SEAL ZQJ • State of Illinois ) �,11NO�5• �� �,N,� ' , } SS County of Peoria On this 15th day of September 2021 before me, a Notary Public, personally appeared Barton W. Davis who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. . l- By: w_ Catherine D. Glover Notary Public CATHERINE 0. GLOVER OFFICIAL SEAL V Nomry Pudic - SM of 11 My cmnm m Expires RLI Insurance Company Contractors Bonding aand��Insurance • Company By: _ ?5 Barton W. Davis Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding0and Insurance Company this 23rd day of September RLI Insurance Company Contractors Bonding and Insurance Company By: 94h'� o Jeffrey D icl Corporate Secretary 4672772020212 A0058D 19 This change order form is for exam ie Rurposes only. By submitting a bid the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: (insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER: [insert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: f Insert Date Original Contract was Signed] 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 1 of the Contract is hereby modified to 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 1 of the Contract are also 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 $ Lindental Generator Replacement/Bond 18 September 19, 2022 Project Number: 21-3020 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) n 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: Chad Bieren, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Lindental Generator Replacement/Bond 19 September 19, 2022 Project Number: 21-3020 B I DDER'S CHECKL I ST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Orderof Contents................................................................................. ❑ Invitationto Bid................................................................................... ❑ Contractor Compliance Statement........................................................ ❑ Date............................................................................................ ❑ Have/have not participated acknowledgment ............................. ❑ Signature and address................................................................ ❑ Declaration — City of Kent Equal Employment Opportunity Policy_ ........ ❑ Dateand signature..................................................................... ❑ AdministrativePolicy........................................................................... ❑ Proposal............................................................................................... ❑ First line of proposal — filled in ................................................... ❑ Unit prices are correct................................................................ ❑ Contractor's Qualification Statement ................................................... ❑ Complete and notarized.............................................................. ❑ Statement that Bidder Has Not Been Disqualified ................................ ❑ Certification of Compliance with Wage Payment Statutes .................... ❑ Proposal Signature Page...................................................................... ❑ All Addenda acknowledged......................................................... ❑ Date, signature and address....................................................... ❑ BidBond Form..................................................................................... ❑ Signature, sealed and dated ....................................................... ❑ Powerof Attorney....................................................................... ❑ (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form................................................................. ❑ Signature.................................................................................... ❑ ChangeOrder Form.............................................................................. ❑ Bidder's Checklist................................................................................ ❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Lindental Generator Replacement/Bond 20 September 19, 2022 Project Number: 21-3020 Bond No. RCB0008426 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Saratoga Craftsman, Inc. DBA: Bainbridge Island Electric as Principal, and Contractors_Bondiniz and Insurance Company 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 sevPraIIy held and firmly bound to the CITY OF KENT in the penal sum of $241,711.34 , 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 Undental Generator Replacement/Project Number: 21-3020 (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. 1 indental Cwrieratnr keplacementlftond 21 October 6, 2022 Projcjct iNurTiher: 21-3020 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Jennifer D. Lutz Karen L. Padilla, Linda K. Minami, Cindy Slater -Rogers, Carlos Garces, Kristin Jackson, Kathy Howland, Curt Olsen, Dave Werine Jody Hawley Kristin Noe-Dombrowik Neil Muller. Nicole Siegfried, Ilelen Smith, Sue Yun, Paula Lively, jointly or severally in the City of Renton , State of Washington its true and lawful Agent(s) and Attorney(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twentv Five Million Dollars ( $25,000,000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 15th day of September , 2021 . RLII C 4tt,nAll l{[NS'•,, ,. JPANCE00 :gGO T n SEA[, 4 "a SEAL State of Illinois l "a ;� �„",� 5 " , ott Nlit�y '. } SS County of Peoria JJJ On this 15th day of September 2021 before me, a Notary Public, personally appeared Barton W. Davis who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. L&4x,v\,k, By: Catherine D. Glover Notary Public CATHERINE D. GLOVER . OFFICML SEAL Notary Puulc • sum of INnow My Commbow 0j Dp1 rs rdr Ma24, nsurance ompany Contractors Bonding and Insurance Company By: 6. � fva/ ' Barton W. Davis Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Com any and/or Contr ctors Bondin,g��a�nd�., Insurance Company ibis J41layof C 0/ RLI Insurance Company Contractors Bonding and Insurance Company By: 944�^ 13 ±!5!� Jeffrey DUickv V 11 Corporate Secretary 4672772020212 A0058 D 19 TWO WITNESSES: DATE: v/G4 PRINT NAME DATE: /e'l-j/� -y-",� CORPORATE SEAL: AM GAP 00, • SEAL T eF Saratoga Craftsman, Inc. DBA: Bainbridge Island Electric PRINCIPAL (eanler principal's namr: above.) TITLE: 29e:!3 c Dew--T � DATE : Lei,' L— CORPORATE SEAL: Contractors Bonding and Insurance Company SURETY BY: DATE: October 24, 2022 TITLE: Jennifer D. Lutz, Attorney -in -Fact ADDRESS: 600 SW 39th Street, Suite 200 Renton, WA 98057 CERTIFICATE AS TO CORPORATE SEAL hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the PrincipalA of the said Corporation; that I know his signature thereto is gentline, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. _ ri V SECRETARY OR ASSISTANT SECRETARY Lindental Generator ReplacementlBond 22 October 6, 2022 Project Number: 21-3D?0 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and `' organized under the laws of the State of 10"--1 located antl doing business at _2(l)y \� I-�rito W14 ,tAi 4A^ rL.)h %336 ("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: The Contractor shall do all work and furnish all tools, materials, and equipment for: Lindental Generator Replacement/Project Number: 21-3020 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 2022 Standard Specifications for Road, Bridge, and Municipal Construction, a 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 2022 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 work shall be physically completed within fifty (50) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued on the day of the preconstruction meeting for the procurement of Generator, ATS, MTS, and items requiring a long procurement period. The City anticipates issuance of a separate Final Notice to Proceed for the component installation within 10 working days of the delivery of Contractor procured items. The Contractor agrees to procure all items on or before ten (10) working days from the date of the Limited Notice to Proceed. The Contractor also agrees to complete the Contract within fifty (50) working days after issuance of the City's Final 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. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $241,711.34. Undental Generator Replacement/Bond 23 October 6, 2022 Project Number: 21-3020 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. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. Lindental Generator Replacement/Bond 24 October 6, 2022 Project Number: 21-3020 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. Lindental Generator Replacement/Bond 25 October 6, 2022 Project Number: 21-3020 CITY OF KENT BY _ _ _ _ DANA RALPH, MAYOR DATE: 11/08/2022 ATTEST: /�� K&// KIMBERLOVA. KOMOTO, CITY CLERK APPROVED AS TO FORM: 6y'k �r� KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME:R , �—s,�,,YtGkA TITLE:Q���s� DATE: i O_2. Lindental Generator Replacement/Bond 26 October 6, 2022 Project Number: 21-3020 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 Scope of Insurance Contractor shall obtain insurance of the types described below: 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. Lindental Generator Replacement/Bond 27 October 6, 2022 Project Number: 21-3020 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. 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. Lindental Generator Replacement/Bond 28 October 6, 2022 Project Number: 21-3020 EXH I BIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Lindental Generator Replacement/Bond 29 October 6, 2022 Project Number: 21-3020 �'► �® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 10/21 /2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS --- - CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 endorsement(s). PRODUCER CONTACT Linda Minami, CPCU, ARM NAME: Bell Anderson Agency, Inc. PHONE (425) 291-5200 FAX, (425) 291-5100 A!C No Al No ; 600 SW 39th St., Suite 200 E-MAIL lindam@bell-anderson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Ohio Security Insurance Company 24082 Renton WA 98057 INSURED INSURER B: The Ohio Casualty Insurance Co. 24074 Saratoga Craftsmen, Inc., DBA: Bainbridge Island Electric INSURERC: PO Box 10066 INSURER D INSURER E : Bainbridge Island WA 98110-0066 INSURER F : — COVERAGES- - -- - CERTIFICATE NUMBER:---CL22101854605 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DDlYYYY POLICY EXP MM DDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE ❑X OCCUR A U PREMISES Ea occurrenED ce) 1,000,000 $ MED EXP (Any one person) $ 15,000 PERSONAL &ADV INJURY $ 1,000,000 A Y Y BKS55804425 10/20/2022 10/20/2023 GEN'L AGGREGATE LIMITAPQLIES PER: POLICY a PRO- F LOC JECT GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OPAGG $ 2,000,000 $ OTHER, AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accdent $ 1,000,000 BODILY INJURY (Per person) $ X ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS BAS55804425 10/20/2022 10/2D/2023 BODILY INJURY (Per accident) $ HIRED NON -OWNED X AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Por accldenl $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 2,000,000 B EXCESS LIAR CLAIMS -MADE US055804425 10/20/2022 10/20/2023 AGGREGATE $ 2,000.000 DED I X1 RETENTION S 10,000 $ A` WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA BKS55804425 - WA Stop Gap 10I20/2022 10I20/2023 PER OTH- STATUTE ER EL EACH ACCIDENT $ 1,000,000 E.L DISEASE -EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT 1,000,000 $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Lindental Generator Replacement / Project #: 21-3020 The City of Kent is additional insured per the enclosed form #CG8810 0413- Waiver of subrogation per the enclosed form #CG8810 0413. Primary & non-contributory coverage per the enclosed form #CG8810 0413. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave South AUTHORIZED REPRESENTATIVE-� Kent WA 98032 ACORD 25 (2016103) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG88100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY — ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 3 ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY — ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS — EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED — INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED — 6 FELLOW EMPLOYEE EXTENSION — MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2.-Exclusions of -Section -I—Coverage A — Bodily -Injury -And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY — ELEVATORS Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV — Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III — Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. 2. Paragraph 6. under Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I — Coverage C — Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B Under Supplementary Payments — Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or C. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, -coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising _injury",_involved_the_rendering_of, _or-the_failure-to_render, any -professional _architectural,_engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an 'occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other' employees" of yours. However, none of these 'employees" are insureds for "bodily injury" or "personal and advertising injury' arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and C. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV — Commercial General Liability Conditions, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence', offense, claim or "suit" by an agent, servant or "employee' of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II — Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V — Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury' means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc„ with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US —WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV — Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: --Ne-waive-any -right -of-recovery-we-may-have against -a -person or organization -because -of -payments -we -make for -- -- injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the -General Aggregate Limit -shown in the Declarations . 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Cov- erage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section 1 - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 88 60 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EACH LOCATION GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed only to operations at a single 'location" owned by or rented to you: 1. A separate Each Location General Aggregate Limit applies to each 'location", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Each Location General Aggregate—Limit-is-the-most--we---will-pay-for- the -sum -of -all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Coverage C regard- less of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Each Location General Aggregate Limit for that 'location". Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Each Location General Aggregate Limit for any other 'location". 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Each Location General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences" under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib- uted only to operations at a single 'location" owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and N m 2. Such payments shall not reduce any Each Location General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Each Location General Aggregate Limit. D. For the purposes of this endorsement, the following definition is added to Sectio n V - Definitions: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. CG 88 60 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1 POLICY NUMBER: COMMERCIAL AUTO AC 85 01 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. If -the -policy -to-which -this -endorsement -is-attached -also contains-a--Business-Auto-Coverage-Enhancement Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in that specified state. COVERAGE INDEX SUBJECT PROVISION NUMBER ACCIDENTAL AIRBAG DEPLOYMENT 13 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 4 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 21 AMENDED FELLOW EMPLOYEE EXCLUSION 6 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 15 BODILY INJURY REDEFINED 25 EMPLOYEES AS INSUREDS (Including Employee Hired Auto) 3 EXTRA EXPENSE - BROADENED COVERAGE 11 GLASS REPAIR -WAIVER OF DEDUCTIBLE 17 HIRED AUTO COVERAGE TERRITORY 23 HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto) 7 LOAN / LEASE GAP (Coverage Not Available In New York) 16 NEWLY FORMED OR ACQUIRED SUBSIDIARIES 2 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 18 PERSONAL EFFECTS COVERAGE 12 PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 9 PHYSICAL DAMAGE DEDUCTIBLE - VEHICLE TRACKING SYSTEM 14 PRIMARY AND NON-CONTRIBUTORY - WRITTEN CONTRACT OR WRITTEN AGREEMENT 24 RENTAL REIMBURSEMENT 10 SUPPLEMENTARY PAYMENTS 5 TOWING AND LABOR 8 TRAILERS - INCREASED LOAD CAPACITY 1 TWO OR MORE DEDUCTIBLES 19 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 20 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 22 SECTION I - COVERED AUTOS is amended as follows: 1. TRAILERS - INCREASED LOAD CAPACITY The following replaces Paragraph CA. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of SECTION I - COVERED AUTOS: AC 85 01 06 18 © 2017 Liberty Mutual Insurance Page 1 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. SECTION II — LIABILITY COVERAGE is amended as follows: 2. NEWLY FORMED OR ACQUIRED SUBSIDIARIES SECTION II — LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": d. Any legally incorporated subsidiary of which you own more than 50 percent interest during the policy period. Coverage is afforded only for 90 days from the date of acquisition or formation. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an "insured" under any other automobile policy except a policy written specifically to apply in excess of this policy; or (3) Has exhausted its Limit of Insurance or had its policy terminated under any other automobile policy. Coverage under this provision d. does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 3. EMPLOYEES AS INSUREDS SECTION II — LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": e. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". f. Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II — LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": g. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, written agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or written agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit. Page 2 of 9 © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. The "insured" is required to submit a claim to any other insurer to which coverage could apply for defense and indemnity. Unless the "insured" has agreed in writing to primary noncontributory wording per enhancement number 24, this policy is excess over any other collectible insurance. 5. SUPPLEMENTARY PAYMENTS SECTION II — LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by lawfellow "employees" are not entitled -to--the protection afforded -to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION 11— LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire if you have workers compensation insurance in force for all of your "employees" at the time of "loss". This coverage is excess over any other collectible insurance. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: 7. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: a. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss'; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. c. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. AC 85 01 06 18 © 2017 Liberty Mutual Insurance Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. d. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. e. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee" or any member of your "employee's" household. Coverage provided under this extension is excess over any other collectible insurance available at the time of "loss". 8. TOWING AND LABOR SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $75 per disablement. b. For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks", we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 — 20,000 pounds. However, the labor must be performed at the place of disablement. 9. PHYSICAL DAMAGE —ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph AA.a. Coverage Extensions, Transportation Expenses of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of $50 per day and a maximum limit of $1,500. 10. RENTAL REIMBURSEMENT SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement requires the rental of a comparable or lesser vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". This limit is excess over any other collectible insurance. d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. Page 4 of 9 © 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. f. No deductible applies to this coverage. g. The insurance provided under this extension is excess over any other collectible insurance. If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by this Enhancement Endorsement is in addition to the coverage you purchased. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 12.B. 11. EXTRA EXPENSE —BROADENED COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 12. PERSONAL EFFECTS COVERAGE A. SECTION-111 --PHYSICAL DAMAGE COVERAGE, ACoverage, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V — DEFINITIONS is amended by adding the following. For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 13. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 14. PHYSICAL DAMAGE DEDUCTIBLE — VEHICLE TRACKING SYSTEM SECTION III — PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following: Any Comprehensive Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global position device and that device was the method of recovery of the vehicle. 15. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclusions 4.c. and 4.d. is deleted and replaced with the following: Exclusions 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is: AC 85 01 06 18 © 2017 Liberty Mutual Insurance Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission (1) Permanently installed in the covered "auto" at the time of the "loss" or removable from a housing unit that is permanently installed in the covered "auto"; and (2) Designed to be solely operated by use from the power from the "auto's" electrical system; and (3) Physical damage coverages are provided for the covered "auto". If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 16. LOAN / LEASE GAP COVERAGE (Not Applicable In New York) A. Paragraph C. Limit Of Insurance of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss"; b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; d. Transfer or rollover balances from previous loans or leases; e. Final payment due under a "Balloon Loan"; f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto"; g. Security deposits not refunded by a lessor; h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto"; i. Any amount representing taxes; j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss"_ An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. Additional Conditions This coverage applies only to the original loan for which the covered "auto" that incurred the "loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss". Page 6 of 9 OO 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. SECTION V — DEFINITIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 17. GLASS REPAIR —WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 18.-PARKED- AUTO -COLLISION COVERAGE -(WAIVER-OF-DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 19. TWO OR MORE DEDUCTIBLES Under SECTION III — PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same "accident', the following applies to Paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible; or c. If the "loss" involves two or more Business Auto coverage forms or policies, the smaller (or smallest) deductible will be waived. For the purpose of this endorsement, company means any company that is part of the Liberty Mutual Group. AC 85 01 06 18 © 2017 Liberty Mutual Insurance Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission- SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: 20. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV— BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 21. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS SECTION IV — BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the following: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) Member, if you are a limited liability company; (4) An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (a) How, when and where the "accident" or "loss" took place; (b) The "insured's" name and address; and (c) The names and addresses of any injured persons and witnesses. 22. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us, is amended by the addition of the following: If the person or organization has in a written agreement waived those rights before an "accident" or "loss", our rights are waived also. 23. HIRED AUTO COVERAGE TERRITORY SECTION IV — BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the "insured's" responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. Page 8 of 9 O 2017 Liberty Mutual Insurance AC 85 01 06 18 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 24. PRIMARY AND NON—CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT The following is added to SECTION IV — BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other Insurance and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in a written contractor written agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". SECTION V — DEFINITIONS is amended as follows: 25. BODILY INJURY REDEFINED Under SECTION V — DEFINITIONS, Definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. AC 85 01 06 18 © 2017 Liberty Mutual Insurance Page 9 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission 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 .......................................... 1-3 1-03 Award and Execution of Contract ....................................... 1-5 1-04 Scope of the Work.......................................................... 1-6 1-05 Control of Work.............................................................. 1-8 1-06 Control of Material.......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public ................. 1-14 1-08 Prosecution and Progress ................................................. 1-18 1-09 Measurement and Payment .............................................. 1-22 1-10 Temporary Traffic Control ................................................ 1-23 TECHNICAL SPECIFICATIONS......................................................... A-1 SITE AND EQUIPMENT PHOTOS ...................................................... A-2 PREVAILING WAGE RATES.............................................................. A-3 Lindental Generator Replacement/Bond October 6, 2022 Project Number: 21-3020 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2022 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. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT" DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and Lindental Generator Replacement/Bond 1 - 1 October 6, 2022 Project Number: 21-3020 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. ""REMOVE", ""REMOVAL", ""EXCAVATE", ""EXCAVATION" Unless otherwise noted, the words "remove", "removal", "excavate" and "excavation" in the contract plans and specifications shall mean that the Contractor is required to haul and dispose of the material at a legal off -site location. The cost for haul and disposal, including disposal and permit fees, shall be included in the unit contract prices of other bid items as specified in Section 1-04.1. No additional payment will be made. Drawing or Drawings; see definition for Plans. Owner; see definition for Engineer. Lindental Generator Replacement/Bond 1 - 2 October 6, 2022 Project Number: 21-3020 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 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 by downloading at no charge at KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. 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. Lindental Generator Replacement/Bond 1 - 3 October 6, 2022 Project Number: 21-3020 SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON -RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 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. Lindental Generator Replacement/Bond 1-4 October 6, 2022 Project Number: 21-3020 SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "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. Lindental Generator Replacement/Bond 1 - 5 October 6, 2022 Project Number: 21-3020 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 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS" FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes Lindental Generator Replacement/Bond 1 - 6 October 6, 2022 Project Number: 21-3020 SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other Lindental Generator Replacement/Bond 1 - 7 October 6, 2022 Project Number: 21-3020 regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7. 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. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of 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. Lindental Generator Replacement/Bond 1-8 October 6, 2022 Project Number: 21-3020 Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING 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 Lindental Generator Replacement/Bond 1-9 October 6, 2022 Project Number: 21-3020 the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 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 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH; 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2022 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. Lindental Generator Replacement/Bond 1 - 10 October 6, 2022 Project Number: 21-3020 SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 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 (1A, 113, 1C, etc.). Lindental Generator Replacement/Bond 1 - 11 October 6, 2022 Project Number: 21-3020 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the 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. Lindental Generator Replacement/Bond 1 - 12 October 6, 2022 Project Number: 21-3020 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re - submittal. An amended resubmission is required. 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. Lindental Generator Replacement/Bond 1- 13 October 6, 2022 Project Number: 21-3020 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07 SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle -King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. 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: N/A SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: Lindental Generator Replacement/Bond 1 - 14 October 6, 2022 Project Number: 21-3020 A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. Lindental Generator Replacement/Bond 1 - 15 October 6, 2022 Project Number: 21-3020 SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of 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. Lindental Generator Replacement/Bond 1 - 16 October 6, 2022 Project Number: 21-3020 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. Centurvi-ink Gabrielle Skorupa 206-305-4395 Puaet Sound Enerav Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Glenn.Helton@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) Comcast Aaron Cantrel 206-510-4222 (cell) Aaron Cantrel@comcast.com Puaet Sound Energy Power Gary Bradley 253-234-6302 Gary.Bradlev@nse.com SECTION 1-07.18 IS REVISED BYADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. Lindental Generator Replacement/Bond 1 - 17 October 6, 2022 Project Number: 21-3020 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. Lindental Generator Replacement/Bond 1 - 18 October 6, 2022 Project Number: 21-3020 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 A Limited 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 Final 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 Final Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one -hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Lindental Generator Replacement/Bond 1 - 19 October 6, 2022 Project Number: 21-3020 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. Lindental Generator Replacement/Bond 1 - 20 October 6, 2022 Project Number: 21-3020 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 will be suspended following issuance of Limited Notice to Proceed letter. The Contractor shall within 21 calendar days days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for all the critical materials listed below. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The following materials are deemed critical by the Contracting Agency: • Generator • ATS • MTS Contract time shall begin on the day of the Final 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 Lindental Generator Replacement/Bond 1 - 21 October 6, 2022 Project Number: 21-3020 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 provided 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. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments 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. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: Lindental Generator Replacement/Bond 1 - 22 October 6, 2022 Project Number: 21-3020 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Lindental Generator Replacement/Bond 1 - 23 October 6, 2022 Project Number: 21-3020 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment No additional payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the reservoir site property. This cost shall be considered incidental to the various items on the project. Lindental Generator Replacement/Bond 1 - 24 October 6, 2022 Project Number: 21-3020 TECHNICAL SPECIFICATIONS The following specification, written in the CSI format, supplement all other plans and specifications which have been prepared for this project and are considered to be a part of the Kent Special Provisions for this project. Lindental Generator Replacement/Bond A - 1 October 6, 2022 Project Number: 21-3020 CITY OF KENT Technical Specifications Lindental Sewer Lift Station Generator Replacement W A SFjl��/,�� 20103376 w� GISTFR �sSIoNAL���'1 PREPARED FOR s KENT W AS H I N 3 T O N CITY OF KENT 5821 South 2401h Street Kent, WA 98032 (253) 856-5662 KELLER 733 51" Street, Suite A I Clarkston, WA 99403 1 (509) 295-6095 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 01 — GENERAL REQUIREMENTS 01 22 00 Unit Price Measurement and Payment 01 32 16 Construction Progress Schedule 01 33 00 Submittal Procedures 01 35 13 Special Project Procedures 01 45 00 Quality Control 01 77 00 Closeout Procedures 01 78 23 Operation and Maintenance Data DIVISION 26 — ELECTRICAL 26 05 00 Electrical, General 26 05 05 Selective Demolition for Electrical 26 05 19 Low -Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Support Devices 26 05 33 Raceway and Boxes for Electrical Systems 26 32 13 Engine Generators 26 36 00 Transfer Switches DRAWINGS (BOUND SEPARATELY) 222035-000 TABLE OF CONTENTS I CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 01 22 00 - UNIT PRICE MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.1 WORK INCLUDED A. Measurement and payment will be made as specified in this Section and in accordance with the provisions of the General Conditions. B. This Specification covers all measurement and payment for the Work. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 INCIDENTAL WORK A. All Work not specifically identified in this Section shall be considered incidental to other items; no special payment will be given for incidental work. 3.2 BASE BID PAY ITEMS A. Demolition 1. Paid by the lump sum. 2. Includes all labor, materials, and equipment for required site demo as outlined by design drawings. Contractor to demo all removed equipment, including existing ATS and generator, at an approved site. B. ATS and MTS Installation 1. Paid by the lump sum. 2. Includes all labor, materials, tools, and equipment to install the new ATS and MTS for facility switchover. All equipment shall be tested and operation and data verified prior to finalizing installation and payment. Includes providing and operating temporary generator, fuel for temporary generator, and associated materials for connection and stand-by operation. Also includes cable and conduit. C. Generator Installation 1. Paid by the lump sum. 2. Includes all labor, materials, and equipment to demo the existing generator and install the new generator. Also includes cable and conduit, connection to exhaust piping, radiator connection to existing louver, any louver modifications, mounting skid to existing equipment pad, modifying generator frame, etc. UNIT PRICE MEASUREMENT AND PAYMENT 01 22 00 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 END OF SECTION 0122 00 UNIT PRICE MEASUREMENT AND PAYMENT 01 22 00 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 01 32 16 - CONSTRUCTION PROGRESS SCHEDULE PART 1- GENERAL 1.1 WORK INCLUDED A. Scheduling of the Work shall be performed by the Contractor in accordance with the requirements of this Section. The purpose of the Construction Schedule is to allow the Contractor to prepare an orderly plan to aid in the timely completion of the project. B. Development of the schedule and project status reporting requirements of the Contract shall employ computerized Critical Path Method (CPM) scheduling. C. The approved Construction Schedule shall be used to plan and execute the Work, to measure the progress of the Work, and to aid in evaluating time extensions. D. Failure to maintain the Construction Schedule in an approved status may result in the Owner withholding a monetary penalty against the responsible Contractor(s) until the schedule is approved as set forth in 3.4 of this Section. PART 2 - PRODUCTS 2.1 CONSTRUCTION SCHEDULE A. Prepare a detailed construction schedule in graphic form showing duration and proposed dates of starting and completing each major division of the Work. The schedule is to be consistent with the time and order of Work requirements of the specifications, and is to be the basis of the Contractor's operations. Prepare the schedule utilizing a Gantt chart (bar type) or similar method that connects related activities. B. Sufficient detail shall be included for the identification of subdivisions of the major components listed below. The major components should be broken in into activities such as excavation, foundation subgrade preparation, foundation concrete, completion of all structural concrete, CMU, roof, pump/equipment, mechanical and plumbing installation, electrical power and controls, coatings, and other activities as required. C. Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. D. Show complete sequence of construction by activity, identifying Work of separate stages and other logically grouped activities. Indicate the early and late start, early and late finish, float dates, and duration. Clearly indicate critical path and activities/items on the critical path. E. Indicate estimated percentage of completion for each item of Work at each submission. F. Indicate submittal dates required for shop drawings, product data, samples, and product delivery dates. CONSTRUCTION PROGRESS SCHEDULE 0132 16 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 PART 3 - EXECUTION 3.1 INITIAL SCHEDULE SUBMITTAL A. The Contractor shall submit two short-term schedule documents at the Pre -construction Conference which shall serve as the Contractor's Plan of Operation for the initial 60-day period of the Contract Time, and to identify the manner in which the Contractor intends to complete all Work within the Contract Time. B. The bar chart shall show the accomplishment of the Contractor's early activities (mobilization, permits, submittals necessary for early material and equipment procurement, and long lead, CPM submittals, initial site work and other submittals and activities required in the first 60 days). C. Following the Contractor's receipt of the Engineer's review comments, the Contractor shall correct the schedule to identify missing activities and relationships relevant to the Scope of Work. No time extensions will be granted to complete activities not initially included in the Contractor's Construction Schedule. D. To the extent that there are any conflicts between the approved Construction Schedule and the requirements of the Contract Documents, the Contract Documents shall govern. 3.2 FINAL CONSTRUCTION SCHEDULE SUBMISSION A. The Final Construction Schedule shall be submitted for approval within 60 calendar days after Notice to Proceed is issued. It shall provide a reasonable level of detail and a reasonable sequence of activities which represent Work through the entire project. B. The Construction Schedule shall show the sequence and interdependence of activities required for complete performance of the Work, beginning with Contractor's receipt of the Notice to Proceed and concluding with the date of Final Completion of the Contract. The Project Schedule shall show all activities in workdays, with allowance for holidays and the effects of normal weather conditions on outside work. C. The Construction Schedule shall comply with all limits imposed by the Scope of Work, with all contractually specified intermediate milestones and completion dates, and with all constraints, restraints, or sequences included in the Contract. D. Procurement Activities: Prepare the schedule in chronological order of submittals. Show specification section of the submittal, name of contractor and generic description of work covered. Include activities to cover the complete procurement process to include but not limited to: submittal, review, approval, resubmittal, procurement, fabrication, delivery, permits, and similar pre -construction work. E. Labor -force: All activities shall have an estimate of the average number of workers per day that are expected to be used during the execution of the activity. 2. Identification of any labor, material or equipment restrictions, as well as any activity requiring unusual shift work, such as two (2) shifts per day, six (6) day CONSTRUCTION PROGRESS SCHEDULE 0132 16 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 work week, specified overtime, or work at times other than regular days or hours, shall clearly be identified in the Project Schedule. 