Loading...
HomeMy WebLinkAboutCAG2022-029 - Original - Long Painting Company - 6MG1 Reservoir Recoating & Vent Replacement - 01/24/2022Nancy Yoshitake for Bryan Bond Public Works 01/13/2022 01/20/2022 01/04/2022 W20091 N/A Long Painting Company Contract Other 6MG1 Reservoir Recoating and Vent Replacement The project consists of site preparation, removal of mill scale, reservoir interior and exterior preparation and recoating, welding, platform and catwalk extension, electrical, instrumentation, plumbing, and HVAC work for use during tank recoating. Bid 1/13/22 CAG2022-029 1/19/22 1/24/22 Original_____ DATE: January 4, 2022 TO: Kent City Council SUBJECT: Six Million Gallon #1 Reservoir Recoating and Vent Replacement Project Bid - Award MOTION: I move to award the six million gallon #1 Reservoir Recoating and Vent Replacement Project to Long Painting Company in the amount of $3,022.229.32 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project includes interior and exterior coating removal and recoating; structural improvements to extend the service life of the tank; replacement of roof vent to meet current standards; and safety improvements for personnel. The bid opening was held on December 14, 2021, with three bids received. The lowest responsible and responsive bid was submitted by Long Painting Company in the amount of $3,022,229.32. Bid Tab Summary 01. Long Painting Company $3,022,229.32 02. HCI Industrial & Marine Coatings, Inc. $3,504,967.44 03. T Bailey, Inc. $4,146,178.83 Engineer's Estimate $3,677,483.13 BUDGET IMPACT: Funded through Water Utility Capital Fund SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. 6MG1 Reservoir Recoating Bid Tab (PDF) CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 6MG1 Reservoir Recoating and Vent Replacement Project Number: 20-3006 BIDS ACCEPTED UNTIL December 14, 2021 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 TAB INDEX Tab 1 Bidder’s Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Technical Specifications Tab 6 Kent Standard Plans Tab 7 Existing Exterior Coating RCRA 8 Metal Test Report Tab 8 Record Drawings Tab 9 Sample Project Sign Tab 10 Prevailing Wage Rates Tab 11 Additional Photos Tab12 General Clarifications CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 6MG1 Reservoir Recoating and Vent Replacement Project Number: 20-3006 BIDS ACCEPTED UNTIL December 14, 2021 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 Except for Technical Specifications 11/15/2021 BIDDER'S NAME Long Painting Company CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 5MG 1 Reser►roir Recoating and Vent Replacement Project Number: 20-3006 BIDS ACCEPTED UNTIL December 14, 2021 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 0 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 Subcontractor List (over $1 million) – HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) – Structural Steel Installation and Rebar Installation Contractor’s Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder’s Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Technical Specifications Kent Standard Plans Existing Exterior Coating RCRA 8 Metal Test Report Record Drawings Sample Project Sign Prevailing Wage Rates Additional Photos General Clarifications INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through December 14, 2021 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: 6MG1 Reservoir Recoating and Vent Replacement Project Number: 20-3006 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 site preparation, removal of mill scale, reservoir interior and exterior preparation and recoating, welding, platform and catwalk extension, electrical, instrumentation, plumbing, HVAC work for use during tank recoating, providing source of power to perform all the work, controlling noise during construction to specified limits, and other work all in accordance with the Contract Plans, Kent Special Provisions, Technical Specifications, and the WSDOT Standard Specifications. NOTE: This project includes HVAC, plumbing and electrical work for purposes of RCW 39.30.060. Bidders must comply with the requirements of this statute. The project is located at a secure and gated City of Kent property. The project site will be open on November 30, 2021 from 9:30 AM to 11:00 AM for interested bidders to access the site. Climbing the reservoir will not be permitted. City staff will be present only to provide access to the site and building(s); not to answer questions or provide information. The property address is 23825 9811 Ave S, Kent, Washington 98032. 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 $3,400,000 to $3,700,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 2S3-856-5508. For technical questions, please email Bryan Bond at bbond @kentwa.gav or call 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 KentWA.gov/doinci- business/ bids -procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. 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 22"d day of November, 2021. BY: I�X;Vj" 1,, � - 4&4 Kimberley A. K oto, City Clerk Published: Daily Journal of Commerce on November 23, 30, and December 7, 2021 Washington State Office of Minority and Women's Business Enterprise on November 23, 2021 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date i} r 1 L, J ° 1 This statement relates to a proposed contract with the City of Kent named 6MG1 Reservoir Recoating and Vent Replacement Project Number: 20-3006 I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Long Painting Company NAME OF BIDDER aAN BY:/President T R*IT 21414 68th Ave S Kent, WA 98032 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 6MG1 Reservoir/Bond 1 November 22, 2021 Project Number: 20-3006 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Long ainting Company Title: President Date: v I 6MG1 Reservoir/Bond 2 November 22, 2021 Project Number: 20-3006 NUMBER: 1.2 SUBJECT: POLICY: CITY OF KENT ADMINISTRATIVE POLICY 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: 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. 6MG1 Reservoir/Bond 3 November 22, 2021 Project Number: 20-3006 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of, Long Painting Company, hereby acknowledge and declare that the before - mentioned company was the prime contractor for the contract known as 6MG1 Reservoir Recoating and Vent Replacement/Project Number: 20-3006 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: Long Painting man Title: President Date: ��-1 c`'i Ito �o 6MG1 Reservoir/Bond 4 November 22, 2021 Project Number: 20-3006 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Long Painting Company has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 6MG1 Reservoir Recoating and Vent Replacement/Project Number: 20-3006 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. 6MG1 Reservoir/Bond 5 November 22, 2021 Project Number: 20-3006 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO UANTITY PRICE AMOUNT 1000 1-04.4(1) 1 Minor Changes $25,000.00* $25,000.00 WSDOT CALC Per CALC *Common price to all bidders 1005 1-09.7 1 Mobilization $264,105.00 $ 264,105.00 WSDOT LUMP SUM Per LS 1010 8-01.5 3 Inlet Protection KSP EACH 1015 8-01.5 1 Temporary Erosion/Water WSDOT FORCE Pollution Control ACCOUNT *Common price to all bidders 1020 Technical 1 Trench Excavation Safety Specification 01200 LUMP SUM Systems 1025 1-07.15(1) 1 KSP LUMP SUM 1030 8-30.5 1 KSP LUMP SUM 1035 Technical 50 Specification TONS 01200 1040 Technical 144 Specification 01200 SQ YDS SPCC Plan Project Sign Quarry Spall Geotextile Fabric $ 533.33 $ 1,660.00 Per EA le>lo= �/,G9gg9 $5,000.00* $5,000.00 Per FA $ 1,660.00 $1,660.00 Per LS $ 555.00 $ 555.00 Per LS $ 1,660.00 $ 1,660.00 Per LS $ 220.70 $ 11,035.00 Per TON $ 19.38 Per SY 1045 Technical 35 Unsuitable Excavation $ 79.71 Specification CU YDS Per CY 01200 $ 2,790.00 44 $ 2,790.00 1445- 6MG1 Reservoir/Bond 6 November 22, 2021 Project Number: 20-3006 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1050 Technical 1 Structural Modification $ 663,390.00 $ 663,390.00 Specification 01200 LUMP SUM Per LS 1055 Technical 1 Appurtenances $44,135.00 $ 44,135.00 Specification LUMP SUM Per LS 01200 1060 Technical 500 6-Inch HDPE Storm Pipe, Incl. $127.04 $ 63,520.00 Specification LN FT Bedding and Fittings Per LF 01200 1065 Technical 20 AC Storm Pipe Replacement $ 55.75 $1,115.00 Specification LN Fr Per LF 01200 1070 Technical 2 Catch Basin, Type 1 $ 3,065.00 $ 6,130.00 Specification EACH Per EA 01200 1075 Technical 1 Catch Basin, Type 2 Specification EACH 01200 1080 Technical 1 Meter Vault Specification 01200 LUMP SUM 1085 Technical 102,000 Removal of Mill Scale Specification SQ 01200 Fr 1090 Technical 25 Puddle Weld Specification EACH 01200 1095 Technical 270 Specification SQ 01200 Fr Metal Plate Repair $ 2,230.00 $ 2,230.00 Per EA $ 2,230.00 $ 2,230.00 Per LS $ 0.10 $10,200.00 Per SF $ 132.60 $ 3,315.00 Per EA $413.76 $ 111,715.00 Per SF 6MG1 Reservoir/Bond 7 November 22, 2021 Project Number: 20-3006 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1100 Technical 1 Reservoir Exterior Preparation $ 394,120.00$ 394,120.00 Specification 01200 LUMP SUM and Recoating Per LS 1105 Technical 1 Reservoir Interior Preparation $802,920.00 $ 802,920.00 Specification 01200 LUMP SUM and Recoating Per LS 1110 Technical 1 Reservoir Containment Specification 01200 LUMP SUM 1115 Technical 1 Electrical, Telemetry, and Specification olzoo LUMP SUM Instrumentation 1120 Technical 1 Restoration Specification 01200 LUMP SUM $ 163,780.00 $ 163,780.00 Per LS $152,265.00 $ 152,265.00 Per LS $ 7,725.00 $ 7,725.00 Per LS Sub Total $ 2,744,825.00 '��� 985E 10.1% Sales Tax $ 277,227.33 a '4sa Total Bid $ 3,022,052.33 3ma7 ZW 61VIG1 Reservoir/Bond 8 November 22, 2021 Project Number: 20-3006 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: Long Painting Company Project Name: 6MG1 Reservoir Recoating and Vent Replacement Project Number: 20-3006 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non -responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: A o"LD EI-eAviC, Sig at a of 4BOJohn Fisher, President Date 6MG1 Reservoir/Bond 9 November 22, 2021 Project Number: 20-3006 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: Long Painting Company Project Name: 6MG1 Reservoir Recoating and Vent Re lacement Project Number: 20-3006 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non -responsive and, therefore, void. Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name: Sign t re of Bi de John Fisher, President 6MG1 Reservoir/Bond Project Number: 20-3006 Date 10 November 22, 2021 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 STA TE LA W THA T 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 criteria, takenng tbidder's together, willlfv m he bass forbe ble thecity's decisperform ion that act work. bidder These criter�a, taken g , 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. 6MG1 Reservoir/Bond 11 November 22, 2021 Project Number: 20-3006 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON -RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Long Paintin Cam an NAME: John Fisher ADDRESS: 21414 68th Ave S Kent WA 98032 PRINCIPAL OFFICE: Lon Paintin Com an ADDRESS: 21414 68th Ave S Kent, WA 98032 PHONE: 253-234-8050 FAX: 253-234-0034 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 578-090-687 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 6MG1 Reservoir/Bond Project Number: 20-3006 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 November 22, 2021 12 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the 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. 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? 54 2.2 How many years has your organization been in business under its present business name? 54 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 7-1-1969 2.3.2 State of incorporation: Washington 2.3.3 President's name: John Fisher 2.3.4 Vice-president's name(s): N/A 2.3.5 Secretary's name: Denica M. Bucklin 2.3.6 Treasurer's name: Denica M. Bucklin 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: 6MG1 Reservoir/Bond 13 November 22, 2021 Project Number: 20-3006 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. WA state: LONGP**230MA; Kent: BLC-2010537 3.2 List jurisdictions in which your organization's partnership or trade name is filed. See Master Business License 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Painting and Coatings, Abrasive Blasting 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? Yes 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: $68,100,000 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: $30,959,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 6MG1 Reservoir/Bond 14 November 22, 2021 Project Number: 20-3006 S. REFERENCES 5.1 Trade References: See attached 5.2 Bank References: Banner Bank, Maryann Crissey, 206-770-7183 5.3 Surety: 5.3.1 Name of bonding company: Travelers Casualty & Surety Co. of America 5.3.2 Name and address of agent: propel Insurance Company 6. FINANCING 925 4th Ave, Suite 3200 Seattle, WA 98104-1159 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 6MG1 Reservoir/Bond 15 November 22, 2021 Project Number: 20-3006 7. SUPPLEMENTAL BIDDER CRITERIA Following the Bid opening, upon City's request, the apparent low Bidder(s) must supply the requested information as identified herein within two (2) business days of request. Withholding information or failure to submit all the information requested within the time provided shall render the Bid non -responsive. The following supplemental Bidder responsibility criteria and requested supporting documentation are established for this Project. To be responsible, Bidder must substantially meet the responsibility criteria established below: 7.1 Painter Qualification The Contractor or subcontractor performing the surface preparation and painting (shop and field) shall have successfully completed at least five water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. 7.1.1 Re uired Documentation For each similar project, submit in a well -organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 7.2 Welder Ouallification The Contractor or subcontractor performing the welding shall have successfully completed at least three similar projects on water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the last 5 years. 7.2.1 Reggired Docu entation For each similar project, submit in a well -organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, reservoir capacity, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 7Erector Qualificatiqn The Contractor performing the work shall have successfully completed at least five water reservoir projects of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. 7.3 1 Required Documentattivn For each similar project, submit in a well -organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 6MG1 Reservoir/Bond 16 November 22, 2021 Project Number: 20-3006 8. SIGNATURE 8.1 Dated at this ► day of ID6&-c� �'�'� , 2021. Name of Organization: Long Painting Company 8.2 John Fisher , 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 � day of bLcel'Yi ba , 2021. Notary Public: My Commission Expires: r =� . �SIDN Q � WnraRy �' o +°UgtIG ir'rr'J,0 WAW�G���� 6MG1 Reservoir/Bond 17 November 22, 2021 Project Number: 20-3006 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 LONG PAINTING CO 21414 68TH AVE S KENT WA 98032 d t �l �rr A LONG PAINTING CO Reg: CC LONGP**230MA UBI: 578-090-687 Registered as provided by Law as: Construction Contractor (CC01) - GENERAI. Effective Date: 7/1/1977 Expiration Date: 7/1/2022 18 89 r' STATE OF WASHINGTON Profit Corporation LONG PAINTING COMPANY 21414 68TH AVE S BUSINESS LICENSE Issue Date: Nov 12, 2021 Unified Business ID #: 578090687 Business ID #: 001 Location: 0001 Expires: Jul 31, 2022 + KENT WA 98032-2412 �.� REGISTERED TRADE NAMES: I. C C.P. EQUIPMENT CO. .� LONG PAINTING COMPANY f` LONG SERVICES This dnrnrneui INIS tl+r regislr:+lions, entlarSrtnrnls, anr! IirrrnKr4 authr+rirrd for iht- httaine- �� � nankesl al�o�e, By aceepliug Ibis dor.u+►+ent, the lire+rsee certiflrs the iniortnalion un the aphfir.+Ii+rs� 4I was complete, tr+se, aucl accuralr• to the crest of his nr her knuwledgc• and ihal IHLsilm--'1 kill he condurlyd ill romplianre with all 7ppiir•ahle. W.Ishinglwk stale, roomy, and did repnlatiolks, Director, Department (if Revenue STATE OF WASHINGTON UBI: 578090687 001 0001 LONG PAINTING COMPANY UNEMPLOYMENT INSURANCE - 21414 68TH AVE S ACTIVE KENT WA 98032-2412 INDUSTRIAL INSURANCE - ACTIVE MINOR WORK PERMIT - ACTIVE TAX REGISTRATION - ACTIVE MUKILTEO GENERAL BUSINESS - NON-RESIDENT - ACTIVE LAKEWOOD GENERAL BUSINESS - NON-RESIDENT #BL10-00408 - ACTIVE CHEHALIS GENERAL BUSINESS - NON-RESIDENT #14-5279 - ACTIVE SHELTON GENERAL BUSINESS - NON-RESIDENT #0056500 - ACTIVE KIRKLAND GENERAL BUSINESS - Expires: Jul 31, 2022 12/1/21, 12:09 PM LONG PAINTING COMPANY A STATE OF WASHINGTON Department of Labor & Industries Certificate of Workers' Compensation Coverage December 1, 2021 WA UBI No. 578 090 687 L&I Account ID Legal Business Name Doing Business As Workers' Comp Premium Status: Estimated Workers Reported (See Description Below) Account Representative Licensed Contractor? 