3. Critical or near Critical Paths resulting from the use of labor or equipment restraints shall be kept to a minimum. (Near Critical Paths are defined as paths having 10 workdays or less of total float.) F. Responsibility: All activities shall be identified in the Construction Schedule by the party responsible to perform the Work. Responsibility includes, but is not limited to, the Contracting Firm, the Subcontracting Firm, Contractor Workforce, or Agency performing a given task. Activities shall not belong to more than one responsible party. G. Work Areas: Arrange the schedule to show each major area of construction for each major category or unit of Work. 2. All activities shall be identified in the Construction Schedule by the Work area in which the activity occurs. Activities shall not be allowed to cover more than one work area. H. Modification or Claim Number: Any activity that is added or changed by a change order or used to justify any claimed time, shall be identified by change order code that changed the activity. Activities shall not belong to more than one change order. I. Milestones: The Construction Schedule shall start no earlier than the date that the Notice to Proceed (NTP) was issued. Milestone dates are defined in calendar days following the date set forth in the Notice to Proceed and are required to be met by all Contractors. Time is of the essence for the completion of Milestones and for the Contract Completion date. 3.3 PERIODIC SCHEDULE UPDATES A. Submit revised schedule with each Application for Payment, identifying changes since previous version. B. Provide recommendations for adjusting the Construction Schedule to meet milestone completion and Contract completion dates (include why the schedule needs adjusting, i.e., change order, weather, contractor resources, etc.). C. The Contractor shall prosecute the Work in accordance with the approved Construction Schedule. Out of sequence construction, defined as a change from the Construction Schedule in the Contractor's actual operation, requires prior approval from the Engineer. D. Upon the approval of a change order or the issuance of a unilateral change order by the Owner the agreed -upon change order activities, activity durations, logic and impacts shall be reflected in the next schedule submittal by the Contractor. END OF SECTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE 0132 16 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 01 33 00 — SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 WORK INCLUDED A. Wherever submittals are required hereunder, all such submittals by the Contractor shall be submitted to the Engineer as delineated in this Section. B. At the Pre -Construction Conference, the Contractor shall submit the following items to the Engineer for review: A preliminary construction schedule. 2. A preliminary schedule of Shop Drawings, Samples, and proposed Substitutes ("Or -Equal") submittals listed in the Bid. 1.2 ENGINEER'S REVIEW PERIOD A. For planning purposes, the Contractor shall assume a minimum of 14 days for review by the Engineer following receipt of submittal/resubmittal. If an expedited review is requested by the Contractor, the submittal shall identify the requested expedited review. The Engineer will attempt to accommodate the expedited review. 1.3 SUBMITTAL PROCEDURES A. Verify that the material or equipment described in each submittal conforms to all requirements of the Specifications and drawings. Where the detailed specifications require specific submittal data, submit all data at the same time. The submittals are to be accompanied by the transmittal form attached at the end of this Section. The Engineer will return for resubmittal any information not accompanied by the specified transmittal form, properly completed. B. Indiscriminate submittal of only manufacturer's literature is unacceptable and will be rejected. C. The submittals shall be numbered as XXXXXX-YY-z., where XXXXXX is the specification section number, YY is the sequential number of the submittal, and Z is used for re -submittal labeled a through z. For example, the first submittal of an item from Section 32 13 13 — Concrete for Exterior Improvements would be numbered "32 13 13- 01"; the first re -submittal of the submittal would be numbered "32 13 13-01-A". D. A separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be rejected. A multiple page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the Engineer. SUBMITTAL PROCEDURES 01 33 00 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 E. Identify Project, Contractor, subcontractor or supplier, pertinent Drawing sheet and detail number(s), and specifications section number, as appropriate. F. All Contractor shop drawings submittals shall be carefully reviewed by an authorized representative of the Contractor, prior to submission to the Engineer. Each submittal shall be dated, signed, and certified by the Contractor, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so dated, signed, and certified. No consideration for review by the Engineer of any Contractor submittals will be made for any items which have not been so certified by the Contractor. All non -certified submittals will be returned to the Contractor without action taken by the Engineer, and any delays caused thereby shall be the total responsibility of the Contractor. G. Do not mark the submittals in red. Ensure that any marks are duplicated on all copies submitted. Outline the marks on reproducible transparencies in a rectangular box. H. Coordinate submission of related items. I. Identify variations from Contract Documents and product or system limitation which may be detrimental to successful performance of the completed Work. J. Provide space for Contractor and Engineer Review stamps. K. Submit electronic submittals to: [To be identified during pre -construction meeting] L. Electronic submittals: Electronic submittals shall be submitted in PDF format and combined into a single file. 2. Engineer will return comments only. Responses will be returned as `Approved', `Approved w/ Notes', `Revise and Resubmit', or `Rejected'. Review will be per Engineer's opinion of technical correctness and adherence to project documents. Contractor is responsible for distributing copies of the submittal and Engineer's comments to concerned parties. 4. Engineer may require hard copies in lieu of an electronic submittal if, in the opinion of the Engineer, the electronic submittal is difficult to read. M. Revise and resubmit submittals as required, identify all changes made since previous submittals. N. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. SUBMITTAL PROCEDURES 01 33 00 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 1.4 DEVIATIONS FROM CONTRACT A. If the Contractor proposes to provide material or equipment which does not conform to all of the Specifications and Drawings, the transmittal form accompanying the submittal copies shall indicate under "comments" the deviations. A. The term "Shop Drawings" as used herein shall be understood to include detail design calculations, shop drawings, fabrication, and installation drawings, erection drawings, list, graphs, catalog sheets, data sheets, and similar items. Whenever the Contractor is required to submit design calculations as part of a submittal, such calculations shall bear the signature and seal of an engineer registered in the appropriate branch and in the state wherein the project is to be built, unless otherwise directed. B. Except as may otherwise be indicated herein, the Engineer will return submittal to the Contractor with comments. The Contractor shall make a complete and acceptable submittal to the Engineer by the second submission of a submittal item. C. If submittal is returned to the Contractor marked "NO EXCEPTIONS TAKEN," formal revision and resubmission of said submittal will not be required. D. If submittal is returned to the Contractor marked "MAKE CORRECTIONS NOTED," formal revision and resubmission of said submittal will not be required. E. If submittal is returned to the Contractor marked "AMEND -RESUBMIT," the Contractor shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the Engineer. F. If submittal is returned to the Contractor marked "REJECTED -RESUBMIT," the Contractor shall revise said submittal and shall resubmit the required number of copies of, said revised submittal to the Engineer. G. Fabrication of an item shall be commenced only after the Engineer has reviewed the pertinent submittals and returned copies to the Contractor marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED". Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. 1.6 ORGANIZATION A. A single submittal transmittal form shall be used for each technical specification section or item or class of material or equipment for which a submittal is required. A single submittal covering multiple sections will not be acceptable, unless the primary specification references other sections for components.. B. On the transmittal form, index the components of the submittal and insert tabs in the submittal to match the components. Relate the submittal components to specification paragraph and subparagraph, drawing number, detail number, schedule title, room number, or building names, as applicable. SUBMITTAL PROCEDURES 01 33 00 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 C. Unless indicated otherwise, terminology and equipment names and numbers used in submittals shall match those used in the Contract Documents. 1.7 EFFECT OF ACCEPTANCE OF CONTRACTOR INFORMATION A. Acceptance by the Engineer of any drawings, method of work, or any information regarding materials or equipment the Contractor proposes to provide shall not relieve the Contractor of his responsibility for any errors therein and shall not be regarded as an assumption of risk or liability by the Engineer or Owner, or by any officer or employees thereof, and the Contractor shall have no claim under the contract on account of the failure or partial failure or inefficiency of any plan or method of work or material or equipment so accepted. Such acceptance shall be considered to mean merely that the Engineer has no objection to the Contractor using, upon his own full responsibility, the plan or method of work proposed, or providing the materials or equipment proposed. B. Approval of shop drawings by the Engineer is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the Plans and Specifications. The Contractor is responsible for dimensions which shall be confirmed and correlated at the job site, fabrication process and techniques of construction, coordination of his work with that of all other trades and the satisfactory performance of his work. 1.8 PRODUCT DATA AND SAMPLES A. Where required in the Specifications and as determined by the Engineer, test specimens or samples of materials, appliances and fittings to be used or offered for use in connection with the Work shall be submitted to the Engineer at the Contractor's expense. Specimen or sample submittals shall be made with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as may be required for proper examination and tests to establish the quality or equality thereof, as applicable. B. All samples and test specimens are to be submitted in ample time to enable the Engineer to make any tests or examinations necessary, without delay to the Work. The Contractor will be held responsible for any loss of time due to the neglect or failure to deliver the required samples to the Engineer as specified. C. Samples are also to be taken during the course of the Work, as required by the Engineer. D. Laboratory tests and examinations that the Owner elects to make will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples will be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory are to be made, and the samples therefore furnished shall be at the sole expense of the Contractor. F. Material used in the Work is to conform to the submitted samples and test certificates as approved by the Engineer. SUBMITTAL PROCEDURES 01 33 00 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION 0133 00 SUBMITTAL PROCEDURES 01 33 00 - 5 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 STANDARD SUBMITTAL FORM Transmittal of Shop Drawing or Submittal CONTRACTOR: <CONTRACTOR NAME> Tracking No. XXXXXX Item covered by this submittal Applicable specification section(s) ❑ First Submittal Refer to the following attachment(s) for a detailed description of the item. OR ❑ Resubmittal No. ❑ This item is as specified OR ❑ Supplier/Subcontractor certifies: ❑ Conforms to contract ❑ Minor deviations as specifically noted ❑ Major deviations as specifically noted Review Priority: ❑ 1 ❑ 2 ❑ 3 Due Date: XX-XX-XX Notes to Engineer: Date Received by Contractor: Contractor Comments: ❑ This item is a substitution/or equal (Engineer's standard review period is 14 days) Date Returned to Subcontractor/Supplier Deviations Specifically Noted SUBMITTAL PROCEDURES 01 33 00 - 6 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 0135 13 — SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 GENERAL A. The pumping station facility must remain operational during construction. As a result, phasing and sequencing of work is critical. Contractor shall take measures to maintain and the operation at all times during construction. B. Temporary pumping, piping, power, lighting, controls, instrumentation, alarms, security devices, and all required safety devices shall be provided by the Contractor whenever his work or interruption due to his work affects the existing flows, treatment processes, pumping, piping, power, lighting, controls, instrumentation, alarms, etc. C. Critical events in the sequence of construction are described in this Section and shall be utilized by the Contractor as a guideline. The construction constraints presented do not include all items affecting the completion of the work, but are intended to describe the sequence of critical events necessary to minimize disruption to the ongoing processes. It shall be understood and agreed by the Contractor that the critical events described are not all inclusive and that additional items of work not described may be required to minimize disruption and ensure compliance. Deviation from or modification of these suggested sequences is permitted if techniques and methods known to the Contractor will result in reducing the disruption of the facility operation and maintain treatment or operational efficiency, and is approved in advance by the Engineer. D. The construction constraints described herein shall be incorporated into the Contractor's schedule as described in Section 0132 16 — Construction Progress Schedule. 1.2 SUBMITTALS A. A plan showing the size and location of the temporary facilities and piping shall be submitted to the Engineer at the same time as the outage plan required. All costs for design, provision, operation, and removal of temporary facilities and piping shall be the responsibility of the Contractor. B. The request for any deviation shall be submitted as a shop drawing. Provide submittals in accordance with Section 0133 00 — Submittal Procedures. C. Outage Plan Submittal Requirements 1. Modifications to existing facilities, the construction of new facilities, and the connection of new to existing facilities will require the temporary outage or bypass of treatment processes or facilities. In these cases, the Contractor's work shall be coordinated with the operation of the plant in advance. In addition to the Construction Schedule under Section 0132 16 — Construction Progress Schedule, the Contractor shall submit a Request for Shutdown and a detailed outage plan and time schedule for each construction activity which will require a tank, pipeline, SPECIAL PROJECT PROCEDURES 0135 13 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 electrical circuit (other than lighting), control circuit, equipment, or other facilities to be removed from service. 2. The Request for Shutdown and outage plans shall be submitted to the Engineer for the Owner's review and acceptance a minimum of two weeks in advance of the time that such outages are required. The outage plans shall be coordinated with the construction schedule specified in Section 01 32 16 — Construction Progress Schedule and shall meet the restrictions and conditions specified in this section. The detailed plan shall describe the Contractor's method for preventing bypassing of other treatment units; the length of time required to complete said operation; any necessary temporary power, controls, instrumentation, or alarms required to maintain control, monitoring and alarms for the treatment plant processes; and the manpower, plant and equipment which the Contractor shall provide in order to ensure proper operation of associated treatment units. In addition, the outage plan shall describe the Contractor's contingency plan that shall be initiated in the event that temporary facilities fail or it becomes apparent that the time constraints described in the approved Outage Plan cannot be met. The contingency plan shall conform to all specified outage requirements. All costs for preparing and implementing both the outage and contingency plans shall be borne by the Contractor. 1.3 OPERATION OF PLANT EQUIPMENT A. Operational functions or shutdown of the existing facility required to facilitate Contractor's operation will be done by the Owner's personnel only. B. The Owner's operation and maintenance personnel will cooperate in every way that is practical in order to facilitate Contractor's operation. However, certain shutdown and connections may only be permissible at times other than normal working hours such as nights or weekends. No additional payment will be made to the Contractor for any night, weekend or holiday work or overtime payments. Contractor shall be sensitive to Owner's overhead due to overtime pay and may be responsible for compensation if excessive outages are required. C. If it is necessary for the proper operation or maintenance of portions of the existing facility, the Owner may require the Contractor to reschedule an approved shutdown. The Contractor shall then reschedule his operations so there shall be no conflict with necessary operations or maintenance of the plant. The Contractor shall, within two (2) working days, provide the Owner with revised Request for Shutdown and a plan for rescheduling of the work in accordance with the requirements of the Contractor's Schedule. 1.4 OUTAGE PLANS A. The Engineer will coordinate the Contractor's planned procedure with the Owner's personnel. The Engineer has the authority to modify any proposed shutdown procedures if said work would adversely impact the facility's operations. B. The Owner shall be notified in writing at least two weeks in advance of the required outage if the schedule for performing the work has changed or if revisions to the outage plan are required. SPECIAL PROJECT PROCEDURES 0135 13 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 C. The Contractor shall provide written confirmation of the shutdown date and time one week prior to the actual shutdown. D. The making of connections to existing facilities or other operations that interfere with the operation of the existing equipment shall be thoroughly planned in advance, and all required equipment, materials, and labor shall be on hand at the time of undertaking the connections. Work shall be completed as quickly as possible and with as little delay as possible, and shall proceed continuously (24 hours a day and seven days a week) if necessary to complete modifications and/or connections in the minimum time. Shutdown of the facility is not permitted until all equipment has arrived onsite and is available for installation. All supporting construction tasks, including manufacturer's representative commissioning and training, shall be coordinated and scheduled prior to site shutdown. E. Any temporary facilities and night, weekend, or holiday work and overtime payments required during process interruptions shall be included in the bid price for the work. 1.5 CONSTRAINTS AND WORK SEQUENCE A. The Contractor shall be responsible for development of the construction sequencing. In implementing the construction sequencing, the Contractor shall maintain the existing facilities in service until new facilities are constructed and are operational to supplement the existing capacity. When new facilities are operational, the existing facilities may be taken out of service. The following general guidelines shall be used by the Contractor in planning the sequence of construction. B. The following general information and guidelines shall be used by the Contractor in planning the sequence of construction. The list is not comprehensive and items are not necessarily listed sequentially: 1. Permits. Contractor shall obtain all necessary permits. 2. Demolition. Demolition shall take place in phases, in order to maintain operation of sanitary sewer during construction. C. Construction sequencing shall provide for maintaining existing level of treatment, in accordance with the following criteria: D. Noise shall be minimized by using appropriate construction methods and equipment. The Contractor shall provide mufflers or acoustical barriers to maintain noise levels from tools and equipment within legal noise levels. See Kent City Code Chapter 8.05, Noise Control. Noise levels shall be limited to 55 dBA at the property line and between the hours of 10:00 p.m. and 7:00 a.m. noise levels shall be limited to 45 dBA at the property line. SPECIAL PROJECT PROCEDURES 0135 13 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 Prior to Complete Demo of existing main power Installation of temporary generator connected to ATS (power and signal) to act as facility backup power during on -site generator demo and installation. Demo of existing main power Mounting of ATS and MTS. Install of cable and conduit to extent possible. Minimize site outage and required bypass pumping operations for construction to < 8 hours. Demo of existing generator Completed installation and testing of new switching arrangement via new ATS, MTS, and generator connection/portable generator. Verified operation of temporary generator. 1.6 ELECTRICAL POWER REQUIREMENTS A. All switching, safety tagging, etc., required for facility shutdown or to isolate existing equipment shall be performed by the Contractor. In no case shall the Contractor begin any work in, on, or adjacent to existing equipment without written authorization by the Engineer. B. The Contractor shall make all modifications or alterations to existing electrical facilities required to successfully install and integrate the new electrical equipment as indicated. Modifications to existing equipment, panels, or cabinets shall be made in a professional manner with all coatings repaired to match existing. The costs for modifications to existing electrical facilities required for a complete and operating system shall be included in the Contractor's original bid amount and no additional payment for this Work will be authorized. Extreme caution shall be exercised by the Contractor in digging trenches in order not to damage existing underground utilities. Cost of repairs of damages caused during construction shall be the Contractor's responsibility without any additional compensation from the Owner. A. The project site may be congested, and the Contractor shall conduct his operations to minimize interference with others. City staff will operate the station manually during outage and keep bypass pumping staged during all construction in the event of unexpected outage or failure of temporary generator. Access roads and circulation roads shall not be closed unless equivalent road access is provided and maintained. B. The project site entrance shall remain clear so vehicles can pull into the project site and to allow normal activities at the existing facility. 