706,150-00 LONG PAINTING COMPANY LONG PAINTING COMPANY Self Insured. This business is certified to cover its own workers' comp costs. No premiums due. N/A Employer Services Help Line, (360) 902-4817 Yes License No. LONGP'"230MA License Expiration 07/01/2022 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 5 l .12.050 and 51.16.1901. https:llsecure.Ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=578090687&LIC=LONGP**230MA&Vlo=&SAW=false&ACCT=70615000 1 /1 LONG PAINTING COMPANY During the past 54 years Long Painting Company has been involved in litigation and claims from time to time. In the interest of protecting our customer's privacy, the details of these issues are kept confidential, but can be discussed with an appropriate officer from your agency. Please call John Fisher, President at 800- 678-5664 with any inquiries. I E § ± k k d) E § & c a §CD § CN g @ J q t I } I g = / n ) ( 2 tt« e \§Lo §� �kk «Ee z§( ��9 § o§ ]7CD K70 , o EoG oe04 U)aq LL(Lm § f 2 m CD < � ) )) \ _ 07 ° \\\ / 7 � �� u ; :3 < = — � cc 7 � j §{f «_ �/ k �2} 3 -j 3�$ $)] o$« \ / % k ® u coN ® n < 2 ]oa . �k2; m ;fw &z2 R I - cM2o= \-t®$ d� §9 a§ oAe*% §k 28ek 00 )2m/ 7§$cn >%� §°� °cu k\2 0) / z - co �aa2 oo I°2 a 0 9r § §n=a 2Co 4) w§ c ca ] £ � \k0 k 0 o , k)w § - §222 a)0XE ■ f b��2k ��IL m . «$a° 22`� § o ke§ <7ILf IL § 0 -1 � ) k � � E I R k7 % 15< *a k ) �� ) « \ )k §/ �1 i STATE Or h WASI-IINGTON Profit Corporation LONG PAINTING COMPANY 21414 68TH AVE S KENT WA 98032-2412 �1 BUSINESS LICENSE Issue Date: Nov 12, 2021 y UNEMPLOYMENT INSURANCE - ACTIVE MINOR WORK PERMIT - ACTIVE Unified Business ID #: 578090687 Business ID #: 001 Location: 0001 Expires: Jul 31, 2022 INDUSTRIAL INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE CITY ENDORSEMENTS: MUKILTEO GENERAL BUSINESS - NON-RESIDENT - ACTIVE LAKEWOOD GENERAL BUSINESS - NON-RESIDENT #BL10-00408 - ACTIVE CHEHALIS GENERAL BUSINESS - NON-RESIDENT #14-5279 - ACTIVE SHELTON GENERAL BUSINESS - NON-RESIDENT #0056500 - ACTIVE KIRKLAND GENERAL BUSINESS - NON-RESIDENT - ACTIVE BELLINGHAM GENERAL BUSINESS #018170 - ACTIVE ISSAQUAH GENERAL BUSINESS - NON-RESIDENT #BUS03-00921 - ACTIVE LACEY GENERAL BUSINESS - NON-RESIDENT #182273 - ACTIVE NEWCASTLE GENERAL BUSINESS - NON-RESIDENT - ACTIVE . OLYMPIA GENERAL BUSINESS - NON-RESIDENT #1198 - ACTIVE PORT ORCHARD GENERAL BUSINESS - NON-RESIDENT #B006551 - ACTIVE j PORT TOWNSEND GENERAL BUSINESS - NON-RESIDENT - ACTIVE TUMWATER GENERAL BUSINESS - NON-RESIDENT #R-016820 - ACTIVE I; VANCOUVER GENERAL BUSINESS - NON-RESIDENT - ACTIVE MOSES LAKE GENERAL BUSINESS -NON-RESIDENT #BUS2019-0803 -ACTIVE � SEATAC GENERAL BUSINESS - NON-RESIDENT - ACTIVE his doctmient lists the registrations, endorsements, and licenses authorized for the hu;iness mimed above. By accepting f eis doct ntea [lie licensee certifies the hiformation on the tdpl> licatiun , r was complete, true, and accurate to the best of his or her knowledge, and that business will be crnuducted in compliance wllh all applicable Washington state, coulrlV, and city regldalions_ uirrr tur, ucpartm cnt of Revcmic UBI: 578090687 001 0001 LONG PAINTING COMPANY 21414 68TH AVE S KENT WA 98032-2412 STATE OF WASHINGTON UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE MINOR WORK PERMIT - ACTIVE TAX REGISTRATION - ACTIVE MUKILTEO GENERAL BUSINESS - NON-RESIDENT - ACTIVE LAKEWOOD GENERAL BUSINESS - NON-RESIDENT #BL10-00408 - ACTIVE CHEHALIS GENERAL BUSINESS - NON-RESIDENT #14-5279 - ACTIVE SHELTON GENERAL BUSINESS - NON-RESIDENT #0056500 - ACTIVE KIRKLAND GENERAL BUSINESS - Expires: Jul 31, 2022 00 m Ol l0 w Kt Ln M w m N -4 I:t ID 00 In V1 O N a m rn rn rn rn rn rn ui oNo Zo Ln w Ln m m ri Ho E O V r rn o m m m Ln r, r N O LD 'KT "tt �D m M r- m N f.7 •i M W N N r� r�(o m H �D kD in m r� w Ln m rp lD .--t Ln W 00 N N 00 O In1%00 H C N LOO ww N m O N M W 00 M 0 N 0W0 Zt O O N r-r m N w 0 r 1 �* O m O w m mL1 N ►n ri ri r i .-i rri r, N N .--I . i ri r. r i rV rV '-r' a 3 U m m m Q N¢ ¢ �o cQo �3 03 a,3 a� Q a aJ a a Q a ° c o -D Z) c>> a u C ,O n. U c� u u u c c o u m tin v u as U c c u a:2 v j i C c6, C O O 00 R c 0. m CO C CJ O V U-0 O co m e co v c0 c vi U C c c C Y 19 0 0 CL 0 E 7 L 0 E o N U 'nLn U O N R r@ c Z 0 "� ` O M M C v M Z Y J y O Z O W O R -�e -�.e m c .. v — u > R O ►L u � R R U u A; N io o2f C W O) 0 d C an 0 c a, c 3 0 u o y ar £ R c i c R O O m U 0 00 a, 00 c 0 +� sn R Z� Ntw to dZ w u w c si '� Ci (7 v� +' v c •°� 0 m Ln o m c U a c W m U C a a c CL c w m oo a c O E R w m '� 3 c J l9 06 ,.. GJ R c c N d0 •o u o 21. f? ri a E a, v o R o_ a Ct £ o uu °' a ¢ °' `° L R a -0 O •+ u N +, �e Q m C O1 U ° fNC Cl. 41 M .LL L Y �_ " = a A O ' 3 dA c Ln o cn a 0 o t w c 2 L "0 L � w C Meru O_ M 47 N Q=++x 0 U 0. 'O m C >, Q G a V L Z Y = Y m °' W rx-I m M~ o U 3 ° LU Q L � C OD Z _ r-I }v! ^ R V a C V 0 0 O R 5 0. Q R S +0., vri voi Li H n C07 Ln cn I 0 m n N N N N N N N r-1 ri ri ri v--i `� c-1 •-i ri `� ri ri ri e-I r! � ri ri 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 i.) 4) a+ m a 1l� M 00 N r-I O M O CD N 01 r I m ri ri O 1" y f- I- r1 O O 00 ri 1- m Ln w rl N n N 00 M CD M Ol CA O M O r-I O 0 I, CD M 0 C M CD V) CD � N N M to M Ln m yy,� 111' L!1' Lfl Ln LA' O CD N r-I O N r•i'r-j !", 00' Q1 O'1 r1 M fY'1 Q1 V! N Kf O M N N N W 00 r�i LMII N M O a O COD CWD N 00 r N M 0 m 0 N O rf r1 N' r ri t-I e-I r1 r-I ri U U a J J a 3 �„ L 3 3 3 3 a a s 3 3 o O a) O w > > 0 0 1 a1 j 3 3 c c 3 0 0 a in o N O 0 w O LA c ' C C c V) CA 67 }v 5 U C V 4J U 7 = C�.l w L O U }� U •U v m o m>> > u c v m 0 0 0= o o r C+ 0 0 0 i U U U w cco U 7 +>_' C V C " E W W U U U 2 x C v U N N N u C_ U C c c LM h= m rb=a m d ..J 7 � '1 y Gl 6J O Z Y J 6J d C a U, J J Cn 2 CO ut Ur J V) O_ Z Z f/7 Vi 'c a IA c O U pp (U y � c � O I- a 41 m Z p Q U +L_' Ln ti M, m J C 1�9 a a U 'A 0 0 C y te- a 4' 4� o M V D 4 aCi he u .+ d M c-0 ca o a-N %v m 0 Z a U •9 Co -0 m C> C`�t C I c c 0 0)) 'Y m Q •- -0 g a C z W m E° y a+ r_ cc o Q m E° �c aU a X 4. LU O> O co c 0 ° , Q u to ° •em u � LJ y` mL ao a o M as a°> � o u $ c! t rNl w b Q '� c d N m C O m N N m u. Y C c .4 c w c m d N a E c A d N O r a S ? y roa a Y r LU c CD m d CL d c;s J Z r U` O d c E N a L L c C z v U 0 N 0 Y a x C w 0 i N O N ri O N m m f� U W 0 D_ Ma LONG PAINTING COMPANY 4.6 - KEY PERSONNEL Name Charles Pham — Industrial Group Manager / Project Manager Qualifications University of California — Los Angeles Certificate in Construction Management 2010 - 2012 University of Nebraska - Lincoln Bachelor of Science — Business Administration 2002 - 2005 NACE Coating Inspector Program — Level 1 Member # 319054 2011 OSHA Lead in Construction 30 Hour Supervisor Training Program November 10, 2014 FM — Project Manager Academy March 2016 Experience Industrial Group Manager / Project Manager / Estimator Long Painting Company - Kent, WA 2015-Present Project Manager / Estimator Techno Coatings, Inc. —Anaheim, CA 2015 — 2010 Assistant Project Engineer Panoche Energy Project Kiewit Power Constructors — Firebaugh, CA / Houston, TX 2009 - 2008 Structures Superintendent Perris Valley Regional Water Reclamation Facility - EMWD Kiewit Pacific — Perris, CA 2008 - 2007 Field Engineer Lake Skinner Chemical Modifications — MWD Kiewit Pacific — Winchester, CA 2007 - 2006 Charles is currently committed to managing 5 major projects and 9 small projects in various stages of completion. 21414 68th Avenue S. "YOUR PARTNER IN SAFETY, QUALITY AND SERVICE" 1120 NE 146th Street Kent, WA 98032 www.longpainting.com Vancouver, WA 98685 (253) 234-8050 (360) 952-4400 Col LONG PAINTING COMPANY KEY PERSONNEL Production Manager / General Superintendent Name Dan S. Santos, Jr. Qualifications SSPC QS1 Certified Quality Supervisor — April 2011 Certified Lead Competent Person - January 2012 Certified Shipyard Competent Person Sound Testing, Seattle, WA April 1997 NACE Marine Coating Inspection Certification June 9, 1997 C-STOP Safety Training Northwest Construction Consumer Council Seattle, WA March 1996 Construction Quality Management for Contractors Corps of Engineers Seattle, WA October 20, 1995 Experience Production Manager/ General Superintendent Long Painting Company Seattle, WA October 1994 - Present Superintendent/Foreman/Project Coordinator HER Painting Company Graham, WA September 1981 - September 1994 Journeyman/Leadman/Foreman Tacoma Boatbuilding Tacoma, WA July 1978 - August 1981 Dan Santos is committed to managing all production related to Industrial work. He is currently committed to 4 specific projects of various size and completion. 21414 68th Avenue S. "YOUR PARTNER IN SAFETY, QUALITY AND SERVICE" 1120 NE 146th Street Kent, WA 98032 www.longpainting.com Vancouver, WA 98685 (253) 234-8050 (360) 952-4400 OLONG PAINTING COMPANY KEY PERSONNEL Superintendent Name Shaun McDeavitt Qualifications/ OSHA 30 Training First Aid/CPR NACE 1 — Coating Application Experience Superintendent Long Painting Company, Kent, WA 2016 — 2019, June 2020 — present Coating / Utility Inspector Kestrel Field Services 2019 - 2020 Foreman/Superintendent NTS 2010 - 2015 Journeyman Painter Dunkin and Bush 2008 - 2010 Shaun McDeavitt is committed to supervising 15 projects of various sizes and completion. 21414 68th Avenue S. "YOUR PARTNER IN SAFETY, QUALITY AND SERVICE' 1120 NE 146th Street Kent, WA 98032 www.longpainting.com Vancouver, WA 98685 (253) 234-8050 (360) 952-4400 CALONG Pik] NTING COMPANY December 1411, 2021 City of Kent — Public Works Division 220 4th Ave S., Kent, WA 98032 Attention: Chad Bieren, P.E. — Public Works Director Subject: 6MG1 Reservoir Recoating and Vent Replacement Equipment List Mr. Bieren, Long Painting Company is pleased to submit a proposal to perform the work as specified in the contract documents. Per Section 4.7 Experiences 1 am submitting a preliminary list of equipment that is included in our proposal to perform the work. Please note that this list is subject to change and serves as an indicator of our commitment to perform the work as specified. Equipment Description Qt 10TN Reach Forklift — LIR 1 Welding Machines 7 Boom Lifts 7 Reach Fork 1 8 TN Blast Pot+ Hopper 2 1200 CFM Air Dryer 2 1600 CFM Air Corn re wr 2 Dust Collector — 24K CFM 1 Travel Panel 1 DH — 4500 CFM + In -Line Heater 2 Generator — 22 kW 1 Generator — 75 kW 1 Airless Paint Pump 2 375 CFM Air Compressor 1 Din ❑ Front Loader 1 Job Trailer & Connex 3 Willscot Mobile Office 1 Portable Sanity Faci}ities 2 If you have any questions please contact me at (206) 718-8745. Sincerely, LONG PAINTING COMPANY Charles Pham Project Manager 21414 68th Avenue S. "YOUR PARTNER IN SAFETY, QUALITY AND SERVICE' 1120 NE 146th Street Kent, WA 98032 www.longpainting.com Vancouver, WA 98685 (253) 234-8050 (360) 952-4400 Long Painting Company References Trade Sellen Construction Company Hoffman Construction Company Randy Boettcher Marjorie Chang -Fuller PO Box 9970 1200 Westlake Ave, North #200 Seattle, WA 98109 Seattle, WA 98109 Phone: 206-682-7700 Fax: 206-623-5206 Phone: 206-286-6697 Fax: 206-286-7523 randy.boettcher@sellen.com SherMariorie-chap fuller hoffmancor .corn Turner Construction Company Skanska USA Building Jonelle Tuffs Rob Robinson 830 4th Ave South, Suite 300 221 Yale Ave N, Suite 400 Seattle, WA 98134 Seattle, WA 98109 Phone: 206-505-6600 Phone: 206-726-8000 Fax: 206-505-6601 Fax: Ituffs@tcco.com Rob.robinson(@skanska.com �� � Seattle 11N Public Utilities January 4, 2021 Mr. John Fisher, President Long Painting Company 21414 68th Avenue S Kent, WA 98032-2416 Subject: PW2019-033 Beverly Park Tank Improvements Dear Mr. Fisher, On behalf of Seattle Public Utilities, I wanted to express our gratitude to you and your staff for their efforts on the Beverly Park Tank Improvements project. I specifically wanted to recognize Charles Pham and Evan Snider for their dedication to their attention to detail in all aspects of the work including safety, quality, and schedule. The project incurred several significant impacts that were beyond the control of the project team, including the onset of a global pandemic. Charles and Evan handled these impacts with a high level of professionalism by analyzing the risk and coming up with risk mitigations to minimize impacts to the project in real time. It is also worth mentioning that it was nostalgic that you selected the welding contractor that originally built this structure in 1957. The project team for Chicago Bridge and Iron performed seemingly impossible tasks to improve the safety and efficiency of our facility. Our hats go off to Keith Dewey, Brent, and his crews. I wanted to personally thank you for providing a great project team to execute the unique challenges on the Beverly Park Tank Improvements Project. Sincerely, Jerry Waldron, Division Director Construction Management Division Seattle Public Utilities 700 Fifth Avenue I PO Box 34018 1 Seattle, WA 98124-4018 1 206-684-3000 1 seattle.gov/util (run Q cD a L N m N NO W O N N N > N > NO N b m N E d E 0) y LL LL Q > > Z a v Iq m � O N Iq O u O N N « m E N W u > Q > p ZCD r d n O n L o S M N N 8 N ID 0 O p N L, N C c6 C E N E aN m a a a Y E C v° m bo C V v � m ai a > N O Q W H j p0 D I?W t�0 Cc, - V ate+ Q C o'c_3 a, aLo W u�cn �a ` E m� ae Y O " i� r °o"�n=Y �moL '03 110 use i En v m °Ap 10 aarpp V 2r� > `O a` ^ a'ac3L^� ni a vi ~ o '.c-� pa1 E Ln of C7 m Q N O >. u7 C y CO, yQ� N O m y �O o0 m N mop N U N T Ln �i r- U Q F . m w Q °.2 no 10 w o L" oo c` a L a c 3 a n 10 0 3 E a w m` v w e .� 2 Yi o Nc n ,« > ,�°, m a w c c a° 01 >> 2 't o w c c j° C O N m a m `- m U` _& T a '- c a O t' >0 9 C a C t `v 2 ° w a 5 _ w c m a 10 c 'moo a° v m a v 3 c 2 r 01 m 3° c m a ` m t 10 v m a o '-0 w« o 4 a 3 `^ n m °�' n '° m .a. v E Q m c 2 m o 2 a c a° c° w o- m v n ,� N 3 m v 0 '' 0 Q E 3 3 Ga 3 •� c E v c m w> n t c m c° c v>> „' m> j c o Q L 3L° m w c„ 9 m '" p a x m 2 m v o o c« 01 = w a c c •` a E? ' !E .E Q m E $ �. a d n E Q N c ° N 4 m c o A Y o a m 3 L m a w E '0e ° y t° C c n n c E a c 3 ° L 3 a a n E a m` c o'h " ` u d E 3 S E— 3 N v n€ E °1 r '" n N G m w 0 c W O N v N w 3 w c 3 w w > 3 E w CC u ¢ n E `w aeg > N Y o v a3i Y E O v 0 O 0+ E MF-- C °� vu E n n> 3 > c a _ N j y m K C BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(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 (December 14, 2021), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Long Painting Compay Bidder's usines Na rQb� (-" ure of ut rized Official* John Fisher Printed Name President Title iD-11,o� Date Kent City WA 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. 6MG1 Reservoir/Bond 18 November 22, 2021 Project Number: 20-3006 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 (December 14, 2021), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Long Painting Company Bidder's Business Name at Sig a of Aut oriz Official* John Fisher Printed Name President Title I)- 1 +mot Kent WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. 6MG1 Reservoir/Bond 19 November 22, 2021 Project Number: 20-3006 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed and agrees to complete the Contract within one hundred eighty (180) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s �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:��- 6MG1 Reservoir/Bond Project Number: 20-3006 Long Painting Company NAM B DSi na reof Au d Representative John Fisher, President (Print Name and Title) 21414 68th Ave S, Kent, WA 98032 Address 20 November 22, 2021 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Long Painting Company , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of „Five Percent (5%) of Sid Amount 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 6MG1 Reservoir Recoating and Vent Replacement/Project Number: 20-3006 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 13th DAY OF December 2021. Long Paintin Copa L m Travelers Casualty and Surety Company of America SURETY Aliceon A Keltner, Attorney -in -Fact %2� Received return of deposit in the sum of $ 6MG1 Reservoir/Bond 21 November 22, 2021 Project Number: 20-3006 - — - Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company T_ RAVELERS _ St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (hereof in collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Aliceon A Keltner TACOtiAA Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. rrp7rxN , � - A-,�N e MACo= A a rtu f State of Connecticut By: Robert L�enior esident City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he. as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. ,^P IN WITNESS WHEREOF, I hereunto set my hand and official seal. rfr� µOTARAR Y My Commission expires the 30th day of June, 2026 * P. c Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as fellows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizartoes, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President of any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing. Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding an the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 13th day of December 2021 ,1a L f1t ,*,I Y . , , dMCIIA-13HATrt M, Kevin E. Hughes, Asstant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-MO-421-3M, Please refer to the above -mined Attomeyft)-in-Fact and the details of the bond to which this power of Attorney is atta~- CITY OF KENT COMBINED DECLARATION FORM: NON -COLLUSION, MINIMUM WAGE NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: AND I. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. SIG 6MG1 Reservoir Recoating and Vent Replacement Project Number: 20-3006 NAME OF PROJECT Long Painting Company NAME OF BIDDER'S FIRM OF AUtHORtfZED REPRESENTATIVE OF BIDDER 6MG1 Reservoir/Bond 22 November 22, 2021 Project Number: 20-3006 This change order form is for example purposes only. By submitting a bid the bidder agrees to be bound by the terms of this change order form for an change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: Insert Cam an Name ("Contractor") CONTRACT NAME & PR03ECT NUMBER: Insert Name of Original Contract & Pry ect # if a livable ORIGINAL CONTRACT DATE: Inserl Date Ori final Contract was Si ned 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 6MG1 Reservoir/Bond 23 November 22, 2021 Project Number: 20-3006 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above -referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By; By: (signature) (signature) Print Name: Print Name: Chad Bieren P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayors signature required) Kent Law Department 6MG1 Reservoir/Bond 24 November 22, 2021 Project Number: 20-3006 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... ❑ Orderof Contents................................................................................. ❑ Invitationto Bid................................................................................... ❑ ContractorCompliance Statement........................................................ ❑ Date............................................................................................ ❑ Have/have not participated acknowledgment ............................. ❑ Signatureand address................................................................ ❑ Declaration - City of Kent Equal Employment Opportunity Policy ........ ❑ Date and sionature..................................................................... ❑ Administrative Policv........................................................................... ❑ Proposal............................................................................................... ❑ First line of proposal - filled in ................................................... ❑ Unitprices are correct................................................................ ❑ Subcontractor List (contracts over $iM — HVAC, Plumbing, & Electrical) ............ ❑ Subcontractorslisted properly .................................................... ❑ Signature.................................................................................... ❑ Subcontractor List (contracts over $1M — Structural Steel & Rebar Installation)—❑ Subcontractorslisted properly .................................................... ❑ Dateand signature..................................................................... ❑ Contractor's Qualification Statement ................................................... ❑ Complete and notarized.............................................................. ❑ Statement that Bidder Has Not Been Disqualified ................................ ❑ Certification of Compliance with Wage Payment Statutes ....................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged......................................................... ❑ Date, signature and address....................................................... ❑ BidBond Form..................................................................................... ❑ Signature, sealed and dated ....................................................... ❑ Powerof Attorney....................................................................... ❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form................................................................. ❑ Signature.................................................................................... ❑ Change Order Form (Example)............................................................. ❑ 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) CM OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 6MG1 Reservoir/Bond 25 November 22, 2021 Project Number: 20-3006 Bond No. 107540495 PAYMENT AND PERFORMANCE BOND KE S T TO CITY OF KENT w.. -.- KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Long Painting Company as Principal, and _ Travelers CasuaftV and Surety Company of America a Corporation organized and existing under the laws of the State of as a Surety Corporation, and qualified under the laws of the State of Warping on to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 3 022,229.32 , 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 6MG1 Reservoir Recoating and Vent Replacement/Project Number: 20-3006 (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. 6MG1 Reservoir/Bond 26 December 13, 2021 Project Number: 20-3006 TWO WITNESSES: DATE: �� 11 / -Z L PRINT NAME DATE: it t / CORPORATE SEAL: PRINCIPAL (enter rincipal's name a tiv ) BY: TITLE:F5�IL J1(;r1e5t-,de4 DATE: I �.])ZZ CORPORATE SEAL: Travelers Casualty and Surety Company of America SURETY DATE : 1M2022 TITLE: Aliceon A Keltner, Attorney -in -Fact ADDRESS: 1501 Fourth Ave., Suite 1000 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Tukv, Fisltie:� Who signed the said bond on behalf of the Principal ��✓► u� �.►�; �1 [�,�„pr�r►vl of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. L1► SECRETAR 6R ASSISTANT SECRETARY b-ei� 1 Ck-( "" \v,\61- U, 6MG1 Reservoir/Bond 27 December 13, 2021 Project Number: 20-3006 TRAVELERS) Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Aliceon A Keltner of SEATTLE , Washington , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recagnizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. �17w Tar+Dr �*<<r "ac E CORN. p`T ` FWRfWiD. < A State of Connecticut f -tia� By: City of Hartford ss. Robert L. Rane enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. #40T •m My Commission expires the 30th day of June, 2026 + +4• P9$t� Anna P. Nowik, Notary Public nw This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duty attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 7th day of January , 2022 .4 OA %qr" 4 1 W 41, — It -�*, ', 000;,- � CONN sift fir FN� G.r Kevin E. Hughes, Assstant Secretary To v&!& 6W aubWntdty of this Pb war aFAttarwy, pleme call us at 1-800-421 38M. Please reficr to the above -named Atla~s)-in,FKt and the deW& of the ba"d to which && Powur ofAKwney is aUawdwd. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and L— n n PP i i l?Gni7U organized under the laws of the Stat of LA a.S ,, , I cated and doing business at al t nth We ?-oo VA QV9_ T ("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: 6MG1 Reservoir Recoating and Vent Replacement/Project Number: 20-3006 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 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2020 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 one hundred eighty (180) 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 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 $3,022,229.32. 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. 6MG1 Reservoir/Bond 28 December 14, 2021 Project Number: 20-3006 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24,115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 6MG1 Reservoir/Bond 29 December 13, 2021 Project Number: 20-3006 CITY OF KENT BY DANA RALPH, MAYOR DATE: Ol /24/2022 ATTEST: VY A. KOM• •CITY CLERK APPROVED AS TO FORM: K NT LAW DEPARTMENT CONTRACTOR BY: PRI TIT DA1 \\ON ti 6MG1 Reservoir/Bond 30 December 13, 2021 Project Number: 20-3006 EXHIBIT A INSURANCE REQU I REIVIENTS 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: 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. 6MG1 Reservoir/Bond 31 December 13, 2021 Project Number: 20-3006 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. 6MG1 Reservoir/Bond 32 December 13, 2021 Project Number: 20-3006 EXH I B I T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 6MG1 Reservoir/Bond 33 December 13, 2021 Project Number: 20-3006 Client#: 113165 LONGPAIN ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1 1/0612022 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: t:AIM"E ;1 Kim Kleindl Propel Insurance PHONE _PAX_ AlC, No, E,,. 800 499-0933 (A/C No): 866 577-1326 Tacoma Commercial Insurance E-MAIt. - AODnEss: Kim.Kleindl@propelinsurance.com 1201 Pacific Ave, Suite 1000 INSURER(S) AFFORDING COVERAGE NAIC p Tacoma, WA 98402 INSURER A: Arch Insurance Company 11150 INSURED INSURER B : Navigators Insurance Company 42307 Long Painting Company Sirius Specialty Insruance Corp6820 INSURERC: P Y P 21414 68th Avenue South Kent, WA 98032 INSURERD: INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BYPAIDCLAIMS. 1NSR LTR TYPE OF INSURANCE gDt7L5[1BH POLICY ilAP6Nnp/YYYY MMIDDIYYYY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F ' I OCCUR BI/PD Ded: $25,000 71 PKG8950818 '12/31/2021 12/31/202 EACH OCCURRENCE $110001000 000 $ 5r000 $1,000,000 PREMIISES a occurrence)$100 X MED EXP (Any one person) PERSONAL & ADV INJURY GEN'L AGGREGATE LIMIT APPLIES PER: POLICY O JECOT F-1 LOC OTHER: GENERAL AGGREGATE $2,000,000 $ 2,000,000 $ PRODUCTS - COMP/OP AGG A B AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS f HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY UMBRELLA LIAB X OCCUR X( EXCESS LIAB CLAIMS -MADE 71PKG8950818 SE21 EXC5567661V 12/31/2021 12/31/2021 12/31/202 Ea COMBINED SINGLELIMIT 1,000,000 $ I $ $ . $2,000.000 $2 OOOL OOO ..�---.0. $ BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE Per accident) EACH OCCURRENCE 12/31/2022 AGGREGATE .. DED RETENTION $0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE Y/ N ❑FFICERIMEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A 71 WC18916118 USL&H WA Stop Gap '12/31/2021 12/31/2022 PER X FOTH- X I R E.L EACH ACCIDENT $1,000,000 E.L DISEASE - EA EMPLOYEEI $1,000,000 E.L. DISEASE - POLICY LIMIT 1 $1,000,000 C Contractors Pollution Liab CPLS00012383 12/31/2021 12/31/202 $10,000,000 Limit $25,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: L220004 / Project Number: 20-3006 6MG1 Reservoir Recoating and Vent Replacement. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). ■n a.ul�te_vaan�■lail City of Kent Public Works Administration 400 West Gowe St Kent, WA 98032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S4961905/M4950162 @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KM K00 This page has been left blank intentionally_ POLICY NUMBER: 71PKG8950818 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Locations Of Covered Operations ALL PARTIES WHERE REQUIRED BY A PER WRITTEN CONTRACT OR WRITTEN CONTRACT AGREEMENT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "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 However: 2. That portion of 'your work" out of which the 1injury or damage arises has been put to its . The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured principal as a part of the same project. 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. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III —Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 POLICY NUMBER: 71PKG8950818 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ALL PARTIES WHERE REQUIRED BY A WRITTEN CONTRACT PER WRITTEN CONTRACT OR AGREEMENT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 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. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III -Lints Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 O Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: 71PKG8 95 0 818 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTH ERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION WHERE PERMITTED BY LAW AND IS REQUIRED WAIVER OF OUR RIGHT TO RECOVER IS BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER:'71PXG8950818 COMMERCIAL GENERAL LIABILITY CG25030509 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LI MIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): APPLIES TO ALL CONSTRUCTION PROJECTS OF THE INSURED UNLESS OTHERWISE EXCLUDED Information required to complete this Schedule, if not. shown above, will be shown in the Declarations. I A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I —Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated 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 Coverage 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 Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You 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 Designated Construction Project General Aggregate Limit. CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I —Coverage A, and for all medical expenses caused by accidents under Section I —Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: I. 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 Designated 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 Designated Construction Project General Aggregate Limit. D. If the applicable designated 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 as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - BLANKET This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM Under Covered Autos Liability Coverage, the Who is An Insured provision is amended to include as an "insured" the person or organization who is required under a written contract to be included as an "insured" under this policy, but only with respect to their legal liability for your acts or omissions or the act or omissions of a person for whom Covered Autos Liability Coverage is afforded under this policy. All other terms and conditions of this policy remain unchanged. Endorsement Number: Policy Number: 71PKG8950818 Named Insured: LONG PAINTING COMPANY This endorsement is effective on the inception date of this Policy unless otherwise stated herein: Endorsement Effective Date: 12/31/2021 00 CA0115 00 10 13 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT - DESIGNATED CONTRACT(S) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM SCHEDULE Designated Contract(s): ALL PARTIES WHERE REQUIRED IN A WRITTEN CONTRACT With respect to the contract(s) designated in the Schedule above, it is agreed that the following subparagraph e. is added to SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B. 5. and SECTION V — GARAGE CONDITIONS, Paragraph B. 5. 5. Other Insurance e. With respect to SECTION II - LIABILITY COVERAGE, where you are specifically required by a written contract designated in the Schedule above to provide insurance that is primary and non-contributory, and the written contract designated in the Schedule above so requiring is executed by you before any "accident', this insurance will be primary and the other insurance will not contribute with this insurance, but only to the extent required by that written contract. All other terms and conditions of this Policy remain unchanged. Endorsement Number: This endorsement is effective on the inception date of this policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: 71 PKG8950818 Named Insured: LONG PAINTING COMPANY Endorsement Effective Date: 1 2/31 /2021 00 CA0116 00 04 10 Page 1 of 1 POLICY NUMBER: 71PKG8 950818 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. 1 The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 4410 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ANY PERSON OR ORGANIZATION WHERE WAIVER OF OUR RIGHT TO RECOVER IS PERMITTED BY LAW AND IS REQUIRED BY WRITTEN CONTRACT PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO DATE OF LOSS. © 1983 National Council on Compensation Insurance. This page has been left blank intentionally. 6MG1 Reservoir/Bond December 13, 2021 Project Number: 20-3006 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 .............................................................. 1-7 1-06 Control of Material .......................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public ................. 1-13 1-08 Prosecution and Progress ................................................. 1-19 1-09 Measurement and Payment .............................................. 1-22 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-30 Project Signs .................................................................. 8-1 DIVISION 9 MATERIALS ............................................................ 9-1 9-14 Erosion Control and Roadside Planting ......................... 9-1 TECHNICAL SPECIFICATIONS ......................................................... A-1 KENT STANDARD PLANS ................................................................. A-2 EXISTING EXTERIOR COATING RCRA 8 METAL TEST REPORT ......... A-3 RECORD DRAWINGS ....................................................................... A-4 SAMPLE PROJECT SIGN .................................................................. A-5 PREVAILING WAGE RATES .............................................................. A-6 ADDITIONAL PHOTOS ..................................................................... A-7 GENERAL CLARIFICATIONS ............................................................ A-8 6MG1 Reservoir/Bond 1 - 1 December 13, 2021 Project Number: 20-3006 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2020 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 6MG1 Reservoir/Bond 1 - 2 December 13, 2021 Project Number: 20-3006 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. 6MG1 Reservoir/Bond 1 - 3 December 13, 2021 Project Number: 20-3006 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. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 6MG1 Reservoir/Bond 1 - 4 December 13, 2021 Project Number: 20-3006 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. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals 6MG1 Reservoir/Bond 1 - 5 December 13, 2021 Project Number: 20-3006 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. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review 6MG1 Reservoir/Bond 1 - 6 December 13, 2021 Project Number: 20-3006 Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, “KENT SPECIAL PROVISIONS, KENT STANDARD PLANS” FOLLOWING THE WORDS, “CONTRACT PROVISIONS” IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. 6MG1 Reservoir/Bond 1 - 7 December 13, 2021 Project Number: 20-3006 SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 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. 6MG1 Reservoir/Bond 1 - 8 December 13, 2021 Project Number: 20-3006 If the Engineer determines that the Contractor’s failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City’s rights provided by this section nor shall the exercise of this right diminish the City’s right to pursue any other remedy available under law with respect to the Contractor’s failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. 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 6MG1 Reservoir/Bond 1 - 9 December 13, 2021 Project Number: 20-3006 Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 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 2020 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: 6MG1 Reservoir/Bond 1 - 10 December 13, 2021 Project Number: 20-3006 Whenever the City evaluates the Contractor’s qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 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 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, 1B, 1C, etc.). 6MG1 Reservoir/Bond 1 - 11 December 13, 2021 Project Number: 20-3006 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. 6MG1 Reservoir/Bond 1 - 12 December 13, 2021 Project Number: 20-3006 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. 6MG1 Reservoir/Bond 1 - 13 December 13, 2021 Project Number: 20-3006 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 1-07.4(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. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: 6MG1 Reservoir/Bond 1 - 14 December 13, 2021 Project Number: 20-3006 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. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. 6MG1 Reservoir/Bond 1 - 15 December 13, 2021 Project Number: 20-3006 Plan The Contractor shall submit an “Apprentice Utilization Plan” within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a “Monthly Apprentice Reporting Form” on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor’s request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1. Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). 6MG1 Reservoir/Bond 1 - 16 December 13, 2021 Project Number: 20-3006 In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor’s Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the “SPCC Plan” bid item is present in only one bid schedule, the lump sum payment item for the “SPCC Plan” in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities 6MG1 Reservoir/Bond 1 - 17 December 13, 2021 Project Number: 20-3006 If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor’s failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. 6MG1 Reservoir/Bond 1 - 18 December 13, 2021 Project Number: 20-3006 CenturyLink Gabrielle Skorupa 206-305-4395 Comcast Aaron Cantrel 206-510-4222 Aaron_Cantrel@comcast.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Glenn.Helton@pse.com Puget Sound Energy Power Khader Gouesse 283-254-2896 (cell) khader.gouesse@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers 6MG1 Reservoir/Bond 1 - 19 December 13, 2021 Project Number: 20-3006 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. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 6MG1 Reservoir/Bond 1 - 20 December 13, 2021 Project Number: 20-3006 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The 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 6MG1 Reservoir/Bond 1 - 21 December 13, 2021 Project Number: 20-3006 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. 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. 6MG1 Reservoir/Bond 1 - 22 December 13, 2021 Project Number: 20-3006 SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor’s written notice to protest. In any event, no protest will be allowed later than the date of the Contractor’s signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 6MG1 Reservoir/Bond 1 - 23 December 13, 2021 Project Number: 20-3006 1-09.9(2) City’s Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor 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 6MG1 Reservoir/Bond 1 - 24 December 13, 2021 Project Number: 20-3006 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. 6MG1 Reservoir/Bond 8 - 1 December 13, 2021 Project Number: 20-3006 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed .................................... 9-14.3 Fertilizer ............................... 9-14.4 Mulch and Amendments .......... 9-14.5 Tackifier ............................... 9-14.5(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other 6MG1 Reservoir/Bond 8 - 2 December 13, 2021 Project Number: 20-3006 sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer’s review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor’s CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 6MG1 Reservoir/Bond 8 - 3 December 13, 2021 Project Number: 20-3006 3. City of SeaTac Addendum to King County Surface Water Design Manual 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tackifiers Unless specified otherwise, wood cellulose fiber mulch per Section 9-14(5)10 of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage 6MG1 Reservoir/Bond 8 - 4 December 13, 2021 Project Number: 20-3006 Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Item Bids The unit contract price per each for “Inlet Protection” shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of fabrication of the project signs; furnishing and installing all posts, braces, and hardware and installation and maintenance of the project signs where shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of the project and shall be delivered by the Contractor to the City Maintenance Shop on West James Street. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the 6MG1 Reservoir/Bond 8 - 5 December 13, 2021 Project Number: 20-3006 middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per lump sum for “Project Sign Installation” constitutes complete compensation for furnishing all labor and materials for fabrication, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops upon project completion. Failure to adequately maintain and project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. 6MG1 Reservoir/Bond 9 - 1 December 13, 2021 Project Number: 20-3006 DIVISION 9 – MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Seed Hydroseed: Seed shall be “Blue Tag” or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Proportion Seed Mix “A” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 40% Perennial Ryegrass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% 10% White Dutch Clover (Pre-inoculated) 98% 90% 0.5% Mix B (Landscaped Area Grass): Weight Proportion Seed Mix “B” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). 6MG1 Reservoir/Bond 9 - 2 December 13, 2021 Project Number: 20-3006 Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous ............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 6MG1 Reservoir/Bond A – 1 December 13, 2021 Project Number: 20-3006 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. CITY OF KENT KING COUNTY WASHINGTON TECHNICAL SPECIFICATIONS CONFORMED TO ADDENDUM 1 DIVISIONS 1 16 for 6 MG RESERVOIR RECOATING G&O #21454 NOVEMBER DECEMBER 2021 i TECHNICAL SPECIFICATIONS TABLE OF CONTENTS SECTION DESCRIPTION PAGE Division 1 General Technical Requirements 01200 Measurement and Payment ............................................................ 01200-1 01510 Maintenance of Facility and Site Access........................................ 01510-1 01900 Salvage and Demolition ................................................................ 01900-1 Division 2 Sitework 02240 Dewatering .................................................................................... 02240-1 02250 Temporary Shoring and Bracing.................................................... 02250-1 02275 Geotextile Fabric ........................................................................... 02275-1 02300 Earthwork ..................................................................................... 02300-1 02370 Erosion Control ............................................................................. 02370-1 02500 Water Distribution ......................................................................... 02500-1 02530 Utility Structures ........................................................................... 02530-1 02534 Storm Sewers ................................................................................ 02534-1 02700 Gravel Materials ............................................................................ 02700-1 02950 Site Restoration and Rehabilitation ................................................ 02950-1 Divisions 3 through 4 Not Used Division 5 Metals 05500 Miscellaneous Metal Fabrications ................................................. 05500-1 Divisions 6 through 7 Not Used Division 8 Doors and Windows 08310 Metal Access Hatches ................................................................... 08310-1 Division 9 Finishes 09900 Painting ......................................................................................... 09900-1 09970 Reservoir Surface Preparation and Painting ................................... 09970-1 Divisions 10 through 12 Not Used ii SECTION DESCRIPTION ________________________________________ PAGE Division 13 Special Construction 13211 Steel Reservoir Repairs and Improvements .................................... 13211-1 13424 Pressure (Level) Transducer .......................................................... 13424-1 13426 Magnetic Flow Meters ................................................................... 13426-1 Division 14 Conveying Systems Not Used Division 15 Mechanical 15440 Submersible Sump Pumps ............................................................. 15440-1 Division 16 Electrical 16050 Basic Electrical Materials and Methods ......................................... 16050-1 16060 Grounding and Bonding ................................................................ 16060-1 16120 Conductors and Cables .................................................................. 16120-1 16130 Raceway and Boxes ...................................................................... 16130-1 16520 Exterior Luminaires....................................................................... 16520-1 DIVISION 1 GENERAL TECHNICAL REQUIREMENTS City of Kent 6 MG Reservoir Recoating G&O #21454 01200-1 SECTION 01200 MEASUREMENT AND PAYMENT PART 1 GENERAL 1.1 SCOPE This Section further defines Measurement and Payment for this project. 1.2 MEASUREMENT Measurement for all items shall be as indicated in these Specifications for unit price and lump sum price bid items. Bid items are outlined in detail in this Specification Section and listed in the Proposal. Measurement shall be in accordance with Section 1-09.1 of the WSDOT Standard Specifications. Volumes of gravel materials and concrete volumes shall be measured by the Engineer in the field and quantities will be limited to the relative neat line dimensions shown on the Plans or as approved by the Engineer in the field. Weighing equipment, scale verification checks, load tickets for quarry spalls, rock riprap, cobbles, gravel materials, hot mix asphalt, bituminous construction materials, etc., shall conform to Section 1-09.2 of the WSDOT Standard Specifications. Load tickets shall include all gravel materials, cast-in-place concrete, cement grout, CDF, hot mix asphalt, ATB, and reinforcing steel. The Owner will pay for no material received by weight unless they have been weighed as required in this Section or as required by another method the Engineer has approved in writing. All costs incidental to weighing shall be merged into the various unit prices bid. 1.3 INDIVIDUAL BID ITEMS The following is a list of bid items for the project. The contract price for each item constitutes full compensation for furnishing all equipment, labor, materials, appurtenances, tools, and incidentals and performing all operations necessary to construct and complete the various bid items in accordance with the Contract Documents. Payment for each item shall be considered as full compensation, notwithstanding that minor features may not be mentioned herein. Work paid for under one item will not be paid for under any other item. If a particular item of work shown on the Plans or described in Specifications is not described in a specific bid item, this item of work shall be considered as incidental to the work and the costs for this work shall be merged into the various respective unit price and lump sum bid items. City of Kent 6 MG Reservoir Recoating G&O #21454 01200-2 1. Minor Changes a. Measurement: Will be negotiated prior to commencing any such work under this pay item and shall be for work to remedy unforeseen conditions, utility conflicts, minor landscaping, minor drainage improvements, or special surface restoration. b. Payment: Payment for MINOR CHANGES shall be per WSDOT Section 1-04.4(1). 2. Mobilization a. Measurement: Shall be measured by lump sum. b. Payment: Payment for MOBILIZATION shall be per WSDOT Section 1-09.7. 3. Inlet Protection a. Measurement: Shall be measured per each. b. Payment: The per each contract price for INLET PROTECTION shall be per KSP 8-015. 4. Temporary Erosion/Water Pollution Control a. Measurement: Shall be measured by force account. b. Payment: Payment for TEMPORARY EROSION/WATER POLLUTION CONTROL shall be per WSDOT Section 8-01.5. 5. Trench Excavation Safety Systems a. Measurement: Shall be measured by lump sum b. Payment: The lump sum contract price for TRENCH EXCAVATION SAFETY SYSTEMS shall include all costs for labor, materials, and equipment required to provide sheeting, shoring, and bracing of trenches and open excavations as required to meet the Washington Industrial Safety and Health Act, Chapter 49.17 RCW and City of Kent 6 MG Reservoir Recoating G&O #21454 01200-3 Section 02250. These costs shall not be considered incidental to any other bid item. 6. SPCC Plan a. Measurement: Will be measured by lump sum. b. Payment: The lump sum contract price for SPCC PLAN shall include but not be limited to all labor, materials, equipment, and incidentals associated with preparation and implementation of a Spill Prevention, Control, and Countermeasure (SPCC) plan per KSP 1-07.15(1). 7. Project Sign a. Measurement: Will be measured by lump sum. b. Payment: The lump sum contract price for PROJECT SIGN shall be per KSP 8-30.5 (1) 8. Quarry Spalls a. Measurement: Shall be measured per ton, in-place, based on truck tickets and shall be to the limits designated and approved by the Engineer. b. Payment: The unit contract price bid per ton for QUARRY SPALL shall include all costs for the labor, material, and equipment associated with furnishing, installing, and removing as shown on the Plans and as described in Section 02700. 