1.8 OPERATIONS AND MAINTENANCE ACCESS A. Owner's operations personnel must have continuous safe access to all process control equipment. SPECIAL PROJECT PROCEDURES 0135 13 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 GENERAL A. Temporary facilities and piping shall be located to minimize interference with Contractor's construction facilities and Owner's operation and maintenance of the facility. Unless otherwise specified, each temporary pipeline shall be of the same size as its connection to the existing or permanent facility at the downstream end of the pipeline with respect to the liquid or gas flow in the pipeline. Piping materials shall be suitable for the material being conveyed and be as specified in their respective specification sections. B. When temporary electrical power supply controls, instrumentation, or alarms are required for routine continuous operations of existing or new equipment, the Contractor shall provide the necessary equipment and appurtenances for such temporary power supply controls, instrumentation, or alarms. Prior to installing said equipment and appurtenances Contractor shall provide a submittal on the proposed components and installation for Engineer's review and approval. C. During all rehabilitation, modification and demolition work, safe working conditions for the Owner's and Contractor's personnel shall be maintained at all times. The foregoing includes, but is not limited to, proper trench excavation, the provision of temporary equipment guards, supports, warning signs, walkways, covers over openings, handrailing and protection of electrical equipment and power supply. All temporary facilities shall be constructed in accordance with applicable codes and regulations so that they operate safely and properly. Valves to be temporarily shut off during the work shall be tagged as such and shall be wired shut with a crimped lead seal and padlocked. Electrical and mechanical equipment shall be similarly shut down. 3.2 CONSTRUCTION SEQUENCING - GENERAL A. A proposed sequence of construction summary and description is identified below. Phase 1 generally consists of construction of the new facilities, while Phase 2 includes modifications to existing facilities. B. Contractor shall perform all of the Work per Contractor's schedule, except for those items noted that the Owner will conduct. Contractor shall coordinate with Owner to schedule Owner -conducted tasks. C. The site is a critical facility and shall be operational at all times, except when the station is bypassed during ATS removal. SPECIAL PROJECT PROCEDURES 0135 13 - 5 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 3.3 PROPOSED SEQUENCE OF CONSTRUCTION A. STEP 1: PRE -WORK INSTALLATION 1. Install new ATS. 2. Install new MTS. 3. Install outdoor generator connection on south side of building. 4. Install cable and conduit to extent possible to/from ATS, MTS, and generator connection receptacle per project design drawings to minimize needed construction activities during downtime. B. STEP 2: TEMPORARY GENERATOR PREP 1. Stage temporary generator to act as facility backup during demo of existing generator and installation of new generator. 2. Connect temporary generator to secondary source side of new ATS. Connect ATS signal output to automatic start of temporary generator. - In event of loss of utility power, temporary generator to start and power facility via ATS while on -site generator is disconnected. Duration of temporary generator backup expected to last less than two weeks to accommodate installation of new, permanent generator. - Contractor responsible for temporary generator, fuel for temporary generator, and associated materials for connection and stand-by operation. Contractor to provide temporary generator of adequate size to provide backup power for entire facility in event of loss of utility power (150kW minimum). C. STEP 3: DEMO PHASE 1 — ATS SWITCHOVER 1. Coordinate facility shutdown with Puget Sound Electric. Coordinate facility shutdown with City. - Shutdown to occur during period of lowest flows to minimize strain of bypass pumping operation to be undertaken by City during this time. Shutdown is targeted for August 2023 and start around 4:OOAM. Construction as described in Steps 3 & 4 to be completed within (8) hours. 2. Demo feed from MSD-101 to ATS-101. 3. Demo feed from GEN-101 to ATS- 101. 4. Demo ATS-101. Disconnect from MCC bus and remove. D. STEP 4: NEW WORK — ATS SWITCHOVER SPECIAL PROJECT PROCEDURES 0135 13 - 6 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 1. Install new vertical section with main lug terminations in former location of ATS- 101. Connect bus to MCC- 101. 2. Install cable and conduit from MSD-101 to primary source of new ATS. 3. Install cable and conduit from output of MTS to new main lug section of MCC- 101. 4. Verify construction and conduct any needed testing of ATS and MTS prior to energization. 5. Puget Sound Energy to return electrical service to facility. NOTE: GEN-101 is electrically disconnected at this step and unable to backup facility. Emergency power to be provided by temporary generator connected to ATS for duration of existing generator demo and new generator install. E. STEP 5: DEMO PHASE 2 - GENERATOR 1. Disconnect diesel fuel lines to GEN-101. Cap fuel lines and lock out diesel fuel day tank pump P-301. 2. Remove power to GCP-101 and battery charger power from BC- 101. 3. Remove GEN-101 interconnecting wiring to supporting equipment. 4. Remove GEN-101 control signal wiring to CP-101. 5. Demo GEN-101. Removal of existing generator to be coordinated with Owner based on site conditions, access, and rigging ability to remove equipment. Demo other facility equipment to minimum extent required to remove generator skid. F. STEP 6: NEW WORK - GENERATOR 1. Install new generator, including: setting of new generator skid, connection to diesel fuel supply, power wiring, interconnecting wiring, control wiring, generator connection to exhaust piping and silencers, and fabrication and/or re -connection of louvered inlet duct. 2. Startup: a. Monitor fuel line connections for leakage. b. Configure generator control parameters. C. Verify needed control and interconnected equipment signals. d. Perform all needed acceptance testing prior to attempting to put facility on generator power. 3. Lockout power at MSD-101. SPECIAL PROJECT PROCEDURES 0135 13 - 7 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 - Remainder of work for installation of generator feed and verification of generator operation to be completed within (8) hours. Facility will be operating on bypass pumping by City during this time. a. Remove temporary generator connection to ATS. b. Install new generator power feed cables from generator to secondary source side of ATS. C. Install interconnection cables from generator to ATS. ATS to signal generator when in secondary power position for automatic start of generator. d. Install signal cables from generator to CP-101. e. Return power to facility by closing MSD-101. f. Verify adequate facility operation. Perform any additional generator or ATS testing required before attempting switching operation. g. With facility running, attempt simulated power outage to test functions of generator and automatic switchover from ATS. h. Following successful testing of automatic generator operation, return facility to Owner. Provide training to Owner maintenance personnel on new equipment functions, controls, troubleshooting, etc. END OF SECTION 01 35 13 SPECIAL PROJECT PROCEDURES 0135 13 - 8 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION Ol 45 00 - QUALITY CONTROL PART 1 - GENERAL 1.1 WORK INCLUDED A. Specific quality control requirements for the Work are indicated throughout the Contract Documents. The requirements of the Section are primarily related to performance of the Work beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. B. The Work shall be inspected and tested according to the requirements stated in Article 14 of the General Conditions and as amended by the Supplementary Conditions. 1.2 REGULATORY REQUIREMENTS A. General Comply with all Federal, State, and local Codes as referenced herein. Such regulations apply to activities including, but not limited to, sitework and zoning, building practices and quality, on and offsite disposal, safety, sanitation, nuisance, and environmental quality. 2. Contractor designed structural systems are subject to the same overall inspection requirements as all other work. 1.3 RIGHT OF REJECTION A. The Engineer may reject portions of the Work as provided in Article 14 of the General Conditions. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 INSTALLATION A. Inspection: The Contractor shall inspect materials or equipment upon their arrival on the job site and immediately prior to installation and reject damaged and defective items. B. Measurements: The Contractor shall verify measurements and dimensions of the work as an integral step of starting each installation. C. Manufacturer's Instructions: Where installation includes manufactured products, the Contractor shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. QUALITY CONTROL 01 45 00 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 3.2 SITE INVESTIGATION AND CONTROL A. Contractor shall verify all dimensions in the field and shall check field conditions continuously during construction. The Contractor shall be solely responsible for any inaccuracies built into the Work due to his failure to comply with this requirement. B. Contractor shall inspect related and appurtenant work and shall report in writing to the Engineer any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair or replacement caused by unsuitable conditions shall be performed by the Contractor at his sole cost and expense. END OF SECTION 0145 00 QUALITY CONTROL 01 45 00 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION Ol 77 00 -CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 WORK INCLUDED A. Comply with requirements stated in conditions of the contract and in Specifications for administrative procedures in closing out the Work. B. Furnish lien waivers, bond extensions, and other required data. C. Satisfy conditions of the contract, fiscal provisions, legal submittals and additional administrative requirements. 1.2 SUBSTANTIAL COMPLETION A. When substantially complete, the Contractor shall submit to the Owner: 1. A written notice that the Work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, Engineer will perform an inspection to determine the status of completion. If the Work is not deemed substantially complete, the following will occur: 1. Owner will promptly notify the Contractor in writing, giving the reasons therefore. 2. The Contractor shall remedy the deficiencies in the Work, and send a second written notice of Substantial Completion to the Owner. 3. Owner will request the Engineer to re -inspect the Work. 4. Once the Work is deemed substantially complete and after review and approval, the Engineer will execute and deliver to the Owner and the Contractor, the Certificate of Substantial Completion with a final list of items to be completed or corrected prior to release of final payment. 1.3 PROJECT RECORD DOCUMENTS A. Maintain at Project site, available to Owner and Engineer, one copy of the Contract Documents, shop drawings and other submittals, in good order. 1. Mark and record field changes and detailed information contained in submittals and change orders. 2. Record actual depths, horizontal and vertical location of underground pipes, duct banks and other buried utilities. Reference dimensions to permanent surface features. CLOSEOUT PROCEDURES 01 77 00 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 3. Identify specific details of pipe connections, location of existing buried features located during excavation, and the final locations of piping, equipment, electrical conduits, manholes, and pull boxes. 4. Identify location of spare conduits including beginning, ending, and routing through pull boxes and manholes. Record spare conductors, including number and size, within spare conduits, and filled conduits. 5. Provide schedules, lists, layout drawings, and wiring diagrams. 6. Make annotations with erasable colored pencil conforming to the following color code: a. Additions - Red b. Deletions - Green C. Comments - Blue d. Dimensions - Graphite 7. Make all annotations on one set of drawings. B. Maintain documents separate from those used for construction. 1. Label documents "RECORD DRAWINGS." C. Keep documents current. 1. Record required information at the time the material and equipment is installed and before permanently concealing. 2. During progress meetings, record documents will be reviewed to ascertain that changes have been recorded. D. Submit record documents for review. Submittal shall be in accordance with Section 0133 00 — Submittal Procedures. 1.4 FINAL SUBMITTALS A. The Contractor, prior to requesting final payment, shall obtain and submit the following items to the Engineer for transmittal to the Owner: 1. Written guarantees, where required. 2. Technical Manuals and instructions. 3. Completed record drawings. 4. Bonds, as required. CLOSEOUT PROCEDURES 01 77 00 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 5. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 6. Releases from all parties who are entitled to claims against the subject project, property, or improvement pursuant to the provisions of law. 7. Letter from bonding company stating that bonds will be extended two years after substantial completion. B. Owner will prepare a final Change Order, reflecting approved adjustments to the contract sum which were not previously made by Change Orders. 1.5 FINAL CLEANUP A. The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the Owner will be withheld until the Contractor has satisfactorily performed the final cleanup of the Site. 1.6 MAINTENANCE AND GUARANTEE A. The Contractor shall comply with the maintenance and guarantee requirements contained in the General Conditions. B. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the Owner. If the Contractor fails to make such repairs or replacements promptly, the Owner reserves the right to do the Work and the Contractor and its surety shall be liable to the Owner for the cost thereof. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED MQ L0X���c tc*X1c11rNA1111 CLOSEOUT PROCEDURES 01 77 00 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 01 78 23 - OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 WORK INCLUDED A. The Contractor shall submit technical operation and maintenance information for each item of mechanical and electrical equipment in an organized manner in the Owner's Manual. It shall be written so that it can be used and understood by the Owner's operation and maintenance staff. The Owner's Manual information shall also be submitted in electronic format using a USB flash drive. B. All manuals supplied to the Owner by suppliers of Owner -furnished equipment, shall be inserted into the Owner's Manual by the Contractor. The Contractor shall be responsible for providing all other information. 1.2 OWNER'S MANUAL A. The Owner's Manual shall include the following for each item of mechanical and electrical equipment (as applicable): 1. Equipment Summary: A summary table shall include the equipment name and equipment number, the manufacturer's model number, serial number, and other nameplate information specific to the equipment provided. 2. Operational Procedures: Manufacturer -recommended procedures on the following shall be included: a. Installation b. Adjustment C. Startup d. Location of controls, special tools, equipment required, or related instrumentation needed for operation e. Operation procedures f. Load changes, Calibration, Shutdown 3. Troubleshooting, Disassembly, Reassembly a. Realignment b. Testing to determine performance efficiency C. Tabulation of proper settings for all pressure relief valves, low and high pressure switches, and other protection devices OPERATION AND MAINTENANCE DATA O1 7823 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 d. List of all electrical relay settings including alarm and contact settings 4. Preventive Maintenance Procedures: a. Procedures: Preventive maintenance procedures shall include all manufacturer -recommended procedures to be performed on a periodic basis, both by removing and replacing the equipment or component, and by leaving the equipment in place. b. Schedules: Recommended frequency of preventive maintenance procedures shall be included. Lubrication schedules, including lubricant SAE grade, type, and temperature ranges, shall be covered. Parts List and Drawings: a. Parts List: A complete parts list shall be furnished, including a generic description and manufacturer's identification number for each part. Addresses and telephone numbers of the nearest supplier and parts warehouse shall be included. b. Drawings: Cross -sectional or exploded view drawings shall accompany the part list. 6. Wiring Diagrams: Include complete internal and connection wiring diagrams for electrical equipment items. 7. Shop Drawings: Include approved shop or fabrication drawings, complete with dimensions. Include performance curves for pumps furnished. 8. Safety: This part describes the safety precautions to be taken when operating and maintaining the equipment or working near it. 9. Documentation: All equipment warranties, affidavits, and certifications required by the Technical Specifications shall be placed in this part. 10. Spare Parts: This part shall contain spare parts information for all mechanical, electrical, and instrumentation equipment. The spare parts list shall include the current list price of each spare part. The spare parts list shall be limited to those spare parts which each manufacturer recommends be maintained by the Owner in inventory at the plant site. Each manufacturer or supplier shall indicate the name, address, and telephone number of its nearest outlet of spare parts to facilitate the Owner in ordering. The Contractor shall cross-reference all spare parts lists to the equipment numbers designated in the Contract Documents. B. If manufacturer's standard brochures and manuals are used to describe operating and maintenance procedures, modify such brochures and manuals to reflect only the model or series of equipment used on this project and features provided. Cross out neatly or remove extraneous material, or otherwise annotate or eliminate. 1.3 TRANSMITTAL PROCEDURE OPERATION AND MAINTENANCE DATA 01 7823 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 A. Provide three (3) original paper copies and one (1) electronic copy in PDF format of all operating and maintenance information. For ease of identification, label each manufacturer's brochure and manual with the equipment name. Organize the information in 3-ring binders and use an indexing feature within the PDF submission, in numerical order, per specification section number. Include in the manuals a table of contents and tab sheets to permit easy location of desired information. Each binder shall include a cover sheet and spine label giving the project name, Engineer's project number, DEQ loan number (if applicable), Contractor name and contact information, applicable subcontractor name and contact information, and supplier name and contact information. B. The Contractor shall submit to the Engineer three identical Owner's Manuals a minimum of 90 calendar days prior to the scheduled startup of the equipment. C. The Engineer will review the Owner's Manuals within 30 days following their receipt by the Engineer. The Contractor shall then make any corrections and changes noted and compile all the corrected Owner's Manuals for final submittal to the Engineer. 1.4 PAYMENT A. Acceptable operating and maintenance information for the project must be delivered to the Engineer prior to the project being 75 percent complete or at least two weeks prior to startup of any equipment. Progress payments for work in excess of 80 percent completion or 2 weeks prior to startup will not be made until the specified acceptable operating and maintenance information has been delivered to the Engineer. 1.5 FIELD CHANGES A. Following the acceptable installation and operation of an equipment item, the item's instructions and procedures are to be modified and supplemented to reflect any field changes or information requiring field data. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION 0178 23 OPERATION AND MAINTENANCE DATA 01 7823 -3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 05 00 — ELECTRICAL, GENERAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings, general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to all of Division 26 Specifications. This Specification section applies to all Division 26 Specifications and Electrical Drawings. B. Division 26 contractor shall review all other division specifications and drawings for additional requirements. 1.2 QUALITY ASSURANCE A. Comply with latest NEC, NFPA, UBC, UFC, UL and applicable Local and State Codes. Also comply with Utility Company regulations and industry standards and these Drawings. B. Work shall be done by only trained, licensed and experienced workmen familiar with the requirements. C. All microprocessor based equipment and software with equipment shall utilize 4 digits for the year part of all dates. A two digit date shall be an option for printing at Owner's preference. 