9. Geotextile Fabric a. Measurement: Shall be measured per square yard as measured in the field. b. Payment: The unit price per square yard for GEOTEXTILE FABRIC shall be full compensation for all material, labor, tools, and equipment associated with furnishing, installing, and removing the geotextile fabric as described in Section 02275 and as shown on the Plans. City of Kent 6 MG Reservoir Recoating G&O #21454 01200-4 10. Unsuitable Excavation a. Measurement: Shall be measured by the cubic yard, in- place and shall be to the limits as designated by the Engineer. There shall be no payment if the Engineer believes removal of materials is needed because of damage All quantities shall be measured and recorded by the Engineer in his Daily Report and the Contractor shall be responsible for reconciling his quantities with the Engineer on a daily basis. b. Payment: The unit contract price per cubic yard for UNSUITABLE EXCAVATION shall include all cost for labor, material, and equipment to excavate and wastehaul unsuitable native subgrade materials, including backfilling the resulting excavations with compacted foundation gravel materials as described in, but not limited to, Sections 02300 and 02700. The Contractor is advised that the excavation of any and all unsuitable material must be authorized by the Engineer in writing prior to the commencement of said excavation by the Contractor. 11. Structural Modification a. Measurement: Will be measured by lump sum. b. Payment: The lump sum contract price for STRUCTURAL MODIFICATIONS shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for field fitting and miscellaneous metal fabrications necessary for demolition, wastehauling, and disposal of existing guardrail, overflow pipe, piping supports, and inlet/outlet riser as well as the installation of new platform, gutters, downspouts, overflow modifications, pipe supports, concrete splash pad, guardrails and column modifications as well as seal welding for all rafters, girders, lap joints, and any other components as described in, but not limited to, Sections 05500 and 13211 and as shown on the Plans. City of Kent 6 MG Reservoir Recoating G&O #21454 01200-5 12. Appurtenances a. Measurement: Will be measured by lump sum. b. Payment: The lump sum contract price for APPURTENANCES shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for field fitting and miscellaneous metal fabrications necessary for demolition, wastehauling, and disposal of existing roof vent, level indicator components, and sample tap as well as the installation of new hoist with electric winch, level transducer, level indicator components, roof vent, silt stop, and sample station as described in, but not limited to, Section 13211 and as shown on the Plans. 13. 6-Inch HDPE Storm Pipe, Incl. Bedding and Fittings a. Measurement: Shall be measured per linear foot as completed and approved installation measured along the pipe invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole to center of manhole or to the inside face of catch basins and similar type structures. b. Payment: The unit contract price per linear foot 6-INCH HDPE STORM PIPE, INCL. BEDDING AND FITTINGS shall include all costs for the labor, material, and equipment to install 6-inch stormwater line. The unit price shall include all costs to install, including fittings as shown on the Plans and as described in Section 02534 of these Specifications. The unit price shall also include all costs for excavation, dewatering, bedding, backfill, and compaction, tracer wire as well as the removal and wastehaul of french drain pipe within the trench and the capping of pipe ends prior to backfill as shown on the Plans. 14. AC Storm Pipe Replacement a. Measurement: Shall be measured per linear foot as measured along the ground surface. b. Payment: The unit contract price per linear foot AC STORM PIPE REPLACEMENT shall include all costs for City of Kent 6 MG Reservoir Recoating G&O #21454 01200-6 the labor, material, and equipment for removal and disposal of the existing 12-inch AC storm pipe, as described in, but not limited to, Section 01900, and the installation of new 12-inch PVC, as described in, but not limited to, Section 02534, in its place should this be required more than 5 feet from either side of the Type 2 Catch Basin. This work shall only occur if the Contractor encounters AC storm pipe in an unacceptable condition during the installation of the Type 2 Catch Basin at a distance greater than 5 feet from outside edge of the Catch Basin. Should this be the case, Contractor shall notify the Engineer and the Engineer will review the pipe condition and determine the extent of any storm pipe replacement. Due to the unknown quantity, the unit bid price will be held regardless of quantity and will be paid only for the actual quantity determined in the field. There will be no compensation allowed for AC storm pipe replacement done by the Contractor but not confirmed and measured by the Engineer. 15. Catch Basin, Type 1 a. Measurement: Shall be measured per each. b. Payment: The unit contract price per each for CATCH BASIN, TYPE 1 shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for excavation, dewatering, backfill, foundation gravel, compaction, pipe connections, and installation as described in Section 02530 and shown on the Plans. 16. Catch Basin, Type 2 a. Measurement: Shall be measured per each. b. Payment: The unit contract price per each for CATCH BASIN, TYPE 2 shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for excavation, dewatering, backfill, foundation gravel, compaction, installation, removal and disposal of asbestos cement storm pipe, AC pipe replacement within 5 feet of any outside edge of the catch basin, and connections to new and existing stormwater piping as shown on the Plans. This shall also include the furnishing and installation of the City of Kent 6 MG Reservoir Recoating G&O #21454 01200-7 12-inch inline check valve as described in Section 02530 and shown on the Plans. 17. Meter Vault a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for METER VAULT shall include all costs for labor, materials, tools, generators, fuel, other appurtenances, and equipment for excavation, dewatering, backfill, compaction, and to furnish, install and test, the distribution system piping, connections to existing system, thrust blocks, vault piping, foundation gravel, vault, vault penetrations, vault lid, ladder and ladder up, access hatches, flow meter, sample tap assembly, valves, sump pumps, PVC drain line inside and outside of the vault, tracer wire, fittings, accessories, painting, and pipe supports as described in, but not limited to, Sections 02500, 02530, 02534, 08310, 09900, 13426, and 154440 and as shown on the Plans. The lump sum price shall also include the abandonment of the existing flowmeter manhole as shown on the Plans. 18. Removal of Mill Scale a. Measurement: Shall be measured per square foot. b. Payment: The per square foot contract price for REMOVAL OF MILL SCALE shall be measured per square foot of reservoir surface where mill scale is identified and removed through abrasive blasting as described in, but not limited to, Section 09970. Should the Contractor encounter mill scale during the process of completing surface preparation of the reservoir, the Contractor shall notify the Engineer. The Engineer will review the surface and, if mill scale is present, measure its extent. The Contractor shall remove all paint and corrosion as necessary to expose the mill scale and allow the Engineer to determine the square footage of mill scale present. There will be no compensation allowed for mill scale that is identified by the Contractor but not confirmed and measured by the Engineer. The unit price bid per square foot for removal of mill scale shall include all costs for the City of Kent 6 MG Reservoir Recoating G&O #21454 01200-8 labor, materials, tools, supplies, and equipment required to remove mill scale from the reservoir surface, should mill scale be encountered. 19. Puddle Weld a. Measurement: Shall be measured per each. b. Payment: The unit contract price per each for PUDDLE WELD shall include all costs for labor, materials, and equipment necessary to fill pits with weld metal and grinding smooth as described in, but not limited to, Section 05500. The Contractor shall remove all paint and corrosion as necessary to allow the Engineer to determine the number of puddle welds required. Due to the unknown quantity, the unit bid price will be held regardless of quantity and will be paid only for the actual quantity determined in the field. There will be no compensation allowed for puddle welds done by the Contractor but not confirmed and measured by the Engineer. 20. Metal Plate Repair a. Measurement: Shall be measured per square foot. b. Payment: The unit contract price per square foot contract price per each for METAL PLATE REPAIR shall include all costs for labor, materials, and equipment necessary to cover and seal weld larger pits with 1/4-inch cover plate as described in, but not limited to, Section 05500 and as well as perform metal plate repairs and seal welding on angles, rafters, and outer ring using 1/4-inch cover plate as shown on the Plans. The Contractor shall remove all paint and corrosion as necessary to allow the Engineer to determine the square feet of metal plate repair required. Due to the unknown quantity, the unit bid price will be held regardless of quantity and will be paid only for the actual quantity determined in the field. There will be no compensation allowed for metal plate repair that is identified by the Contractor but not confirmed and measured by the Engineer. 21. Reservoir Exterior Preparation and Recoating a. Measurement: Shall be measured by lump sum. City of Kent 6 MG Reservoir Recoating G&O #21454 01200-9 b. Payment: The lump sum contract price for RESERVOIR EXTERIOR PREPARATION AND RECOATING shall include all labor, materials, tools, supplies, equipment, generators, fuel, other appurtenances, and incidentals associated with preparing the exterior by abrasive blasting of and recoating the exterior of the 6 MG Reservoir including appurtenances both existing and new as described in Section 09970 and as shown on the Plans and as specified herein. Also included are the complete removal of pack rust, stratified rust, or any other form of rust. 22. Reservoir Interior Preparation and Recoating a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for RESERVOIR INTERIOR PREPARATION AND RECOATING shall include all labor, materials, equipment, generators, fuel, other appurtenances, and incidentals associated with preparing the interior by abrasive blasting of and recoating the interior of the 6 MG Reservoir, and provide new gaskets and galvanized bolts on the existing manway and roof access hatch, and disinfection as shown on the Plans and as specified herein, including providing heat, dehumidification, and environmental controls from surface preparation through curing as described in Section 09970. Also included are the complete removal of pack rust, stratified rust, or any other form of rust. 23. Reservoir Containment a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for RESERVOIR CONTAINMENT shall include all costs for labor, materials, generators, fuel, other appurtenances, tools and equipment necessary to install containment of the existing reservoir as well as provide heat, adequate ventilation and environmental controls from surface preparation through curing including but not limited to dehumidification heaters and/or forced air fans as described in Section 09970, and as shown on the Plans. City of Kent 6 MG Reservoir Recoating G&O #21454 01200-10 24. Electrical, Telemetry, and Instrumentation a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for ELECTRICAL, TELEMETRY, AND INSTRUMENTATION shall include all labor, materials and equipment to furnish electrical, telemetry, and instrumentation components of this Project including conduit, wiring, motor control centers, panel boards, receptacles, lights, motion detectors, fixtures, instrumentation, and telemetry as shown on the Plans and as described in Divisions 13 and 16 of these Specifications. Costs shall also include all costs for demolition or abandonment of electrical components. 25. Restoration a. Measurement: Shall be measured by lump sum. b. Payment: The lump sum contract price for RESTORATION shall include all costs for the labor, material, and equipment associated with cleanup, surface restoration, topsoil, and hydroseeding as shown on Plans and as specified in Section 02900. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 01510-1 SECTION 01510 MAINTENANCE OF FACILITY AND SITE ACCESS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the steps that the Contractor shall take to ensure that the existing facilities or temporary facilities, excluding the reservoir, remain fully operational during all stages of construction and modifications to the various existing facilities. The Contractor shall coordinate work efforts with the Engineer. Throughout the construction period, the Contractor shall maintain the cleanliness of the site and structures as described herein. The Contractor is also to maintain access to all existing, operating equipment such that the equipment may be serviced and operated. 1.2 CONTRACTOR USE OF SITE AND PREMISES Construction operations shall be limited to the site and staging areas noted on the Plans and subject to the approval of the Engineer. The Contractor shall allow the Engineer and representatives of City of Kent access to the project site at all times. The Contractor shall keep the disruption of the existing facility operations to a minimum. The reservoir may only be out of service for one 180 calendar day period. The Contractor shall schedule work so as to not exceed 180 calendar days out of service. The 16-inch transmission main may only be taken offline for a single 96-hour period when tying in for the installation of the new magnetic flow meter. The 16-inch water main may only be out of service on weekdays (Monday through Friday). The Contractor shall provide 7 calendar days written notice prior to taking any existing facility out of service. The Contractor shall coordinate with the Engineer to obtain the necessary keys for site access. Keys shall be returned to the Engineer upon project closeout. Access to the existing operations areas shall be maintained. Disruption of this access shall be kept to a minimum and must be prearranged and scheduled with the Engineer City of Kent 6 MG Reservoir Recoating G&O #21454 01510-2 1.3 SUBMITTALS Prior to starting construction, the Contractor shall submit a construction sequence plan and schedule. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 01900-1 SECTION 01900 SALVAGE AND DEMOLITION PART 1 GENERAL 1.1 SCOPE The work specified in this Section covers the demolition of existing structures, piping, equipment, and sitework, and the salvage of existing materials and equipment as indicated on the Plans and as specified herein. All areas and facilities of the existing site,which are not to be removed, must remain in continuous operation during the work in accordance with Section 01510. Demolition and salvage work shall create a minimum of interference with the operation of the facilities. The Plans show the major items to be demolished and removed. In addition to these items, the Contractor shall remove any other incidental above-grade items which are not to be used in the completed project. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01510 Maintenance of Treatment Facility 1.3 DEMOLITION The Contractor shall be responsible for compliance with current City, County, State, and Federal codes and regulations related to demolition. The Contractor shall mainta demolition period and provide barricades, fences, etc., as required for job site safety. All waste materials from demolition or cutting shall become the property of the Contractor and shall be removed from the site and hauled to an approved waste disposal site, if declared surplus by the Owner. All materials and equipment, however, are property of the Owner unless declared surplus. City of Kent 6 MG Reservoir Recoating G&O #21454 01900-2 1.4 HAZARDOUS MATERIALS A. GENERAL Hazardous materials are known to be present on the project site. Their types and locations are described in the following sections. The Contractor shall communicate the presence of these potential hazards to employees, subcontractors, and other site occupants. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. The Contractor shall comply with all applicable federal, state, and local laws relating working with hazardous materials. All costs related to work in compliance with established rules and regulations shall be the responsibility of the Contractor. B. ASBESTOS CONTAINING MATERIALS Asbestos containing materials are known to be found on site in the following locations: Site piping The Contractor shall conduct all work related to asbestos containing material removal in strict accordance will current federal and state safety regulations including provisions contained within WAC 296-62-077. C. HANDLING AND DISPOSAL OF ASBESTOS CEMENT PIPE To remove existing asbestos cement pipe from the trench, permitting as determined by regulatory agencies is required. It is the intent of this Contract that the Contractor abandon most existing asbestos cement pipe in place. The Contractor, however, shall anticipate that the construction of this Project will require cutting of asbestos cement pipe. The Contractor shall be responsible for filing a Notice of Intent with the Northwest Clean Air Agency. All work shall be performed in compliance with the requirements of the WAC Chapter 296-65, Northwest Air Agency, Labor and Industries, and all local, state, and federal agencies having jurisdiction. In the event asbestos cement pipe is removed from the trench, removal and disposal shall comply with all local, state and federal regulations. Disposal shall be to only regulated, legal facilities. Provide the Owner copies of the disposal receipts showing the quantity with name, location and date. City of Kent 6 MG Reservoir Recoating G&O #21454 01900-3 D. HAZARDOUS MATERIAL TRANSPORT AND DISPOSAL The Contractor shall comply with all federal, state, and local regulations regarding the collection, containment and transportation of hazardous materials, including but not limited to WAC 173-303 Dangerous Waste Regulation, and shall ensure that all subcontractors comply as well. *** END OF SECTION *** DIVISION 2 SITEWORK City of Kent 6 MG Reservoir Recoating G&O #21454 02240-1 SECTION 02240 DEWATERING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes dewatering excavations of any kind and location, including but not limited to groundwater, surface water, and precipitation, until backfilling has been completed to finished grade. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02300 Earthwork 02370 Erosion Control 1.3 SUBMITTALS Acceptance by the Owner of the method, installation, and operation and maintenance details submitted by the Contractor shall not in any way be considered to relieve the Contractor from full responsibility for errors therein or from the entire responsibility for complete and adequate design and performance of the system in controlling the water level in the excavated areas, and for control of the hydrostatic pressures to the depths specified herein. The Contractor shall be solely responsible for the proper design, installation, proper operation, maintenance, and any failure of any component of the dewatering system. 1.4 REFERENCES 1954, Control of Sand in Water Systems, Journal American Water Works Association, Volume 46, pp. 123- 1.5 QUALITY CONTROL It shall be the sole responsibility of the Contractor to control the rate and effect of the dewatering efforts to avoid all objectionable settlement and subsidence. The Contractor shall comply with local codes and ordinances of governing authorities with regard to disposal of water pumped from dewatering operations. Proposed discharge points shall be approved by the Owner prior to implementation of dewatering. The Contractor shall be responsible for taking all reasonable precautions necessary to ensure continuous, successful operation of the system. City of Kent 6 MG Reservoir Recoating G&O #21454 02240-2 PART 2 PRODUCTS Dewatering shall be in accordance with the guidance stated in the Geotechnical Report for this Project. The Contractor shall have sufficient pumping equipment and/or other machinery available onsite before operations begin to assure that the operation of the dewatering system can be maintained. This shall include providing backup pumps of similar capacity and a standby generator of the capacity required to PART 3 EXECUTION 3.1 INSTALLATION AND APPLICATION During excavation, the installation of piping, conduits and structures and during the placing of backfill, excavations shall be kept free of water, subsurface or otherwise. The Contractor shall furnish all equipment necessary to dewater the excavations and shall dispose of the water so as not to cause a nuisance or menace to the public. The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside the excavation is not reduced to the extent that would damage or endanger adjacent structures or property. The release of groundwater to its static levels shall be performed so as to maintain the undisturbed state of the foundation soils, prevent disturbance of backfill and prevent movement of all structures and pipelines. Design implementation and maintenance of any dewatering system shall be the responsibility of the Contractor. The Contractor shall construct all dewatering wells in accordance with WAC 173-160. The dewatering system shall be sufficient to maintain the groundwater level at an elevation to protect the surface of the trench bottoms, the base of the bedding course or other foundation, and shall be accomplished prior to pipe laying and jointing or placement of reinforcing steel for concrete. If well points or wells are used, they shall be adequately spaced to provide the necessary dewatering. The dewatering operation, however accomplished, shall be carried out so that it does not destroy or weaken the strength of the soil under or alongside the excavations. The Contractor shall design filters and screen slot sizes for all sumps, wells and well points which prevents the movement of fines during pumping. The Contractor shall develop the wells such that they produce no more than 10-ppm silica as measured with a Rossum Sand Tester (Rossum, 1954) or equivalent. City of Kent 6 MG Reservoir Recoating G&O #21454 02240-3 3.2 MONITORING The Contractor shall install water level observation wells in dewatered areas sufficient to determine whether groundwater levels are maintained as per Part 3.1 of this Section. 3.3 FIELD QUALITY CONTROL A continual check by the Contractor shall be maintained to ensure that the subsurface soil is not being removed by the dewatering operation. The Contractor shall test all dewatering discharge using a Rossum Sand Tester or equivalent to determine the silica content of the discharge. The Contractor shall notify the Owner at least 24 hours prior to testing. Where critical structures or facilities exist immediately adjacent to areas of proposed dewatering, reference points shall be established and observed at frequent intervals to detect any settlement that could develop. Should settlement be observed, the Contractor shall cease dewatering operations dewatering plan. The responsibility for conducting the dewatering operation in a manner that protects adjacent structures and facilities rests solely on the Contractor. The cost of repairing any damage to adjacent structures and restoration of facilities shall be the responsibility of the Contractor. Permanent piping systems, existing or new, shall not be incorporated dewatering system. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02250-1 SECTION 02250 TEMPORARY SHORING AND BRACING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the temporary shoring and bracing for excavations including the trench excavation safety systems as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02300 02530 02534 Earthwork Utility Structures Storm Sewers Utility 15050 Piping Systems 1.3 WORK INCLUDED The extent of temporary shoring and bracing work includes, but is not limited to: A. Temporary shoring and bracing necessary to protect the following against loss of ground or caving embankments: existing structures, buildings, roads, walkways, utilities, electrical transmission towers and support wiring, other facilities and improvements where required to comply with codes and authorities having jurisdiction. B. Trench excavation safety systems, pursuant to RCW Chapter 49.17 and WAC 296-155-655. C. Maintenance of shoring and bracing. 1.4 QUALITY ASSURANCE A. SHORING CONSULTANT The Contractor shall engage the services of a qualified geotechnical engineer and qualified structural engineer registered in the State of Washington to design temporary shoring and bracing when required by applicable regulations. City of Kent 6 MG Reservoir Recoating G&O #21454 02250-2 B. SHORING DESIGN The Contractor shall provide layout and design drawings and specifications for shoring and bracing when a trench box is inadequate for the purpose or will not be used and trench depth exceeds 4 feet and back sloping will not be used. Temporary shoring and bracing system design and calculations shall be prepared, stamped, and signed by a Professional Engineer registered in the State of Washington. C. REGULATIONS The Contractor shall design sheeting, shoring and bracing in accordance with the Washington State Safety Code and any local codes and ordinances of governing authorities having jurisdiction. Pile driving will not be allowed on the site; drilling shall be required for all required piles. 1.5 SUBMITTALS The Contractor shall submit shoring and bracing layout and design drawings, calculations and other backup data to the Owner for review in accordance with Section 01300 prior to the start of construction. 1.6 PROJECT CONDITIONS A. SITE SURVEY The background survey information provided on the Plans is shown for clarity only. The Contractor shall determine, before commencing work, the exact location of all existing features that may be disrupted by new construction, including existing underground utilities. The Contractor shall be fully responsible for any and all damages, which might be caused features. Prior to commencing work, the Contractor shall check and verify governing dimensions and elevations. The Contractor shall survey adjacent structures and facilities, establishing exact elevations at fixed points to act as temporary bench marks to Clearly identify temporary bench marks and record existing elevations from the control points shown on the Plans. During excavation, the Contractor shall resurvey bench marks weekly. The Contractor shall maintain and make available at the job site an accurate log of surveyed elevations for comparison with original City of Kent 6 MG Reservoir Recoating G&O #21454 02250-3 elevations, and promptly notify the Owner if changes in elevations occur or if cracks, sags or other damage is evident. 1.7 EXISTING UTILITIES The Contractor shall protect existing active sewer, water, gas, electrical, and other utility services and structures that may be present. This shall also include all pipelines, services, and structures that are the property of the Owner. PART 2 PRODUCTS The Contractor shall provide suitable shoring and bracing materials, which shall support loads imposed. Materials for shoring systems need not be new, but shall be in serviceable conditions. PART 3 EXCAVATION 3.1 INSTALLATION AND APPLICATION The Contractor shall provide shoring systems adequately anchored and braced to resist earth and hydrostatic pressures at locations as needed to support excavations during construction. The Contractor shall locate required bracing to clear all permanent work. Bracing which must be relocated shall be installed prior to the removal of original bracing. The Contractor shall not place bracing where it will be cast into or included in permanent concrete work, except as otherwise acceptable to the Owner. The Contractor shall maintain bracing until structural elements are rebraced by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.2 REMOVAL The Contractor shall remove shoring and bracing in stages to avoid disturbances to adjacent and underlying soils and damage to structures, pavements, facilities and utilities. The Contractor shall repair or replace, as acceptable to the Owner, adjacent work damaged or displaced through the installation or removal of shoring and bracing work. 3.3 EXCAVATION SAFETY SYSTEMS All work shall be carried out with due regard for public safety. Open trenches shall have proper barricades and at night they shall be distinctly indicated by adequately placed lights, as provided for elsewhere in the Specifications. The Contractor is reminded that the Owner has not so delegated, and the Representative does not purport to be a trench or excavation system safety expert, City of Kent 6 MG Reservoir Recoating G&O #21454 02250-4 is not so engaged in that capacity under this Contract, and has neither the authority nor the responsibility to enforce construction, safety laws, rules, regulations, or procedures or to order the stoppage of work for claimed violations of trench or excavation safety. The furnishing by the Owner of resident representation and inspection personnel shall not make the Owner responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Owner responsible for construction means, methods, techniques, sequences, procedures, or for the ssary for proper trench and excavation safety. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02275-1 SECTION 02275 GEOTEXTILE FABRIC PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes providing and installing a geotextile fabric to separate two dissimilar aggregate and/or soil materials. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 02250 Temporary Shoring and Bracing 02300 Earthwork 02700 Gravel Materials 1.3 SUBMITTALS The following information shall be submitted in accordance with City of Kent Special Provisions. The Contractor shall submit a certificate stating the name of the manufacturer, product name, style number, chemical composition of the filaments or yarns and other pertinent information to fully describe the geotextile. The Certification shall be attested to by a person having legal authority to bind the Manufacturer. 1.4 DELIVERY, STORAGE AND HANDLING Geotextiles labeling, shipment, and storage shall follow ASTM D4873. Product labels shall clearly show the manufacturer or supplier name, style name, and roll number. Each geotextile roll shall be wrapped with a material that will protect the geotextile from damage due to shipment, water, sunlight, and contaminants. During storage, geotextile rolls shall be elevated off the ground and adequately covered to protect them from the following: site construction damage, precipitation, extended ultraviolet radiation including sunlight, chemicals that are strong acids or strong bases, flames including welding sparks, excess temperatures, and any other environmental conditions that may damage the physical property values of the geotextile. City of Kent 6 MG Reservoir Recoating G&O #21454 02275-2 PART 2 PRODUCTS 2.1 GEOTEXTILE FABRIC The Geotextile fabric for separation (Table 3) shall meet the requirements of section 9-33 of the WSDOT standard specifications. Geotextile for soil separation shall be woven. PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS The geotextile shall be installed per Section 2-12 of the WSDOT Standard Specifications. 3.2 SITE SPECIFIC REQUIREMENTS The geotextile shall be laid smooth without wrinkles or folds on the prepared subgrade in the direction of traffic. Adjacent geotextile rolls shall be overlapped 24 inches. On curves, the geotextile may be folded or cut to conform to the curves. The fold or overlap shall be in the direction of traffic and held in place by pins, staples, or piles of fill or rock. Prior to burying, the geotextile shall be inspected by the Owner to ensure that the geotextile has not been damaged during installation. All damaged areas shall be repaired. Damaged areas shall be covered with a geotextile patch which extends an amount equal to the required overlap beyond the damaged area. The subbase above the fabric shall be placed by end dumping onto the geotextile from the edge of the geotextile, or over previously placed subbase aggregate. Construction vehicles shall not be allowed directly on the geotextile. The subbase shall be placed such that at least the minimum specified lift thickness shall be between the geotextile and equipment tires or tracks at all times. Turning of vehicles shall not be permitted on the first lift above the geotextile. On subgrades having a California Bearing Ratio value of less than 1, the sub base aggregate shall be spread in its full thickness as soon as possible after dumping to minimize the potential of localized subgrade failure due to overloading of the subgrade. Any ruts occurring during construction shall be filled with additional subbase material, and compacted to the specified density. City of Kent 6 MG Reservoir Recoating G&O #21454 02275-3 If placement of the backfill material causes damage to the geotextile, the damaged area shall be repaired as previously described above. The placement procedure shall then be modified to eliminate further damage from taking place. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02300-1 SECTION 02300 EARTHWORK PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the earthwork, including trench excavation and backfill for piping, excavation and backfill for structures, and finish grading. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01300 Submittals 02240 Dewatering 02250 Temporary Shoring and Bracing 02370 Erosion Control 02500 Water Distribution 02700 Gravel Materials PART 2 PRODUCTS 2.1 GRAVEL MATERIALS All gravel materials shall conform to Section 02700. PART 3 EXECUTION 3.1 PREPARATION Excavation may commence once all erosion control measures are in place in accordance with the Plans and Section 02370 and to the satisfaction of the Owner. 3.2 GENERAL REQUIREMENTS Excavation, compaction and backfill for structures, pipelines and the final site contours shall be formed by either excavating or compacting fill, as required, to provide the cross-sections as shown on the Plans. All excavation performed on this Project shall be considered unclassified. Excavation shall consist of the removal of any and all material encountered, including debris, rubble, concrete, metal, topsoil, cutting and removal of existing City of Kent 6 MG Reservoir Recoating G&O #21454 02300-2 surfacing, tree stumps, trees, logs, abandoned rail ties, abandoned piping, piling, riprap, etc. Excavations shall be kept free of water, both surface water and groundwater, during the excavation, installation of pipelines and structures, and the placement of backfill. For additional requirements see Section 02240. The Contr for this reason, special shoring and bracing may be required. All shoring and bracing or sheeting required to perform and protect the excavation and to safeguard the employees, shall be furnished by the Contractor. For additional requirements see Section 02250. No timber bracing, lagging, sheathing or other lumber shall be left in any excavation except with permission of the Engineer and in the event such permission is granted, no separate payment shall be allowed for burying such material. All stockpiles shall be covered with plastic and no stockpile shall be higher than 6 feet above existing grade. 3.3 EXCAVATION AND BACKFILL FOR STRUCTURES Excavation and backfill for structures shall be in conformance with Section 2-09 of the WSDOT Standard Specifications, and as further described herein. All excavation for structures, including vaults, shall be done to the dimensions and levels indicated on the Plans or specified herein. Excavation shall be made to such width outside the lines of the structures to be constructed as may be required for proper working methods, the erection of forms and the protection of the work. Excavation shall consist of the removal of any and all material encountered to the elevations shown on the Plans. Excavations for structures shall be continued down to the subgrade which is defined as 12 inches below concrete mat foundations, concrete footings, and slab on grade floors for the installation of foundation gravel material, unless otherwise noted on the Plans. Fill material placed under structures, including footings and floor slabs, shall be foundation gravel free from debris and organics, as specified in Section 02700. The Contractor shall notify the Engineer when excavation for compacted fill or structures is complete. No forms, reinforcing steel, or concrete shall be placed until the excavation has been inspected by the Engineer. Backfill for structures, including vaults, Gravel Backfill for Walls as specified in Section 02700. City of Kent 6 MG Reservoir Recoating G&O #21454 02300-3 There is no warranty that the native material is suitable for backfill or is suitable, as excavated, for placement and compaction as required by these Specifications. In the event that the Contractor is unable to find onsite, sufficient native material to accomplish the structure backfilling, the select material that he shall furnish and install shall be Gravel Backfill for Walls, as specified in Section 02700. 3.4 PROTECTION OF FOUNDATION SURFACES Care shall be taken to preserve the foundation surfaces shown on the Plans in an undisturbed condition. If the Contractor unnecessarily over excavates or disturbs the foundation surfaces shown on the Plans or specified herein without written authorization of the Engineer the Contractor shall replace such foundations with concrete fill or other suitable material approved by the Owner in a manner which will show by test an equal bearing capacity with the undisturbed foundation material. No additional payment shall be made for the added quantity of concrete fill or other suitable material used because of unnecessary over excavation caused by the Contractor or their operations. 3.5 EXCAVATION AND BACKFILL FOR TRENCHES Excavation and backfill for trenches shall be in conformance with Sections 7-08 and 7-09 of the WSDOT Standard Specifications, and as further described herein. The following pipe materials shall be considered flexible: PVC HDPE All other pipe materials shall be considered rigid. Upon completion of work each day, all pipeline open trenches shall be completely backfilled, leveled, and temporarily patched or graveled, as herein specified. Under certain conditions, the trench may be left open at the last length of pipe laid during the day to avoid re-excavation the following morning, provided that the opening is adequately plated or covered for vehicle traffic. Special attention shall be given to barricading to keep vehicular traffic away from newly-backfilled trench areas until restored for traffic. The Engineer reserves the right to restrict the Contractor in the amount of trench for pipeline that can be opened during the working day. Should the Contractor, in the Engineer an allowable limit of open trench shall be 100 lineal feet and shall be strictly enforced. The width of the trench at or below a point 12 inches above the top of the outside diameter of the pipe shall be carefully controlled and maintained to ensure the City of Kent 6 MG Reservoir Recoating G&O #21454 02300-4 strength of the pipe and prevent pipe failures. Backfilling shall proceed as follows: A. SUBGRADE PREPARATION The subgrade for piping is defined as the elevation of the bottom of the pipe bedding material as shown on the Plans. In the event unsuitable material is encountered below the subgrade shown on the Plans and described herein, the Contractor, as required by the Engineer, shall over-excavate until a suitable foundation is reached. Quantities, if any, shall be calculated by neat line measurement to the depth agreed to in the field by the Engineer. B. BEDDING FOR RIGID PIPE Above the foundation material, if any, the bedding material shall be suitable native or Gravel Backfill for Pipe Bedding, as specified in Section 02700. This material shall be placed in lifts of approximately 8 inches up to a point 12 inches above the pipe. This material shall be hand shoveled in place and carefully worked under and around the pipe. C. BEDDING FOR FLEXIBLE PIPE Above the foundation material, if any, Gravel Backfill for pipe bedding, as specified in Section 02700, shall be placed in lifts of approximately 8 inches up to a point 12 inches above the pipe. This material shall be hand shoveled in place and carefully worked under and around the pipe. D. BACKFILL FOR TRENCHES Partial backfill to protect the pipe will be permitted immediately after the pipe has been properly laid in accordance with the Plans and these Specifications. Complete backfilling of trenches will not be permitted until the section of pipe installed has been inspected by the Engineer. From the point 12 inches above the top of the pipe barrel, the backfill material to be used in the trench section shall be suitable native material or Bank Run Gravel, as specified in Section 02700, except where required or shown on the Plans to use other material. The Contractor shall place backfill in horizontal lifts not to exceed 8 inches in thickness. All backfill shall be free of large rocks, organic matter, stumps, trees, pieces of pavement, broken concrete and other deleterious substances. City of Kent 6 MG Reservoir Recoating G&O #21454 02300-5 The Contractor shall remedy, at their expense, any defects that appear in the backfill prior to final acceptance of the work. Cleanup operations shall progress immediately behind backfilling to accommodate the return to normal use of the trench area. During placement of the initial lifts, the backfill material shall not be bulldozed into the trench or dropped directly over the pipe with less than 3 feet of backfill material above the top of the pipe. 3.6 ROCK EXCAVATION It is not anticipated that solid rock will be encountered. Should such material be encountered, however, it will be paid for change order as directed by the Engineer and approved by the Owner. Boulders or broken rock less than 2 cubic yards in volume as measured in the field by the Engineer, will not be classified as rock, nor will so-- advantageous to use explosives in its removal if blasting were allowed. For the purpose of this contract, rock excavation shall be defined as mineral matter in place and of such hardness and texture that, when it is encountered, cannot be loosened by three passes of a ripper tooth mounted on the larger of a tracked backhoe of at least 25,000 pounds operating weight and 75 horsepower or the largest backhoe being utilized on the job by the Contractor. Where rocks occur as boulders that are smaller than the larger of: (1) 2 cubic yards in volume, or (2) the volume that can be readily handled by the largest backhoe being utilized on the job by the Contractor, they shall be considered incidental to excavation. Where removal of a boulder results in a void below the desired elevation of the intended excavation, backfilling of the void shall be handled in the same manner as the replacement of unsuitable excavated material. 3.7 REUSE AND DISPOSAL OF EXCAVATED MATERIAL Excavated materials shall be properly protected and reused where possible. Excavated materials not used for fill shall be hauled to an approved waste site(s), as selected by the Contractor. The Contractor shall submit a list of approved waste haul site(s) to the Owner prior to the commencement of hauling of waste materials. Any permits required for waste haul and disposal shall be the responsibility of the Contractor. 3.8 FINAL SITE GRADING The site shall be graded consistent with the elevations shown on the Plans. The slopes between elevations shall be uniform or as shown on the Plans. Excavations and backfill shall be to the elevations required for the placement of all surface restorations, such as asphalt, concrete, gravel surfacing, or landscaping. All areas City of Kent 6 MG Reservoir Recoating G&O #21454 02300-6 shall be graded to provide proper drainage. The final ground surface shall be smooth, raked free of debris and stones, and prepared for restoration as specified in Section 02900. 3.9 STRUCTURE COMPACTION The foundation gravel material placed underneath all structures shall be moisture conditioned to within 3 percent of optimum moisture content and shall be placed in loose, horizontal layers. The thickness of layers placed before compaction shall not exceed 8 inches for heavy equipment compactors and shall not exceed 4 inches for hand-operated mechanical compactors. Water settlement is not allowed for compaction. Layers shall be compacted to a dense state equaling at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557. Prior to the placement of fill below structures, any and all groundwater and surface water shall be drained or pumped from areas to be filled. Wall backfill material shall be compacted to at least 90 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 within 5 feet of all walls and shall be compacted to at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557 beyond 5 feet of all walls. Any and all compaction within 5 feet of all walls shall be accomplished by means of hand-operated mechanical equipment rather than heavy equipment compactors. 3.10 TRENCH COMPACTION Trench backfill materials shall be moisture conditions to within three percent of optimum moisture content. Water settlement is not allowed for compaction. Pipe bedding materials, for both rigid and flexible pipes, shall be compacted to at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557. Compaction of the backfill above the bedding material in all trenches in non- structural and non-paved areas shall be performed by using mechanical equipment to at least 90 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557. Compaction of the backfill above the bedding material in all trenches in structural or paved areas shall be performed by using mechanical equipment to at least 95 percent of the maximum dry density, using the Modified Proctor, per ASTM D1557. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02370-1 SECTION 02370 EROSION CONTROL PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the temporary erosion and sedimentation control (TESC) in and around the site caused by the actions of the Contractor as shown on the Plans and as specified herein. Work under this Section shall be directed towards site areas disturbed during construction as well as all off-site storage and parking areas maintained by the Contractor. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01160 Regulatory Requirements 01200 Measurement and Payment 01300 Submittals 02240 Dewatering 02300 Earthwork 1.3 SUBMITTALS A. Stormwater Pollution Prevention Plan (SWPPP) A SWPPP shall be prepared by the CESCL for the project and submittal in accordance with Section 01300 and paragraph 1.5 of this specification section. The SWPPP shall be submitted to the Owner for approval at the preconstruction conference. 1.4 CERTIFIED EROSION AND SEDIMENT CONTROL LEAD (CESCL) The Contractor shall designate a Certified Erosion and Sediment Control Lead (CESCL) for this project. The CESCL shall have, for the life of this Contract, a current Certificate of Training in Construction Site Erosion and Spill Control signed by the WSDOT Water Quality Program Manager. Duties of the CESCL shall include, but are not limited to: A. Inspecting temporary erosion and spill control Best Management Practice (BMPs) for proper location, installation, maintenance, and repair. City of Kent 6 MG Reservoir Recoating G&O #21454 02370-2 Inspections shall be made as noted on the Plans and after each significant precipitation event, including those that occur during weekends and after working hours. A Temporary Erosion and Spill Control Inspection Report shall be prepared for each inspection and shall be included in the Temporary Erosion and Spill Control file. The inspection report shall include, but not be limited to: 1. When BMPs are installed, removed or changed; 2. Repairs needed or made; 3. Turbidity monitoring results; 4. Observations of BMP effectiveness and proper placement; 5. Recommendations for improving performance of BMPs. B. Prepare and maintain a Temporary Erosion and Spill Control file on site that includes but is not limited to: 1. Temporary Erosion and Spill Control Inspection Reports; 2. 3. Spill Prevention, Control, and Countermeasures (SPCC) Plan; 4. All project permits, including but not limited to grading permits and Hydraulics Project Approval; 5. Manufacturer instructions for all products used for TESC BMPs; 6. Management Manual for Western Washington, Chapter 4, Volume II, current edition. 1.5 STORMWATER POLLUTION PREVENTION PLAN The CESCL shall be responsible for preparing a Stormwater Pollution Prevention Plan (SWPPP). The intent of the SWPPP by supplementing the TESC Drawings, details, and notes shown on the Plans to provide comprehensive pollution control at the construction site, staging areas, stockpiles, and borrow sites. The SWPPP shall be prepared by the CESCL for the project and submittal in accordance with Section 01300. The SWPPP shall be submitted to the Owner for approval at the preconstruction conference. No work City of Kent 6 MG Reservoir Recoating G&O #21454 02370-3 implemented. The SWPPP shall address, at least, the following items: Identification of construction haul routes and location of BMPs (e.g., stabilized construction entrance, silt fences, storm drain inlet protection). Waste disposal methods and locations. Detailed construction sequence and schedule, including identifying dates scheduled for BMP installation, removal, clearing, grading, seeding, and landscaping. Details for any temporary flow diversions, dewatering systems, and BMPs (in accordance with the current edition of the Washington State Washington) proposed by the Contractor. Calculations for temporary sedimentation ponds, if used A list of products to be used, including Material Safety Data Sheets. Identification of stockpile and staging areas, and BMPs to be implemented at these locations. The SWPPP shall be prepared in accordance with these Specifications, and Chapter 4, Volume II Chapter 7 BMPs from the current edition of the Western Washington, which are hereby referenced and made a part of the Contract Documents. Only those sections of the Stormwater Management Manual for Western Washington that address preparation, implementation, and maintenance of permanent and temporary erosion and sedimentation control BMPs are applicable. The SWPP shall include best management practices to control windblown dust. PART 2 PRODUCTS 2.1 SILT FENCES Silt fences shall conform to the details and the fabric shall conform meet the requirements of Geotextile for Temporary Silt Fence of Section 9-33 of the WSDOT Standard Specifications. City of Kent 6 MG Reservoir Recoating G&O #21454 02370-4 2.2 STORM DRAIN INLET (CATCH BASIN) PROTECTION Environmental or equal. 