1.3 EXTENT OF DRAWINGS / SPECIFICATION A. Drawings indicate intent and general layout of electrical systems for the Project. Drawings are partly diagrammatic and do not indicate all fittings and accessories which may be required. Provide such fittings and accessories as required to form a complete and operating system in general conformance with Specifications and Drawings. 1.4 PRIOR APPROVALS A. Unless directed otherwise by Division 1, all products submitted for prior approval shall be received by the Engineer 10 business days prior to Bid. Supply technical data, photometrics and dimensional Drawings showing that substitutes are equal to product specified. Faxed prior approvals will not be accepted. 1.5 DISCREPANCIES A. Prior to submitting Bid, Contractor shall refer any apparent discrepancies or omissions to Engineer for clarification. The more stringent provisions shall take precedence where codes, Specifications and Drawings differ with one another. The Contractor shall Bid the more expensive requirement, unless discrepancy is addressed by Addendum prior to Bid. ELECTRICAL, GENERAL 26 05 00 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 1.6 TEMPORARY LIGHTING/POWER A. Provide temporary electrical power and lighting for all trades that require service during the course of this Project. Provide temporary service and distribution as required. Provide temporary power for all electrical equipment that will need to be installed due to the phased construction of this project. Comply with the NEC and OSHA requirements. Energy Costs by Contractor. 1.7 SHOP DRAWING SUBMITTALS A. General: Follow the procedures specified in Section 01 33 00 — Submittal Procedures. Submit for final and official approval through the General Contractor. 1.8 SEQUENCING AND SCHEDULING A. Coordinate electrical equipment installation with other building components. B. Arrange for chases, slots, and openings in building structure during progress of construction to allow for electrical installations. C. Coordinate installing required supporting devices and set sleeves in poured -in -place concrete and other structural components as they are constructed. D. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment requiring positioning prior to closing in the building. E. Coordinate connecting electrical service to components furnished under other Sections. F. Coordinate connecting electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. Coordinate requirements for access panels and doors where electrical items requiring access are concealed by finished surfaces. 1.9 SUBSTANTIAL COMPLETION A. At Substantial Completion of Project, be ready to demonstrate the following list of items below. If this is not possible, inform the General Contractor and Engineer no less than 1 week prior to Engineer's visitation of the site for Substantial Completion. B. Demonstrate the operation and test of the emergency lighting system. C. Demonstrate the main service ground, bonding to neutral and resistance readings obtained at time of installation. This will involve having some covers removed from the main panels at the time of the Engineer's visitation. D. All electrical systems and items specified shall be installed and operational. E. Demonstrate the operation of all emergency power systems including generators, uninterruptible power supplies and inverter systems. ELECTRICAL, GENERAL 26 05 00 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 1.10 RECORD DOCUMENTS A. Prepare Record Documents in accordance with the requirements in Section 01 77 00 — Closeout Procedures. In addition to the requirements specified in Division 1, indicate the following installed conditions: B. Actual location of all electrical service gear/feeders, panel/motor/special equipment feeders, all major underground or underslab conduits, all conduit stubs for future use, any change in branch circuitry from Drawings, key junction boxes and pull boxes not indicated on Drawings, any control locations or indicator lights not shown on Drawings. C. Addendum items, Change Order items and all changes made to Drawings from Bidding phase through to Project completion. D. Actual equipment and materials installed. Where manufacturer and catalog number are indicated on Drawings, generally or in fixture or equipment schedules, change to reflect actual products installed. E. Change service panel and branch panel breaker locations and schedules to reflect actual installed conditions. A. Prepare maintenance manuals in accordance with Section 0177 00 — Closeout Procedures. In addition to the requirements specified in Division 1 assemble O & M Manuals as follows: Compile Operating and Maintenance Manuals for the electrical systems and equipment. The manuals shall be provided to the Engineer for approval complete and at one time, prior to requesting final payment. Partial or separate data will be returned for completion. 2. Manuals shall be assembled in three-ring binders. Binders shall be 3 inch thick or less and have slip sleeve jacket on binder side and front. More than one binder shall be used for each set of data if required to prevent overfilling of one binder. All information shall be arranged in Sections and each Section shall have a blank buff colored, heavy paper divider with a protruding tab clearly labeled. Sections shall be arranged in the same order that the equipment is listed in the Specification and each Specification section shall have a separate tab. Shop Drawings which are larger than 8-1/2-inch by I I inch shall be individually folded so they are 8-1/2- inch by 11 inch or less and inserted behind the appropriate tab. Tabs shall be labeled and arranged as follows: a. Index: Furnish under the first tab an index of Sections listing name of Section and Specification numbers. ELECTRICAL, GENERAL 26 05 00 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 b. Equipment Manufacturers: Furnish under the second tab a complete typed list of equipment suppliers and manufacturers representative including type of equipment, name, address and phone number. The company listed here should be the one which could furnish replacement parts and offer technical information about the equipment. C. Product Literature: Each tab, starting with the third shall contain the name of a Specification Section. Behind each tab shall be the previously submitted and approved Shop Drawing, factory published operation and maintenance instructions and parts lists. Also include description of function, normal operating characteristics and limitations, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts. Manufacturer's printed operating procedures to include start-up, break-in, and routine and normal operating instructions; regulation, control, stopping, shutdown, and emergency instructions; and summer and winter operating instructions. Maintenance procedures for routine preventative maintenance and troubleshooting; disassembly, repair, and reassembly; aligning and adjusting instructions. Servicing instructions and lubrication charts and schedules. 4. Upon completion and approval of the booklets, one copy shall be given to the Architect, and two to the Owner. Using the booklet, the Electrical Contractor shall explain in detail and instruct the Owner's operating personnel in the correct operation and maintenance of the equipment. PART 2 - PRODUCTS 2.1 SUPPORTING DEVICES A. Channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and fasteners are designed to provide secure support from the building structure for electrical components. Material: Steel, except as otherwise indicated, protected from corrosion with zinc coating or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics. 2. Metal Items for Use Outdoors or in Damp Locations: Hot -dip galvanized steel, except as otherwise indicated. B. Steel channel supports have 9/16-inch diameter holes at a maximum of 8 inches o.c., in at least 1 surface. Fittings and accessories mate and match with channels and arc from the same manufacturer. C. Raceway and Cable Supports: Manufactured clevis hangers, riser clamps, straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps or "click"- type hangers. ELECTRICAL, GENERAL 26 05 00 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 D. Sheet -Metal Sleeves: 0.0276-inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. E. Pipe Sleeves: ASTM A 53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. F. Cable Supports for Vertical Conduit: Factory -fabricated assembly consisting of threaded body and insulating wedging plug for nonarmored electrical cables in riser conduits. Plugs have number and size of conductor gripping holes as required to suit individual risers. Body constructed of malleable iron casting with hot -dip galvanized finish. G. Expansion Anchors: Carbon -steel wedge or sleeve type. H. Toggle Bolts: All -steel springhead type. I. Powder -Driven Threaded Studs: Heat -treated steel. 2.2 RACEWAY AND CABLE LABELS A. Comply with ANSI A13.1, Table 3, for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. 1. Color: Black letters on orange field. 2. Legend: Indicates voltage. B. Adhesive Labels: Preprinted, flexible, self-adhesive vinyl with legend overlaminated with a clear, weather- and chemical -resistant coating. C. Pretensioned, Wraparound Plastic Sleeves: Flexible, preprinted, color -coded, acrylic band sized to suit the diameter of the line it identifies and arranged to stay in place by pretensioned gripping action when placed in position. D. Colored Adhesive Tape: Self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. E. Underground -Line Warning Tape: Permanent, bright -colored, continuous -printed, vinyl tape. 1. Not less than 6 inches wide by 4 mils thick. 2. Compounded for permanent direct -burial service. 3. Embedded continuous metallic strip or core. 4. Printed legend indicating type of underground line. F. Tape Markers: Vinyl or vinyl -cloth, self-adhesive, wraparound type with preprinted numbers and letters. ELECTRICAL, GENERAL 26 05 00 - 5 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 2.3 NAMEPLATES A. Engraved Plastic Nameplates: Engraving stock, melamine plastic laminate, minimum 1/1 6-inch thick for signs up to 20 sq. in. and 1/8-inch thick for larger sizes. 1. Engraved legend with white letters on black face. 2. Punched or drilled for mechanical fasteners. 2.4 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Cable Ties: Fungus -inert, self -extinguishing, one-piece, self-locking, Type 6/6 nylon cable ties. 1. Minimum Width: 3/16-inch. 2. Tensile Strength: 50 lb minimum. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: According to color -coding. B. Paint: Formulated for the type of surface and intended use. 1. Primer for Galvanized Metal: Single -component acrylic vehicle formulated for galvanized surfaces. 2. Primer for Concrete Masonry Units: Heavy -duty -resin block filler. 3. Primer for Concrete: Clear, alkali -resistant, binder -type sealer. 4. Enamel: Silicone -alkyd or alkyd urethane as recommended by primer manufacturer. PART 3 - EXECUTION 3.1 EQUIPMENT INSTALLATION REQUIREMENTS A. Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. B. Install items level, plumb, and parallel and perpendicular to other building systems and components, except where otherwise indicated. C. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, with minimum interference with other installations. D. Give right of way to raceways and piping systems installed at a required slope. ELECTRICAL, GENERAL 26 05 00 - 6 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 3.2 ELECTRICAL SUPPORTING METHODS 222035-000 A. Damp Locations and Outdoors: Hot -dip galvanized materials, U-channel system components. B. Dry Locations: Steel materials. C. Support Clamps for PVC Raceways: Click -type clamp system. D. Conform to manufacturer's recommendations for selecting supports. E. Strength of Supports: Adequate to carry all present and future loads, times a safety factor of at least 4; 200 lb minimum design load. 3.3 GENERAL INSTALLATION OF MATERIALS A. Install wires according to manufacturer's written instructions and NECA's "Standard of Installation." B. Conductor Splices: Keep to the minimum and comply with the following: Install splices and taps that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 2. Use splice and tap connectors that are compatible with conductor material. C. Connect outlets and components to wiring systems and to ground as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer's published torque -tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals according to tightening requirements specified in UL 486A. D. Install devices to securely and permanently fasten and support electrical components. E. Raceway Supports: Comply with NFPA 70 and the following requirements: 1. Conform to manufacturer's recommendations for selecting and installing supports. 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U bolts, clamps, attachments, and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 3. Support parallel runs of horizontal raceways together on trapeze- or bracket -type hangers. 4. Spare Capacity: Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future. Provide spare conduits for signal and equipment interconnection wiring. Verify existing spare conduits (including in - slab) and origination and destination of conduits prior to adding additional spares. 5. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps. ELECTRICAL, GENERAL 26 05 00 - 7 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 6. Hanger Rods: 1/4-inch diameter or larger threaded steel, except as otherwise indicated. 7. Spring Steel Fasteners: Specifically designed for supporting single conduits or tubing. May be used in lieu of malleable iron hangers for 1-1/2-inch and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings and for fastening raceways to channel and slotted angle supports in accordance with NEC. 8. In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports, with no weight load on raceway terminals. F. Vertical Conductor Supports: Install simultaneously with conductors. G. Miscellaneous Supports: Install metal channel racks for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other devices except where components are mounted directly to structural features of adequate strength. H. Sleeves: Install for cable and raceway penetrations of concrete slabs and walls, except where core -drilled holes are used. Install for cable and raceway penetrations of masonry and fire -rated gypsum walls and of all other fire -rated floor and wall assemblies. Install sleeves during erection of concrete and masonry walls. I. Fastening: Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building structure. Perform fastening according to the following: Fasten by means of wood screws or screw -type nails on wood; toggle bolts on hollow masonry units; concrete inserts or expansion bolts on concrete or solid masonry; and by machine screws, welded threaded studs, or spring -tension clamps on steel. 2. Threaded studs driven by a powder charge and provided with lock washers and nuts may be used instead of expansion bolts, machine screws, or wood screws. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. 4. In partitions of light steel construction use sheet -metal screws. 5. Drill holes in concrete beams so holes more than 1-1/2 inches deep do not cut main reinforcing bars. 6. Drill holes in concrete so holes more than 3/4-inch deep do not cut main reinforcing bars. 7. Fill and seal holes drilled in concrete and not used. 8. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. ELECTRICAL, GENERAL 26 05 00 - 8 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 J. Install concrete pads and bases where indicated. K. Install utility -metering equipment according to utility company's written requirements. Provide grounding and empty conduits as required by company. 3.4 LABEL INSTALLATION A. Identification Materials and Devices: Install at locations for most convenient viewing without interference with operation and maintenance of equipment. B. Lettering, Colors, and Graphics: Coordinate names, abbreviations, colors, and other designations with corresponding designations in the Contract Documents or with those required by codes and standards. Use consistent designations throughout Project. C. Sequence of Work: If identification is applied to surfaces that require finish, install identification after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before applying. E. Install painted identification according to manufacturer's written instructions and as follows: 1. Clean surfaces of dust, loose material, and oily films before painting. 2. Prime surfaces using type of primer specified for surface. 3. Apply one intermediate and one finish coat of enamel. F. Color Identification of Junction boxes: Identify with spray paint. Apply colors as follows: 1. Emergency lighting and power: Orange. 2. Mechanical/Electrical Supervisory System: Blue 3. Security System: Yellow. G. Caution Labels for Indoor Boxes and Enclosures for Power and Lighting: Install pressure - sensitive, self-adhesive labels identifying system voltage with black letters on orange background. Install on exterior of door or cover. H. Circuit Identification Labels on Boxes: Install labels externally. 1. Exposed Boxes: Permanent black marker indicating panel and circuit designation. 2. Concealed Boxes: Permanent black marker indicating panel and circuit designation. ELECTRICAL, GENERAL 26 05 00 - 9 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 I. Paths of Underground Electrical Lines: During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above line at 6 to 8 inches below finished grade. Where width of multiple lines installed in a common trench or concrete envelope does not exceed 16 inches overall, use a single line marker. Install line marker for underground wiring, both direct -buried cables and cables in raceway. J. Color -Coding of Secondary Phase Conductors: Use the following colors for service, feeder and branch -circuit phase conductors: 1. 208/120-V Conductors: a. Phase A: Black. b. Phase B: Red. C. Phase C: Blue. d. Neutral: White. e. Ground: Green. 2. 480/277-V Conductors: a. Phase A: Brown. b. Phase B: Orange C. Phase C: Yellow. d. Neutral: Gray. e. Ground: Green. 3. Factory apply color the entire length of conductors, except the following field - applied, color -coding methods may be used instead of factory -coded wire for sizes larger than No. 10 AWG: a. Colored, pressure -sensitive plastic tape in half -lapped turns for a distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Use 1 inch wide tape in colors specified. Adjust tape bands to avoid obscuring cable identification markings. K. Power -Circuit Identification: Metal tags or aluminum, wraparound marker bands for cables, feeders, and power circuits in vaults, pull and junction boxes, manholes, and switchboard rooms. 1. Legend: 1/4-inch steel letter and number stamping or embossing with legend corresponding to indicated circuit designations. 2. Tag Fasteners: Nylon cable ties. ELECTRICAL, GENERAL 26 05 00 - 10 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 Band Fasteners: Integral ears. L. Apply identification to conductors as follows: Conductors to Be Extended in the Future: Indicate source and circuit numbers. 2. Multiple Power or Lighting Circuits in the Same Enclosure: Identify each conductor with source, voltage, circuit number, and phase. Use color -coding to identify circuits' voltage and phase. Multiple Control and Communication Circuits in the Same Enclosure: Identify each conductor by its system and circuit designation. Use a consistent system of tags, color -coding, or cable marking tape. M. Apply warning, caution, and instruction signs as follows: Warnings, Cautions, and Instructions: Install to ensure safe operation and maintenance of electrical systems and of items to which they connect. Install engraved plastic -laminated instruction signs with approved legend where instructions are needed for system or equipment operation. Install metal -backed butyrate signs for outdoor items. 2. Emergency Operation: Install engraved laminated signs with white legend on red background with minimum 3/8-inch high lettering for emergency instructions on power transfer, load shedding, and other emergency operations. N. Equipment Identification Labels: Engraved plastic laminate. Install on each unit of equipment, including central or master unit of each system. This includes power, lighting, communication, signal, and alarm systems, unless units are specified with their own self- explanatory identification. Unless otherwise indicated, provide a single line of text with 1/2-inch high lettering on 1-1/2 inch high label; where two lines of text are required, use labels 2 inches high. Use white lettering on black field. Apply labels for each unit of the following categories of equipment using mechanical fasteners: Panelboards, electrical cabinets, and enclosures. 2. Access doors and panels for concealed electrical items. Electrical switchgear and switchboards. 4. Emergency system boxes and enclosures. 5. Disconnect switches. 6. Enclosed circuit breakers. 7. Motor starters. 8. Push-button stations. 9. Power transfer equipment. ELECTRICAL, GENERAL 26 05 00 - 11 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 10. Contactors. 11. Remote -controlled switches. 12. Control devices. 13. Transformers. 14. Battery racks. 15. Power -generating units. O. For panelboards, provide framed type circuit schedules with identification of items controlled by each breaker. Indicate room numbers of items controlled or room name where appropriate for Owners convenience. Final schedules shall be typed or printed for clarity. Hand written schedules are not acceptable. Schedules shall be posted inside each panel door mounted in transparent card holder upon project completion. END OF SECTION 26 05 00 ELECTRICAL, GENERAL 26 05 00 - 12 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 05 05 — SELECTIVE DEMOLITION FOR ELECTRICAL PART 1 - GENERAL 1.1 WORK INCLUDED A. This Section describes general requirements and methods of execution relating to the demolition or portions of the electrical system for the Project. 1.2 DEMOLITION/REMODEL WORK A. The Contractor shall carefully examine the Drawings and Specifications, visit the site, and make note of all existing conditions, dimensions, and limitations prior to Bid and make allowances thereto. B. No Change Orders will be issued for Contractor 's failure to visit site, remodel work necessary for a complete installation of systems shown, and Contractor's lack of understanding of amount or difficulty of work involved. C. The Contractor shall also notify all corporations, companies, individuals or local authorities owning, or having jurisdiction over existing utilities and services which interfere in any manner with the execution of the Work under this Contract, and shall remove, relocate or protect such utilities or equipment as required by the parties having jurisdiction over same. D. If existing active or nonactive services (which may not be shown on Plans) are encountered that require relocation or disconnecting, the Contractor shall make written request for decision on proper handling of the services. The Contractor shall not proceed with the Work until so authorized by the Engineer. E. When areas of the existing buildings are adjacent to the area of construction in which work is going on and are occupied, then the Contractor shall arrange the Work so as to reduce to minimum the periods of interruption or outrages in the various services. F. Not less than one week before any system is to be put out of service, the Contractor shall notify and coordinate with other trades and the Owner of such necessity including the extent of the Work to be done during the outrage, possible length of Time required for that phase of the Work, and the desired time at which the outage is to begin. G. The Contractor shall balance additional loads to the existing circuitry between phases and furnish a revised, typed panel directory on existing panel boards where circuitry is changed. H. The Contractor shall carefully lay out all work in advance to minimize cutting, channeling, or drilling and where necessary, all cutting and patching shall be done in a manner approved by the Engineer. The Contractor shall not endanger the stability of any structure and will restore any damaged surfaces to original conditions at no cost to the Owner. I. The Contractor shall remove or relocate existing conduits, wires, equipment, devices, or fixtures indicated on Drawings and as required by remodel operations. Re -use of existing wires/conductors is not permitted. SELECTIVE DEMOLITION FOR ELECTRICAL 26 05 05 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 J. Existing equipment which is indicated as being removed and not indicated for re -use shall be disposed of in a manner approved by the Owner and in accordance with all state and local laws unless stated otherwise. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION 26 05 05 SELECTIVE DEMOLITION FOR ELECTRICAL 26 05 05 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes wires, cables and connectors for power, lighting, signal, control and related systems rated 600 V and less. 1.2 SUBMITTALS A. Furnish in accordance with Section 0133 00 — Submittal Procedures. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers complying with the Quality Assurance requirements are acceptable. 2.2 WIRES AND CABLES A. General: Provide wire and cable suitable for the temperature, conditions and location where installed. B. Power Conductors: Provide solid conductors for power and lighting circuits No. 10 AWG and smaller. Provide stranded conductors for sizes No. 8 AWG and larger. C. Control Conductors: Provide stranded conductors. D. Conductor Material: Copper for all wires and cables. Aluminum conductors are not acceptable. E. Insulation: Provide THHN/THWN insulation for all conductors size 500 kcmil and larger, and No. 8 AWG and smaller. For all other sizes provide THW, THHN/THWN or XHHW insulation as appropriate for the locations where installed. Type THHN insulation may be used for branch circuit and feeder sizes for 100 amp under. Adjust conduit size. F. Color coding for phase identification in accordance with Section 26 05 00 —Electrical, General. 2.3 CONNECTORS FOR CONDUCTORS A. Provide UL-listed factory -fabricated, solderless metal connectors of sizes, ampacity ratings, materials, types and classes for applications and for services indicated. Use connectors with temperature ratings equal to or greater than those of the wires upon which used. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2605 19 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 PART 3 - EXECUTION 3.1 WIRING METHOD A. Use the following wiring methods as indicated: Wire: Install all wire in raceway, minimum size for light and power circuits shall be #12 AWG. Minimum size for control wire shall be 14 AWG. 3.2 INSTALLATION OF WIRES AND CABLES A. General: Install electrical cables, wires, and connectors in compliance with NEC. B. Pull conductors simultaneously where more than one is being installed in same raceway. Use UL listed pulling compound or lubricant, where necessary. C. Install splice and tap connectors which possess equivalent or better mechanical strength and insulation rating than conductors being spliced. No joints or taps permitted in service or feeder circuits. D. Tighten electrical connectors and terminals, including screws and bolts, in accordance with manufacturer's published torque tightening values. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL 486A. E. Install VFD cables per VFD manufacturer requirements. VFD cable shielding must be connected at both the drive and the motor ends unless the drive manufacturer provided different guidelines. The shielding must be connected at a 360' contact. 3.3 FIELD QUALITY CONTROL A. Prior to energizing, test wires and cables for electrical continuity and for short-circuits. END OF SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2605 19 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 05 26 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 1. Comply with UL 467. B. Comply with NFPA 70; for overhead -line construction and medium -voltage underground construction, comply with IEEE C2. C. Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. 1.2 SUBMITTALS A. Furnish submittals in accordance with Section 01 33 00 — Submittal Procedures. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2.2 GROUNDING CONDUCTORS A. For insulated conductors, comply with Section 26 05 19 — Low -Voltage Conductors and Cables. B. Material: Copper. C. Equipment Grounding Conductors: Insulated with green -colored insulation. D. Isolated Ground Conductors: Insulated with green -colored insulation with yellow stripe. On feeders with isolated ground, use colored tape, alternating bands of green and yellow tape to provide a minimum of three bands of green and two bands of yellow. E. Grounding Electrode Conductors: Stranded cable. F. Underground Conductors: Bare, tinned, stranded, unless otherwise indicated. G. Bare Copper Conductors: Comply with the following: 1. Solid Conductors: ASTM B 3. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 2. Assembly of Stranded Conductors: ASTM B 8. H. Copper Bonding Conductors: As follows: 1. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG copper conductor, 1/4-inch in diameter. 2. Bonding Conductor: No. 4 or No. 6 AWG, stranded copper conductor. 3. Bonding Jumper: Bare copper tape, braided bare copper conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16-inch thick. 4. Tinned Bonding Jumper: Tinned -copper tape, braided copper conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. I. Grounding Bus: Bare, annealed copper bars of rectangular cross section, with insulators. 2.3 CONNECTOR PRODUCTS A. Comply with IEEE 837 and UL 467; listed for use for specific types, sizes, and combinations of conductors and connected items. B. Bolted Connectors: Bolted -pressure -type connectors, or compression type. C. Welded Connectors: Exothermic -welded type, in kit form, and selected per manufacturer's written instructions. 2.4 GROUNDING ELECTRODES A. Ground Rods: Sectional type; copper -clad steel. 1. Size: 3/4 inch in diameter by 120 inches in length. PART 3 - EXECUTION 3.1 APPLICATION A. Use only copper conductors for both insulated and bare grounding conductors in direct contact with earth, concrete, masonry, crushed stone, and similar materials. B. In raceways, use insulated equipment grounding conductors. C. Exothermic -Welded Connections: Use for connections to structural steel and for underground connections, except those at test wells. D. Equipment Grounding Conductor Terminations: Use bolted pressure clamps. E. Ground Rod Clamps at Test Wells: Use bolted pressure clamps with at least two bolts. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 F. Underground Grounding Conductors: Use copper conductor, No. 2/0 AWG minimum. Bury at least 24 inches below grade or bury 12 inches above duct bank when installed as part of the duct bank. 3.2 EQUIPMENT GROUNDING CONDUCTORS A. Comply with NFPA 70, Article 250, for types, sizes, and quantities of equipment grounding conductors, unless specific types, larger sizes, or more conductors than required by NFPA 70 are indicated. B. Install equipment grounding conductors in all feeders and circuits. C. Install insulated equipment grounding conductor with circuit conductors for the following items, in addition to those required by NEC: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal -clad cable runs. D. Nonmetallic Raceways: Install an equipment grounding conductor in nonmetallic raceways unless they are designated for telephone or data cables. E. Air -Duct Equipment Circuits: Install an equipment grounding conductor to duct -mounted electrical devices operating at 120 V and more, including air cleaners and heaters. Bond conductor to each unit and to air duct. F. Signal and Communication Systems: Provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location. G. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch grounding bus. 1. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal. 3.3 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 B. Bonding Straps and Jumpers: Install so vibration by equipment mounted on vibration isolation hangers and supports is not transmitted to rigidly mounted equipment. Use exothermic -welded connectors for outdoor locations, unless a disconnect -type connection is required; then, use a bolted clamp. Bond straps directly to the basic structure taking care not to penetrate any adjacent parts. Install straps only in locations accessible for maintenance. C. Bond interior metal piping systems and metal air ducts to equipment grounding conductors of associated pumps, fans, blowers, electric heaters, and air cleaners. Use braided -type bonding straps. 3.4 CONNECTIONS A. General: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. Use electroplated or hot -tin -coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. B. Exothermic -Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. C. Equipment Grounding Conductor Terminations: For No. 8 AWG and larger, use pressure - type grounding lugs. No. 10 AWG and smaller grounding conductors may be terminated with winged pressure -type connectors. D. Noncontact Metal Raceway Terminations: If metallic raceways terminate at metal housings without mechanical and electrical connection to housing, terminate each conduit with a grounding bushing. Connect grounding bushings with a bare grounding conductor to grounding bus or terminal in housing. Bond electrically noncontinuous conduits at entrances and exits with grounding bushings and bare grounding conductors, unless otherwise indicated. E. Tighten screws and bolts for grounding and bonding connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. F. Compression -Type Connections: Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by connector manufacturer. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. END OF SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 26 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 05 29 - SUPPORTING DEVICES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes secure support from the building structure for electrical items by means of hangers, supports, anchors, sleeves, inserts, seals, and associated fastenings. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers complying with the Quality Assurance requirements are acceptable. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: C. Manufacturers: Subject to compliance with requirements, provide products by the following or equal: 1. Thomas & Betts. 2. Power -Strut. 3. Unistrut. 4. Cooper B-Line. 5. Robroy. 6. Aickinstrut. 2.2 COATINGS A. Coating: Supports, support hardware, and fasteners shall be protected with zinc coating or with treatment of equivalent corrosion resistance using approved alternative treatment, finish, or inherent material characteristic. Products for use outdoors shall be hot -dip galvanized. 2.3 MANUFACTURED SUPPORTING DEVICES A. Raceway Supports: Clevis hangers, riser clamps, conduit straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps. B. Fasteners: Types, materials, and construction features as follows: 1. Expansion Anchors: Carbon steel wedge or sleeve type. SUPPORTING DEVICES 26 05 29 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 2. Toggle Bolts: All steel springhead type. 3. Powder -Driven Threaded Studs: Heat -treated steel, designed specifically for the intended service. C. U-Channel Systems: 16 gauge steel channels, with 9/16-inch diameter holes, at a minimum of 8 inches on center, in top surface. Provide fittings and accessories that mate and match with U-channel and are of the same manufacturer. 2.4 FABRICATED SUPPORTING DEVICES A. Pipe Sleeves: Provide pipe sleeves of one of the following: 1. Sheet Metal: Fabricate from galvanized sheet metal; round tube closed with snap lock joint, welded spiral seams, or welded longitudinal joint. Fabricate sleeves from the following gage metal for sleeve diameter noted: a. 3 inch and smaller: 20 gauge. b. 4-inch to 6-inch: 16 gauge. C. Over 6-inch: 14 gauge. 2. Steel Pipe: Fabricate from Schedule 40 galvanized steel pipe. 3. Plastic Pipe: Fabricate from Schedule 80 PVC plastic pipe. PART 3 - EXECUTION 3.1 INSTALLATION A. Install supporting devices to fasten electrical components securcly and permancntly in accordance with NEC requirements. B. Coordinate with the building structural system and with other electrical installation. C. Raceway Supports: Comply with the NEC and the following requirements: 1. Conform to manufacturer's recommendations for selection and installation of supports. 2. Strength of each support shall be adequate to carry the load plus a minimum of 200 lbs safety allowance. 3. Install individual and multiple (trapeze) raceway hangers and riser clamps as necessary to support raceways. Provide U-bolts, clamps, attachments, and other hardware necessary for hanger assembly and for securing hanger rods and conduits. 4. Support individual horizontal raceways by separate pipe hangers. Spring steel fasteners may be used in lieu of hangers only for 1-1/2 inch and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings only. For SUPPORTING DEVICES 26 05 29 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 hanger rods with spring steel fasteners, use 1/4-inch diameter or larger threaded steel. Use spring steel fasteners that are specifically designed for supporting single conduits or tubing. 5. Space supports for raceways in accordance with with NEC. 6. In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the conduit supports with no weight load on raceway terminals. D. In open overhead spaces, support sheet metal boxes directly from the building structure or by bar hangers. Where bar hangers are used, attach the bar to raceways on opposite sides of the box and support the raceway with an approved type of fastener not more than 24 inches from the box. E. Sleeves: Install in concrete slabs and walls and all other fire -rated floors and walls for raceways and cable installations. For sleeves through fire rated -wall or floor construction, apply UL-listed firestopping sealant in gaps between sleeves and enclosed conduits and cables. F. Fastening: Unless otherwise indicated, fasten electrical items and their supporting hardware securely to the building structure, including but not limited to conduits, raceways, cables, cable trays, busways, cabinets, panelboards, transformers, boxes, disconnect switches, and control components in accordance with the following: Fasten by means of wood screws or screw -type nails on wood, toggle bolts on hollow masonry units, concrete inserts or expansion bolts on concrete or solid masonry, and machine screws, welded threaded studs, or spring -tension clamps on steel. Threaded studs driven by a powder charge and provided with lock washers and nuts may be used instead of expansion bolts and machine or wood screws. Do not weld conduit, pipe straps, or items other than threaded studs to steel structures. G. Cutting and Patching: Obtain Engineer's approval before cutting and patching on structural members of building surfaces. END OF SECTION 26 05 29 SUPPORTING DEVICES 26 05 29 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 05 33 — RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes raceways for electrical wiring. Types of raceways in this Section include only the following: 1. Rigid metal conduit. 2. PVC conduit. 3. Liquidtight flexible nonmetallic conduit. 1.2 SUBMITTALS A. Furnish submittals in accordance with Section 01 33 00 — Submittal Procedures. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers complying with the Quality Assurance requirements are acceptable. 2.2 METAL CONDUIT A. Rigid Metal Conduit (RMC): ANSI C80.1. 2.3 NONMETALLIC CONDUIT A. PVC Conduit and Tubing Fittings: NEMA TC 3; match to conduit or conduit/tubing type and material. B. Liquidtight Flexible Nonmetallic Conduit and Fittings: UL 1660. Fittings shall be specifically approved for use with this raceway. 2.4 CONDUIT BODIES A. General: Types, shapes, and sizes as required to suit individual applications and NEC requirements. B. Provide matching gasketed covers secured with corrosion -resistant screws. C. Metallic Conduit: Use metallic conduit bodies. Use bodies with threaded hubs for threaded raceways. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 PART 3 - EXECUTION 3.1 WIRING METHOD A. Outdoors: Use the following wiring methods: 1. Exposed: Rigid metal conduit, elbows to be PVC coated RMC. 2. Concealed: Rigid metal conduit, elbows to be PVC coated RMC. 3. Connection to vibrating equipment including transformers and hydraulic, pneumatic, or electric solenoid or motor -driven equipment in moist or humid location or corrosive atmosphere, or where subject to water spray or dripping oil, grease, or water: liquid tight flexible metal conduit. B. Indoors: Use the following wiring methods: 1. Exposed: Rigid metal conduit. 2. Concealed: Rigid metal conduit. 3. Connection to vibrating equipment including transformers and hydraulic, pneumatic, or electric solenoid or motor -driven equipment in moist or humid location or corrosive atmosphere, or where subject to water spray or dripping oil, grease, or water: liquid tight flexible metal conduit. 3.2 INSTALLATION A. General: Install electrical raceways in accordance with requirements of NEC, and as follows: B. Conceal Conduit, unless indicated otherwise, within finished walls, ceilings, and floors. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot water pipes. Install raceways level and square and at proper elevations. C. Elevation of Raceway: Where possible, install horizontal raceway runs above water and steam piping. D. Complete installation of electrical raceways before starting installation of conductors within raceways. E. Provide supports for raceways as specified in Specification Section 26 05 00 — Electrical, General. F. Prevent foreign matter from entering raceways by using temporary closure protection. G. Protect stub -ups from damage where conduits rise from floor slabs. Arrange so curved portion of bends is not visible above the finished slab. H. Make bends and offsets so the inside diameter is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 1. Use raceway fittings that are of types compatible with the associated raceway and suitable for the use and location. For rigid metal conduit, use threaded rigid steel conduit fittings except as otherwise indicated. J. Run concealed raceways with a minimum of bends in the shortest practical distance considering the type of building construction and obstructions except as otherwise indicated. This does not apply to conduits in crawl spaces. K. Raceways embedded in slabs: Not allowed without engineering approval. L. Install exposed raceways parallel and perpendicular to nearby surfaces or structural members and follow the surface contours as much as practical. M. Run exposed, parallel, or banked raceways together. N. Join raceways with fittings designed and approved for the purpose and make joints tight. Where joints cannot be made tight, use bonding jumpers to provide electrical continuity of the raceway system. Make raceway terminations tight. Where terminations are subject to vibration, use bonding bushings or wedges to assure electrical continuity. Where subject to vibration or dampness, use insulating bushings to protect conductors. O. Terminations: Where raceways are terminated with locknuts and bushings, align the raceway to enter squarely and install the locknuts with dished part against the box. Where terminations cannot be made secure with one locknut, use two locknuts, one inside and one outside the box. P. Where terminating in threaded hubs, screw the raceway or fitting tight into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align the raceway so the coupling is square to the box, and tighten the chase nipple so no threads are exposed. Q. Install pull wires in empty raceways. Use monofilament plastic line having not less than 200 lb tensile strength. Leave not less than 12 inches of slack at each end of the pull wire. R. Communication and Signal System Raceways 2 Inch Trade Size and Smaller: In addition to the above requirements, install raceways 2 inch and smaller trade size in maximum lengths at 150 feet and with a maximum of two, 90 deg bends or equivalent. Install pull or junction boxes where necessary to comply with these requirements. S. Stub -up Connections: Extend conduits through concrete floor for connection to freestanding equipment with an adjustable top or coupling threaded inside for plugs and set flush with the finished floor. Extend conductors to equipment with rigid steel conduit; flexible metal conduit may be used 6 inches above the floor. Where equipment connections are not made under this contract, install screwdriver operated threaded flush plugs flush with floor. T. Flexible Connections: Use short length (maximum of 6 ft.) of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for all motors. Use liquid tight flexible conduit in wet locations. Install separate ground conductor across flexible connections. RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 3.3 ADJUSTING AND CLEANING A. Upon completion of installation of raceways, inspect interiors of raceways; clear all blockages and remove burrs, dirt, and construction debris. END OF SECTION 26 05 33 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 26 05 33 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 32 13 — ENGINE GENERATORS PART 1 - GENERAL 1.1 SUMMARY A. Extent of engine generator set Work is indicated by drawings and is hereby defined to include, but not by way of limitation, engines, electrical generators, engine starting systems including batteries, instrument control panel, transfer switches, annunciator panel, exhaust silencer, and accessories required for a complete generator installation. B. Generator set required for the project is a diesel engine -driven unit. 1.2 SUBMITTALS A. Product Data: Submit manufacturer's data on engine -driven generator sets and components. Submit wiring diagrams for engine -driven generator units showing connections to electrical power panels, feeders, automatic transfer switches, and ancillary equipment. Differentiate between portions of wiring that are manufacturer -installed and portions that are field -installed. B. Maintenance data for materials and products, for inclusion in Operating and Maintenance Manual specified in Section 26 05 00 — Electrical, General. Include complete Operations and Maintenance Manual, Illustrated Parts List and Maintenance Schedule. C. Certifications: Provide engine -driven generator sets certified test record of the following final production testing: 1. Single-step load pickup. 2. Transient and steady state governing. The generator will serve loads controlled by VFD's. Manufacturer shall take appropriate measures. Refer to drawings for loads served. Safety shutdown device testing. 4. Voltage regulation. 5. Rated power. 6. Maximum power. D. Provide certified test record prior to engine -driven generator set being shipped from factory to project location. E. Unit Responsibility: The complete standby emergency generator systems are to be tested under full load conditions, as a unit, before being shipped to the job site from factory. Installation and hook-up to be under direct supervision of factory trained personnel. ENGINE GENERATORS 2632 13 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 F. The automatic transfer control shall be supplied per specification Section 26 36 00 — Transfer Switches and integrated with the engine -generator. G. Generator support shall be a factory authorized service center located within a 200 mile radius of the project site. 1.3 DELIVERY, STORAGE AND HANDLING A. Deliver engine -driven generator properly packaged and mounted on pallets, or skids to facilitate handling of heavy items. Utilize factory -fabricated type containers or wrappings for engine -generator and components that protect equipment from damage. B. Store engine -driven generator equipment in original packaging and protect from weather and construction traffic. Wherever possible, store indoors; where necessary to store outdoors, store above grade and enclose with watertight wrapping. C. Handle engine -driven generator equipment carefully to prevent physical damage to equipment and components. Do not install damaged equipment; remove from site and replace damaged equipment with new. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering diesel generator sets which may be incorporated in the Work include the following: 1. Cummins/Onan. NO SUBSTITUTIONS PERMITTED. B. Generator Sets 1. General: Except as otherwise indicated, provide manufacturer's standard diesel engine -driven generator sets and auxiliary equipment as indicated by published product information, and as required for a complete installation. ENGINE GENERATORS 2632 13 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 2. Diesel Engine -Driven Generator: Provide packaged electrical power engine -driven generator assembly unit rated as indicated on drawings, at a governed speed of 1800 RPM, and rated 80 percent power factor for continuous operation, 480/277 volt, 3-phase, 4-wire, 60 Hz, at installed altitude (verify altitude), at 110 deg. F. Equip generator with a turbo -charged, 1800 RPM, engine, and fueled as noted; liquid cooled. Engine shall meet all EPA Tier level requirements at time engine is manufactured. Provide unit -mounted radiator, blower fan, water pump, and thermostat. Connect engine drive directly to 4-pole revolving -field type single, maintenance -free, bearing generator through semi -flexible steel disk coupling; equip set with associated control equipment to automatically start engine, transfer load to standby power upon failure of normal power source, transfer load back to normal power upon its restoration, and stop engine. Actual temperature rise measured by resistance method at full load shall not exceed 125 degrees Centigrade. Cushion -mount engine -generator on heavy steel base with spring type vibration isolators to reduce possibility of torsional vibration. Provide water- cooled type engine with unit -mounted radiator. Equip engine with low -oil pressure, high-water temperature, and automatic overspeed safety shutdown devices. Equip generator with exciter and voltage regulator to maintain voltage within 2 percent of rated value. Direct -connect generator to fly wheel by semi - flexible steel disk coupling. Provide unit capable of voltage recovery, within regulated range, of 7 seconds following sudden load increase from 0 to 100 percent of rated load, and with voltage dip not to exceed 35 percent upon application of rated load at rated power factor. Construct unit in compliance with applicable standards; and with additional construction features as indicated: a. Motor Starting Accessories: The generator will be used to feed motor loads that are controlled via variable frequency drives. Provide items for improved motor starting and generator regulation such as permanent magnet generator end, electronic governor, voltage regulators, etc. b. Starting System: Provide engine -generator units with 24-volt 12-volt, 3- wire, negative ground, starting systems including 24-volt 12-volt positive engagement solenoid shift -starting motors, batteries and 35-ampere, or greater, automatic battery charging alternators with solid-state voltage regulation. C. Instrument Control Panel: Provide engine -generator units with engine oil - pressure and water -temperature indicators, battery charge -rate ammeter, START - STOP switch for manual operation of unit, reset circuit breaker, static voltage regulator, voltage -adjusting rheostat, voltmeter, ammeter with phase selector switch with an OFF position, and with running time indicator and frequency meters. Select type circuitry of plug-in design capable of quick replacement, and of accepting a plug-in device that allows maintenance to test control panel performance without operating the engine. ENGINE GENERATORS 2632 13 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 d. Controller: Provide a set mounted controller that complies with applicable NFPA standards. Controller shall provide all indicators, alarms, and monitoring functions that a Cummins Power- Command Cet4fel 3300 PowerCommand 1.1/2.3 Control provides per NFPA 110 Level One requirement. Controller shall be accessible without the use of ladders, steps, etc. e. Connection to Data Link: Provide an Ethernet protocol type connection from the generator to SCADA. The controls shall have the ability to communicate in a common protocol with the programmable logic controller for the following: 1) Engine high -temperature shutdown. 2) Lube-oil low-pressure shutdown. 3) Overspeed shutdown. 4) Remote emergency -stop shutdown. 5) Engine high -temperature pre -alarm. 6) Lube-oil low-pressure pre -alarm. 7) Fuel tank, low -fuel level. 8) Low coolant level. 9) Over crank shutdown. 10) Coolant low -temperature alarm. 11) Control switch not in auto position. 12) Battery -charger malfunction alarm. 13) Battery low -voltage alarm. Where Ethernet communication is not available, provide means of conversion at control panel. ENGINE GENERATORS 2632 13 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 2.2 ENGINE -GENERATOR SET ACCESSORIES A. Provide factory -fabricated automatic load -transfer switch control, mated to generator to automatically start generator unit when line voltage drops to 70 percent normal value, transfer load to generator, and transfer load back to normal source when voltage is restored to 90 percent normal, and when line voltage reaches 115% rated voltage, restoring at 100% rated voltage. Equip electrically operated, mechanically held, and electrically and mechanically interlocked, transfer switch with limiter that opens starting circuit after 45 seconds when engine fails to start. Also provide time -delay features to prevent excessive transfer and retransfer operation during momentary line voltage dips, load retransfer, and engine shutdown. Equip unit with indicator for starting, test switch for manual simulation of power outages including standby unit operation and load transfer, and time -clock exerciser circuit for automatic periodic exercise under load of engine -generator unit. Provide 120V control circuit for control of louvers. Provide service rated main circuit breaker mated to generator. Breaker shall be accessible without the use of ladders, steps, etc. B. Provide battery rack, battery warmers, battery cables, 12-volt battery(ies) capable of delivering the minimum cold -cranking amps required at zero degrees Fahrenheit per SAE Standard J-537. C. Provide gas proof, seamless, stainless steel, flexible exhaust connector. D. Provide flexible fuel line(s) rated 300 degrees F and 100 PSI ending in pipe thread. E. Provide block heater of proper wattage and voltage, thermostatically controlled to maintain engine coolant at 90 degrees Fahrenheit (32 degrees Celsius). The block heater shall be installed with shut-off valves for maintenance. Valves to be field installed. F. Provide 10-ampere automatic float and equalize battery charger with +/- 1 % constant voltage regulation from no load to full load over +/- 10% AC input line variation, current limited during engine cranking and short circuit conditions, temperature compensated for ambients from -40 degrees C to +60 degrees C, 5% accurate voltmeter and ammeter, fused, reverse polarity and transient protected. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions under which diesel engine -driven generator units are to be installed and notify Contractor in writing of conditions detrimental to proper completion of the Work. Do not proceed with the Work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer. 3.2 INSTALLATION OF DIESEL ENGINE -DRIVEN GENERATOR SETS A. Install engine -driven generator unit as indicated, in accordance with the equipment manufacturer's written instructions, and with recognized industry practices, to ensure that engine -generator unit fulfills requirements. Comply with NFPA and NEMA standards pertaining to installation of engine -generator sets and accessories. ENGINE GENERATORS 2632 13 - 5 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 B. Coordinate with other work, including raceways, electrical boxes and fittings, fuel tanks, piping, and accessories, as necessary to interface installation of engine -generator equipment work with other work. C. Tighten connectors and terminals, including screws and bolts, in accordance with equipment manufacturer's published torque tightening values for equipment connectors. Where manufacturer's torquing requirements are not indicated, tighten connectors and terminals to comply with tightening torques specified in UL Stds 486A, B and the National Electrical Code. D. Align shafts of engine and generator within tolerances recommended by engine -generator unit manufacturer. E. Mount generator to floor -mount vibration isolators. Connect generator to existing exhaust piping, air intake louvers, and diesel fuel lines. Contractor responsible for any modifications necessary to install new generator with existing facility connections. 3.3 GROUNDING A. Provide equipment grounding connections for diesel engine -driven generator units as indicated. Tighten connections to comply with tightening torques specified in UL Std 486A to assure permanent and effective grounding. 3.4 FIELD QUALITY CONTROL A. Start-up Testing Engage local equipment manufacturer's representative to perform start-up and load tests upon completion of installation, with the Engineer in attendance; provide certified test record. Tests are to include the following: a. Check fuel, lubricating oil, and antifreeze in liquid cooled models for conformity to the manufacturer's recommendations under environmental conditions present. b. Test, prior to cranking engine for proper operation, accessories that normally function while the set is in a standby mode. C. Check, during start-up test mode, for normal and emergency line -to -line voltage and phase rotation. d. Test, by means of simulated power outage, automatic start-up by remote - automatic starting, transfer of load, and automatic shutdown. Prior to this test adjust, for proper system coordination, transfer switch timers. Monitor throughout the test, engine temperature, oil pressure, battery charge level, generator voltage, amperes, and frequency. All tests shall be conducted with generator under full (100%) load. Full load test shall be minimum 4 hours under full load. ENGINE GENERATORS 2632 13 - 6 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 2. Upon completion of installation demonstrate capability and compliance of system with requirements. Where possible, correct malfunctioning unit at site, then retest to demonstrate compliance; otherwise, remove and replace with new unit, and proceed with retesting. Initial testing and retesting to be at no cost to Owner. 3.5 PERSONNEL TRAINING A. Building Operating Personnel Training: Train Owner's building personnel in procedures for starting -up, testing, and operating diesel engine -driven generator sets. In addition, train Owner's personnel in periodic maintenance of batteries. END OF SECTION 26 32 13 ENGINE GENERATORS 2632 13 - 7 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 SECTION 26 36 00 - TRANSFER SWITCHES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 specification sections, apply to this Section. 1.2 SUMMARY A. This Section includes transfer switches rated 600 V and less, including the following: 1. Automatic transfer switches. 2. Manual transfer switches. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. Include rated capacities, weights, operating characteristics, furnished specialties, and accessories. B. Shop Drawings: Dimensioned plans, elevations, sections, and details showing minimum clearances, conductor entry provisions, gutter space, installed features and devices, and material lists for each switch specified. C. Field quality -control test reports. D. Operation and Maintenance Data: For each type of product to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1, Section 0178 23 - Operation and Maintenance Data, include the following: 1. Features and operating sequences, both automatic and manual. 2. List of all factory settings of relays; provide relay -setting and calibration instructions, including software, where applicable. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Maintain a service center capable of providing training, parts, and emergency maintenance repairs within a 100 mile radius of project location. B. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. TRANSFER SWITCHES 26 36 00 - 1 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with NEMA ICS 1. F. Comply with NFPA 70. G. Comply with NFPA 99. H. Comply with NFPA 110. I. Comply with UL 1008 unless requirements of these Specifications are stricter. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: . NO SUBSTITUTIONS PERA41TTIED. 1. Automatic Transfer Switch a. Cummins/Onan NO SUBSTITUTIONS PERMITTED 2. Manual Transfer Switch a. Eaton b. ASCO/Schneider Electric C. Siemens d. ABB e. Or equivalent subject to Owner and Engineer approval. 2.2 GENERAL TRANSFER -SWITCH PRODUCT REQUIREMENTS A. Indicated Current Ratings: Apply as defined in UL 1008 for continuous loading and total system transfer, including tungsten filament lamp loads not exceeding 30 percent of switch ampere rating, unless otherwise indicated. B. Tested Fault -Current Closing and Withstand Ratings: Adequate for duty imposed by protective devices at installation locations in Project under the fault conditions indicated, based on testing according to UL 1008. TRANSFER SWITCHES 26 36 00 - 2 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 Where transfer switch includes internal fault -current protection, rating of switch and trip unit combination shall exceed indicated fault -current value at installation location. C. Solid -State Controls: Repetitive accuracy of all settings shall be plus or minus 2 percent or better over an operating temperature range of minus 20 to plus 70 deg C. D. Resistance to Damage by Voltage Transients: Components shall meet or exceed voltage - surge withstand capability requirements when tested according to IEEE C62.41. Components shall meet or exceed voltage -impulse withstand test of NEMA ICS 1. E. Electrical Operation: Accomplish by a non -fused, momentarily energized solenoid or electric -motor -operated mechanism, mechanically and electrically interlocked in both directions. F. Switch Characteristics: Designed for continuous -duty repetitive transfer of full -rated current between active power sources. 1. Switch Action: Double throw; mechanically held in both directions. 2. Contacts: Silver composition or silver alloy for load -current switching. Conventional automatic transfer -switch units, rated 225 A and higher, shall have separate arcing contacts. G. Neutral Terminal: Switched as separately derived system, unless otherwise indicated. H. Annunciation, Control, and Programming Interface Components: Devices at transfer switches for communicating with remote programming devices, annunciators, or annunciator and control panels shall have communication capability matched with remote device. I. Factory Wiring: Train and bundle factory wiring and label, consistent with Shop Drawings, either by color -code or by numbered or lettered wire and cable tape markers at terminations. Color -coding and wire and cable tape markers are specified in Division 16050 "Electrical Identification." J. Enclosures: General-purpose NEMA 250, Type 12, complying with NEMA ICS 6 and UL 508, unless otherwise indicated/required. 2.3 AUTOMATIC TRANSFER SWITCHES A. Switching Arrangement: Double -throw, inherently interlocked mechanically and electrically to prevent supplying the load from both sources simultaneously B. Manual Switch Operation: Under load, with door closed and with either or both sources energized. Transfer time is same as for electrical operation. Control circuit automatically disconnects from electrical operator during manual operation. C. Manual Switch Operation: Unloaded. Control circuit automatically disconnects from electrical operator during manual operation. TRANSFER SWITCHES 26 36 00 - 3 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 D. Signal -Before -Transfer Contacts: A set of normally open/normally closed dry contacts operates in advance of retransfer to normal source. Interval is adjustable from 1 to 30 seconds. E. Digital Communication Interface: Matched to capability of remote annunciator or annunciator and control panel. F. Transfer Switches Based on Molded -Case -Switch Components: Comply with NEMA AB 1, UL 489, and UL 869A. G. Automatic Transfer -Switch Features: Undervoltage Sensing for Each Phase of Normal Source: Sense low phase -to - ground voltage on each phase. Pickup voltage shall be adjustable from 85 to 100 percent of nominal, and dropout voltage is adjustable from 75 to 98 percent of pickup value. Factory set for pickup at 90 percent and dropout at 85 percent. 2. Adjustable Time Delay: For override of normal -source voltage sensing to delay transfer and engine start signal. Adjustable from zero to 15 seconds, and factory set for 15 seconds. ATS timer will send start signal to generator control panel where louver timer will allow 15 second delay for louvers to open prior to starting gen set. Voltage/Frequency Lockout Relay: Prevent premature transfer to generator. Pickup voltage shall be adjustable from 85 to 100 percent of nominal. Factory set for pickup at 90 percent. Pickup frequency shall be adjustable from 90 to 100 percent of nominal. Factory set for pickup at 95 percent. 4. Time Delay for Retransfer to Normal Source: Adjustable from two to 120 seconds for transfer to emergency source and zero to 30 minutes for retransfer to normal. Factory set for 5 minutes to automatically defeat delay on loss of voltage or sustained undervoltage of emergency source, provided normal supply has been restored. 5. Test Switch: Simulate normal -source failure. 6. Normal -Test Switch: In "Normal" switch position, transfer switch will operate automatically. In "Test" switch position, transfer switch will signal generator to start for test purposes. Switch to work in conjunction with the Engine -Generator Exerciser with and without load transfer. 7. Exerciser Clock: Programmable solid-state clock function to set day, time, and duration of generator set exercise/test period. Clock to work in conjunction with the Engine -Generator Exerciser with and without load transfer. 8. Programmed Transition: Load transfer control shall be capable of remaining in the neutral position for an adjustable time or 0.5 to 60 seconds when transferring between normal to emergency power to allow residual voltages to decay. Factory set at 60 seconds. TRANSFER SWITCHES 26 36 00 - 4 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 9. Switch -Position Pilot Lights: Indicate source to which load is connected. 10. Source -Available Indicating Lights: Supervise sources via transfer -switch normal - and emergency -source sensing circuits. a. Normal Power Supervision: Green light with nameplate engraved "Normal Source Available." b. Emergency Power Supervision: Red light with nameplate engraved "Emergency Source Available." 11. Unassigned Auxiliary Contacts: Two normally open, single -pole, double -throw contacts for each switch position, rated 10 A at 240 VAC. 12. Transfer Override Switch: Overrides automatic retransfer control so automatic transfer switch will remain connected to emergency power source regardless of condition of normal source. Pilot light indicates override status. 13. Engine Starting Contacts: One isolated and normally closed, and one isolated and normally open; rated 10 A at 32-V do minimum. 14. Engine -Generator Exerciser: Solid-state, programmable -time switch starts engine generator and transfers load to it from normal source for a preset time, then retransfers and shuts down engine after a preset cool -down period. Initiates exercise cycle at preset intervals adjustable from 7 to 30 days. Running periods are adjustable from 10 to 30 minutes. Factory settings are for 7-day exercise cycle, 20-minute running period, and 5-minute cool -down period. Exerciser features include the following: a. Exerciser Transfer Selector Switch: Permits selection of exercise with and without load transfer. b. Push-button programming control with digital display of settings. C. Integral battery operation of time switch when normal control power is not available. 15. Power Meter: AC Voltmeter, Ammeter, and Frequency meter. Switch. Phase selector switch to read line -to -line voltage and current, selectable to each source. 16. Operator Interface Display: For operator programming, setting adjustments, and visibility of all values. 17. Control Board: Transfer switch control board equipped with the most current hardware and firmware. Control board wired to terminals for the following: a. Dry contact outputs 1) ATS in emergency position 2) ATS in normal position TRANSFER SWITCHES 26 36 00 - 5 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 3) ATS common trouble alarm 4) Source 1 available 5) Source 2 available b. Inputs 1) Transfer switch inhibit 2.4 SOURCE QUALITY CONTROL A. Factory test and inspect components, assembled switches, and associated equipment. Ensure proper operation. Check transfer time and voltage, frequency, and time -delay settings for compliance with specified requirements. Perform dielectric strength test complying with NEMA ICS 1. PART 3 - EXECUTION 3.1 INSTALLATION A. Design each fastener and support to carry load indicated by seismic requirements and according to seismic -restraint details. B. Identify components according to Section 26 05 00 — Electrical, General. C. Set field -adjustable intervals and delays, relays, and engine exerciser clock. 3.2 CONNECTIONS A. Wiring to Remote Components: Match type and number of cables and conductors to control and communication requirements of transfer switches as recommended by manufacturer. Increase raceway sizes at no additional cost to Owner if necessary to accommodate required wiring. B. Ground equipment according to Section 26 05 26 — Grounding and Bonding for Electrical Systems. C. Connect wiring according to Section 26 05 19 — Low -Voltage Power Conductors and Cables. 3.3 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect, test, and adjust components, assemblies, and equipment installations, including connections. Report results in writing. B. Perform tests and inspections and prepare test reports. TRANSFER SWITCHES 26 36 00 - 6 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 1. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installation, including connections, and to assist in testing. 2. After installing equipment and after electrical circuitry has been energized, test for compliance with requirements. 3. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. 4. Measure insulation resistance phase -to -phase and phase -to -ground with insulation - resistance tester. Include external annunciation and control circuits. Use test voltages and procedure recommended by manufacturer. Comply with manufacturer's specified minimum resistance. a. Check for electrical continuity of circuits and for short circuits. b. Inspect for physical damage, proper installation and connection, and integrity of barriers, covers, and safety features. C. Verify that manual transfer warnings are properly placed. d. Perform manual transfer operation. 5. After energizing circuits, demonstrate interlocking sequence and operational function for each switch at least three times. a. Simulate power failures of normal source to automatic transfer switches and of emergency source with normal source available. b. Simulate loss of phase -to -ground voltage for each phase of normal source. C. Verify time -delay settings. d. Verify pickup and dropout voltages by data readout or inspection of control settings. e. Test bypass/isolation unit functional modes and related automatic transfer - switch operations. £ Verify proper sequence and correct timing of automatic engine starting, transfer time delay, retransfer time delay on restoration of normal power, and engine cool -down and shutdown. C. Coordinate tests with tests of generator and run them concurrently. D. Report results of tests and inspections in writing. Record adjustable relay settings and measured insulation and contact resistances and time delays. Attach a label or tag to each tested component indicating satisfactory completion of tests. E. Remove and replace malfunctioning units and retest as specified above. TRANSFER SWITCHES 26 36 00 - 7 CITY OF KENT, WA LINDENTAL SEWER LIFT STATION GENERATOR REPLACEMENT 222035-000 3.4 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transfer switches and related equipment as specified below. B. Coordinate this training with that for generator equipment. END OF SECTION 26 36 00 TRANSFER SWITCHES 26 36 00 - 8 SITE AND EQUIPMENT PHOTOS Lindental Generator Replacement/Bond A - 2 October 6, 2022 Project Number: 21-3020 Uri - ;Olt ` E i� i �- ;.ter �•'• � [ { +•� � � 19 � �� �l • f..l 'i�5}jl•� i Yak' .'�}. � �l�S�y ���'�•,• ,I'��••. �. �'. f Ilk Q ria v _yam z� kr h I LAJ ."'i�- r '- _ - _ ,ern - �_ - _ - .. ; . • - .. _ : - - � i ��. .`-r�•,i''•'y _ .},.icy, si{� ij e .•v�e!dr �• roc • e,.• °a¢ ' . spa-:•' r I i i i 1 U • r , PREVAILING WAGE RATES Lindental Generator Replacement/Bond A - 3 October 6, 2022 Project Number: 21-3020 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: 10/11/2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Finisher $71.53 15J 4C View King Carpenters Floor Layer $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 41J View Material King Cement Masons Application of all Plastic $70.09 15J 41J View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 41J View King Cement Masons Composition or Kalman Floors $70.09 15J 41J View King Cement Masons Concrete Paving $69.59 15J 41J View King Cement Masons Curb Et Gutter Machine $70.09 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $69.59 15J 41J View King Cement Masons Curing Concrete $69.59 15J 41J View King Cement Masons Finish Colored Concrete $70.09 15J 41.1 View King Cement Masons Floor Grinding $70.09 15J 41.1 View King Cement Masons Floor Grinding/Polisher $69.59 15J 41.1 View King Cement Masons Green Concrete Saw, self- $70.09 15J 41-1 View powered King Cement Masons Grouting of all Plates $69.59 15J 41.1 View King Cement Masons Grouting of all Tilt -up Panels $69.59 15J 41.1 View King Cement Masons Gunite Nozzleman $70.09 15J 41.1 View King Cement Masons Hand Powered Grinder $70.09 15J 41-1 View King Cement Masons Journey Level $69.59 15J 41.1 View King Cement Masons Patching Concrete $69.59 15J 41-1 View King Cement Masons Pneumatic Power Tools $70.09 15J 41.1 View King Cement Masons Power Chipping Et Brushing $70.09 15J 41-1 View King Cement Masons Sand Blasting Architectural $70.09 15J 41.1 View Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 41-1 View King Cement Masons Spackling or Skim Coat $69.59 15J 41.1 View Concrete King Cement Masons Troweling Machine Operator $70.09 15J 41-1 View King Cement Masons Troweling Machine Operator on $70.09 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 41.1 View King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Diver $131.05 15J 4C View King Divers Et Tenders Diver $130.05 15J 4C View King Divers Et Tenders Diver $129.05 15J 4C View King Divers Et Tenders Diver $128.05 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.09 15J 4C View Compressed Air Worker 54.01 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C View Compressed Air Worker 60.01 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J Compressed Air Worker 68.01 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J Compressed Air Worker 70.01 72.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.59 15J Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J King Divers Et Tenders Remote Operated Vehicle $77.16 15J Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J Tender King Dredge Workers Assistant Engineer $76.56 5D King Dredge Workers Assistant Mate (Deckhand) $75.97 5D King Dredge Workers Boatmen $76.56 5D King Dredge Workers Engineer Welder $78.03 5D King Dredge Workers Leverman, Hydraulic $79.59 5D King Dredge Workers Mates $76.56 5D King Dredge Workers Oiler $75.97 5D King Drywall Applicator Journey Level $71.53 15J King Drywall Tapers Journey Level $70.61 5P King Electrical Fixture Maintenance Journey Level $35.19 5L Workers King Electricians - Inside Cable Splicer $99.36 7C King Electricians - Inside Cable Splicer (tunnel) $106.81 7C King Electricians - Inside Certified Welder $95.98 7C King Electricians - Inside Certified Welder (tunnel) $103.09 7C King Electricians - Inside Construction Stock Person $47.03 7C King Electricians - Inside Journey Level $92.59 7C King Electricians - Inside Journey Level (tunnel) $99.36 7C King Electricians - Motor Shop Journey Level $48.68 5A King Electricians - Powerline Cable Splicer $88.89 5A Construction King Electricians - Powerline Certified Line Welder $81.65 5A Construction King Electricians - Powerline Groundperson $52.91 5A Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A Construction King Electricians - Powerline Line Equipment Operator $70.02 5A Construction King Electricians - Powerline Meter Installer $52.91 5A Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4C 4C 4C 4C 4C 4C EEO 3F 3F 3F 3F 3F 3F 3F 4C 1E 1E 4E 4E 4E 4E 4E 4E 4E 1B 4D 4D 4D 4D 4D 4D View View View View View 1T� View View View View View View View View View View View View View View View View View View View View View View View View 4D 8W View 4D I View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $60.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $20.62 5B 111 View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1Y View King Heat Et Frost Insulators And Journey Level $84.58 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Journey Level $14.49 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K _ View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $14.49 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $82.03 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $54.62 15J 4V 8Y View King Laborers Brush Cutter $54.62 15J 4V 8Y View King Laborers Brush Hog Feeder $54.62 15J 4V 8Y View King Laborers Burner $54.62 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper -paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $54.62 15J 4V 8Y View King Laborers Change House Or Dry Shack $54.62 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $54.62 15J 4V 8Y View King Laborers Choker Setter $54.62 15J 4V 8Y View King Laborers Chuck Tender $54.62 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $54.62 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $54.62 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $54.62 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $54.62 15J 4V 8Y View King Laborers Dump Person $54.62 15J 4V 8Y View King Laborers Epoxy Technician $54.62 15J 4V 8Y View King Laborers Erosion Control Worker $54.62 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $54.62 15J 4V 8Y View King Laborers Gabian Basket Builders $54.62 15J 4V 8Y View King Laborers General Laborer $54.62 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $54.62 15J 4V 8Y View King Laborers Grout Machine Tender $54.62 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $57.84 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, M vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $54.62 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $54.62 15J 4V 8Y View King Laborers Scale Person $54.62 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $54.62 15J 4V 8Y View King Laborers Stock Piler $54.62 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 15J 4V 8Y View King Laborers Topper $54.62 15J 4V 8Y View King Laborers Track Laborer $54.62 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $167.58 15J 4V 9B View Worker44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $182.40 15J 4V 9B View Worker68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $59.95 15J 4V 8Y View King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $54.62 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View Et Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1 N View King Metal Fabrication In Shop), Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop) General Laborer $30.07 151 11 E View King Metal Fabrication In Shop), Mechanic $43.63 151 11 E View King Metal Fabrication In Shop) Welder/Burner $39.28 151 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 View King Modular Buildings Production Worker $14.49 1 View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Crew Tender/Technician $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 Z(2 1 R View King Plasterers Nozzleman $71.49 ZQ 1 R View King Playground Et Park Equipment Journey Level $14.49 1 View Installers King Plumbers Et Pipefitters Journey Level $95.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11 H 8X View attachments, a -frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $82.76 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $80.33 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $81.12 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $95.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $55.54 5A 3J View King Residential Sprinkler Fitters Journey Level $55.95 5C 2R View .(Fire Protection) King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical). King Soft Floor Layers Journey Level $55.56 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Sprinkler Fitters (Fire Journey Level $90.99 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $14.49 1 View Structural), King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.62 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator _ King Telecommunication Technicians Journey Level $60.10 7E 1 E View King Telephone Line Construction - Cable Splicer $39.15 5A 2B M View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 111 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J ill 8L View King Truck Drivers Dump Truck $71.61 15J 111 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 111 8L View King Truck Drivers Other Trucks $72.45 15J ill 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J ill 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $14.49 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 _ View Installers Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 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. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double 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. 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. 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. 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. K. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift 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. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 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. 3of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (1'/2) 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. 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. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 4. 1 The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. 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. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ''/2) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 5of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 4. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y. 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. 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. 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. 11. 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 After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C 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. All non -overtime and non -holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. 6of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued 11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. Al I hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. F. 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-half times the hourly rate of wage 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. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift 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 nine (9) hours or more. When an employee returns to work without at least nine (9) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine (9) hours rest period. H. 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 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift 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 ten (10) hours or more. When an employee returns to work without at least ten (10) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten (10) hours rest period. 7of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Overtime Codes Continued On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on 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 two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at one and one-half 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. Holiday Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). 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). 8of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 6. 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 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. 9of15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 10 of 15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 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. 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. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. 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 the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. 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. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 11 of 15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 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. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, hndependence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday (New Year's Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday; should they fall on a Sunday, the following Monday shall be considered as the holiday. 12 of 15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Holiday Codes Continued 15. I. Holidays: New Year's Day, President's Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). 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. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 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. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 13 of 15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 15 F 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. X. 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. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 14 of 15 Benefit Code Key — Effective 8/31/2022 thru 3/2/2023 Note Codes Continued A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. B. 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. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 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. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. 15 of 15