2.3 EROSION CONTROL BLANKET On all disturbed slopes steeper than 2H:1V, an erosion control blanket shall be means. The erosion control blanket shall be temporary, biodegradable and is to remain in place. The erosion PART 3 EXECUTION 3.1 PREPARATION Site preparation work shall be performed only during periods when beneficial results can be obtained. When drought, excessive moisture or other unsatisfactory conditions prevail, the work shall be stopped. 3.2 BEST MANAGEMENT PRACTICES (BMPS) Silt fences and straw bale dams shall be constructed to control erosion and migration of soils disturbed during construction. The fences and dams shall provide temporary protection and shall be removed only upon approval of the Owner. All areas or drainage ways downstream of the construction site shall have Best Management Practices (BMPs) installed prior to the beginning of any clearing activities. Runoff from cleared or disturbed area shall be directed through the BMPs. Disturbed ground shall be stabilized at the end of each work day. Permanent soil stabilization and erosion and sedimentation control shall be implemented upon reaching finish grade. Slope protection shall be immediately implemented upon any soils showing signs of erosion. This shall be done in a manner approved by the Owner. All BMPs shall be inspected, maintained and kept in a condition sufficient to provide effective erosion and sedimentation control at all times. The site shall be inspected to ensure the BMPs are properly located, constructed and operating as designed during the first storm. Any necessary adjustments or repairs shall be City of Kent 6 MG Reservoir Recoating G&O #21454 02370-5 made immediately and be approved by the Owner. The BMPs shall be inspected thereafter and after all significant storm events. Turbidity monitoring will be held on a weekly basis at a minimum, or more frequently if necessary as determined by the CESCL. All BMPs shall be removed no later than 30 consecutive calendar days after final site stabilization has been achieved as determined by the Owner. BMPs such as storm drain inlet protection, straw bales, silt fences and supports and plastic coverings shall be removed and properly disposed of offsite by the Contractor. Areas disturbed by removal of these BMPs shall be immediately stabilized in a manner approved by the Owner. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02500-1 SECTION 02500 WATER DISTRIBUTION PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes water pipe, valves, hydrants, blowoffs, fittings and accessories described herein and as required for a complete installation as shown on the Plans. Process piping and valves inside of Buildings and used for process or system control functions are specified in Section 15050 and 15100. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02240 Dewatering 02250 Temporary Shoring and Bracing 02300 Earthwork PART 2 PRODUCTS 2.1 GENERAL Pipe sizes are nominal inside diameter unless otherwise noted. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the complete product. Acceptance of installed piping systems shall be based on inspection and leakage tests as specified in Part 3 of this Section. All water piping shall be certified under NSF 61 for potable water use. 2.2 DUCTILE IRON PIPE All ductile iron water pipe shall be delivered to the site with the ends wrapped or with pipe plugs and these shall remain in place until the pipe is installed in the trench. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-2 Ductile iron pipe shall be centrifugal cast pipe conforming to AWWA C151, Class 52, unless otherwise noted. The exterior shall be bituminous coated and the interior cement mortar lined in accordance with, AWWA C104, lined to a minimum thickness of 1/16-inch meeting NSF standards for potable water. Ductile iron pipe for fire hydrant assemblies shall be Class 53. All flanged spools shall be Class 53. identification, year, cast, thickness, class of pipe and weight. The pipe shall be furnished with mechanical joint or push-on joint, except where plans call for flanged ends. Mechanical joints shall comply with AWWA C111. Flanges shall comply with ANSI Bl6.1, Class 125. Flange gaskets shall be full face. Fittings shall be short-bodied, ductile iron and shall comply with AWWA C110 or AWWA C153, bituminous-coated exterior and cement mortar lined, 350-psi minimum pressure. When indicated on the plans, pipe and/or fittings shall be provided with restrained joints. Mechanical Joint restrainer shall utilize the full circumference of the pipe for restraining and utilize standard MJ gasket and bolts. The mechanical joint restraint device shall have a working pressure of at least 250 psi with a minimum safety factor of 2:1. The restrainer shall be Mega-Lug, EBAA Iron, Inc., or equal. Restrained joint pipe shall be push-on joint pipe with FIELD LOK® or TR FLEX® gaskets as furnished by U.S. Pipe, or equal. All bolts, buried and unburied, shall be coated with Armite Anti-Seize Compound No. 609, or equal, prior to installation. 2.3 PVC PIPE AND FITTINGS All PVC pipe 3-inch and smaller shall be Schedule 80. Pipe shall be constructed of material that meets or exceeds ASTM D2241 and D1784 and Commercial Standard CS 256. Joints shall be solvent weld with press fit. Fittings shall conform to ASTM D2466 and ASTM D2467 for socket type and ASTM D2464 for threaded pipe. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-3 2.4 MISCELLANEOUS FITTINGS A. FLEXIBLE COUPLINGS Flexible couplings shall be Romac 501 or approved equal. Middle ring and follower shall have fusion bonded epoxy coating. All buried flexible couplings shall be furnished with stainless steel bolts and nuts. B. FLANGED COUPLING ADAPTERS Flanged coupling adapters shall be Smith-Blair Type 912 Dresser Style 127, or equal. C. ADAPTER FLANGES Adapter flanges for ductile iron pipe shall be manufactured of high strength ductile iron, ASTM A536, Grade 65-45-12. Flange dimensions shall be in accordance with ANSI B16.1, 125-pound pattern. Gasket shall be Buna-N. Setscrews shall be AISI 4140, high strength, low alloy steel. The adapter flanges shall be Uni-Flange Series 400, or equal. D. RESTRAINED FLANGED COUPLING ADAPTERS Restrained flanged coupling adapters shall comply with AWWA C219 and shall be manufactured of high-strength ductile iron, ASTM A536, Grade 64-45-12. Gaskets shall be compounded for water service in accordance with ASTM D2000. Restrained flanged coupling adapters shall be Smith- Blair Type 911, Romac RFCA, or equal. E. DIELECTRIC INSULATED UNIONS Dielectric insulated unions shall be used to connect dissimilar metals. They shall separate the metals so that the passage of more than one percent of the galvanic current, which would exist with metal to metal contact, is prevented. Unions shall be of the same material as the pipe to which attached, and pressure and temperature ratings shall be no lower than that of the piping system in which it is installed. 2.5 GATE VALVES Gate valves 3 inches and smaller shall be bronze, non-rising stem, wedge disc, 125 pound service, Crane No. 438, Kennedy Figure 427, or equal. Gate valves larger than 3-inches shall be ductile iron body, bronze mounted, resilient seat, wedge disc, counterclockwise opening, high-strength bronze stem, City of Kent 6 MG Reservoir Recoating G&O #21454 02500-4 double O-ring complying with AWWA C509 or AWWA C515. Gate valves shall be non-rising stem unless otherwise noted. Valves shall be rated at 250 psi minimum working pressure and furnished with either flanged and/or mechanical joints as shown on the Plans. All surfaces, interior and exterior, shall be epoxy- coated, meeting NSF standards for potable water. Buried Valves shall be provided with a 2-inch square operating nut while exposed valves shall be provided with hand wheels. Valves shall be Clow, M&H, Mueller, Kennedy, U.S. Pipe, American Series 2500, or equal. 2.6 VALVE BOXES Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic Foundry VB-1C or approved equal. PART 3 INSTALLATION 3.1 PIPE HANDLING All types of pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a manner to avoid shock or damage, and under no circumstances shall they be dropped, skidded, or rolled against other pipe. If any part of the coating or lining is damaged, repair thereof shall be made by the Contractor at no additional expense to the Owner and in a manner satisfactory to the Owner. Damaged pipe shall be rejected, and the Contractor shall immediately place damaged pipe apart from the undamaged and shall remove the damaged pipe from the site within 24 hours. Methods of pipe handling and storage shall be corrected by the Contractor should the Owner determine that these methods are damaging to the pipe. Pipe shall be stacked in such a manner as to prevent damage to the pipe, to prevent dirt and debris from entering the pipe, and to prevent any movement of the pipe. The bottom tiers of the stack shall be kept off the ground on timbers, rails, or other similar supports. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-5 Pipe shall not be strung across driveways, in ditches, or in the construction zone without specific on-site Owner approval. Valves and fittings shall be stored on pallets or similar materials to keep them off the ground and prevent dirt and debris from entering them. 3.2 EXCAVATION All earthwork, excavation, bedding, backfill and compaction shall meet the requirements of Section 02300. 3.3 DEWATERING Dewatering of excavations, if necessary, shall meet the requirements of Section 02240. 3.4 TEMPORARY SHORING AND BRACING Temporary shoring and bracing, including trench excavation safety systems, shall meet the requirements of Section 02250. 3.5 PIPE INSTALLATION (BELL AND SPIGOT) All bell and spigot connections shall be made up in strict compliance with the s recommendations and all pipe manufacture and handling shall meet or exceed the AWWA recommended specifications, current revisions. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material in it shall be removed, cleaned, and relayed. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or by other means approved by the Engineer to ensure cleanliness inside the pipe. Pipe handling after the gasket has been affixed shall be carefully controlled to avoid disturbing the gasket and knocking it out of position, or loading it with dirt or other foreign material. Any gaskets so disturbed shall be removed, cleaned, re- lubricated if required, and replaced before the rejoining is attempted. Care shall be taken to properly align the pipe before joints are entirely forced home. During insertion of the tongue or spigot, the pipe shall be partially supported by hand, sling or crane to minimize unequal lateral pressure on the gasket and to maintain concentricity until the gasket is properly positioned. Since most flexible gasketed joints tend to creep apart when the end pipe is deflected City of Kent 6 MG Reservoir Recoating G&O #21454 02500-6 and straightened, such movement shall be held to a minimum once the joint is home. Sufficient pressure shall be applied in making the joint to assure that it is home, as described in the installation instructions provided by the pipe manufacturer. Sufficient restraint shall be applied to the line to assure that joints once home are held so, until fill material under and alongside the pipe has been sufficiently compacted. Restrained joint pipe and fittings shall be installed in accordance with joint following installation. 3.6 CUTTING PIPE Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw or by a special pipe cutter. Pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed and otherwise smoothed so that good connections can be made. Oxyacetylene torch cutting of ductile iron pipe shall not be allowed. The Contractor shall have the approval from the Owner and notification shall be given to the Owner before any pipe cutting on existing water mains will be allowed. The Contractor shall comply with all the conditions established by the Owner. The Contractor shall give the Owner a minimum notice of 48 hours before cutting any water main. No pipe cutting will be allowed on holidays or weekends, unless specifically agreed to by the Owner. 3.7 CONCRETE THRUST BLOCKING -in-place concrete, poured within wooden forms shaped to establish a firm minimum bearing area, against an undisturbed earth wall as shown on the Plans. Timber blocking or dry blocking will not be permitted. Concrete thrust and/or anchor blocking, as indicated on the Plans, shall be placed at bends, tees, dead ends, crossed, and as designated by the Engineer. Blocking shall be 3,000 psi concrete mix cast in place. All concrete thrust blocking configurations and sizes shall be per the Plans. The poured in place concrete thrust and/or anchor blocks shall be in place at least 24 hours before beginning the pressure test, to allow the concrete to set. Longer durations may be required to insure adequate curing has been established to conduct the necessary testing. All blocking dimensions shown on the Plans are considered as minimums with the ideal trench excavation results, and consideration shall be given to unusual circumstances, soil conditions, and topography. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-7 All valves and all fittings requiring a concrete block shall first be covered with 4-mil Visqueen plastic sheets, before concrete is poured. At no time shall the concrete be allowed to cover joints, bolt heads, or nuts. 3.8 PVC PIPING (3-INCH AND SMALLER) PVC piping socket weld connections shall be made up in accordance with the Where pipe is cut, remove all burrs and ream inside to provide smooth flow line. Bevel the plain end pipe 1/16 inch to 1/32 inch. Joints shall be first cleaned with cleaner before making up. Apply primer to the female joint. Apply primer to the male joint. Reapply primer to the female joint. Apply glue to the male joint. Apply glue to the female joint. Reapply glue to the male joint. Join pipe quickly with a 1/4 turn. If joint cannot be made up to full depth of socket, cut out and discard. Wipe off excessive cement. Hold for 30 seconds and do not move for 15 minutes after making up joint. Pipe joining below 40 degrees F will not be permitted. Cleaner and cement types shall be as recommended by the manufacturer for the size of pipe being used. All pipe for chemical feed service shall be Schedule 80 PVC pipe. Glue for the chemical feed piping shall meet ASTM F493 and shall be specifically formulated for chemical resistance to hypochlorite solutions. Acceptable glue products include IPS WELD-ON 724 with P-70 primer, or approved equal. 3.9 MECHANICAL JOINT PIPING Mechanical joint piping shall be installed in best trade practice with torque wrenches used to avoid overstressing bolts. Piping shall be installed using by Cast Iron Research Association which in part requires that all contact surfaces of rubber seal with pipe be wire brushed, spigot be centrally located in bell. When tightening bolts, it is essential that the gland be brought up toward pipe flange evenly, maintaining approximately same distance between gland and face of flange at all points around socket. 3.10 PIPE SUPPORTS Provide all necessary supports, tie rods, bracing, brackets or other types of supports which may be required, as shown on the Plans. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-8 3.11 FLEXIBLE COUPLINGS Flexible couplings shall be installed in accordance with recommendations of manufacturer and used where shown on the Plans. Where flexible couplings are called for the space between pipe ends shall not exceed 1/4 inch. When the space between the pipe ends is excess, a short section of pipe may be inserted as space ring to limit pipe movement with the coupling to obtain the 1/4-inch limitation 3.12 VALVES All valves shall be inspected in the field to ensure proper working order before installation. Valves shall be set and jointed to the pipe in the manner as set forth in the AWWA Standards for the type of connecting ends furnished. Valves shall have the interiors cleaned of all foreign matter and shall be inspected both in open and closed position prior to installation. Valves and valve boxes shall be set plumb. All valves with operating nuts located more than 3-feet below finished grade shall be equipped with extension stems to bring the operating nut to within 18 inches of the finished grade. The extension stem of the length required to meet field conditions shall be a manufactured unit with a 1-inch-diameter mild steel rod. At the top of the extension stem there shall be a 2-inch standard operating nut complete with a centering flange. 3.13 VALVE BOXES The lower casting of the unit is installed first, in a manner as to be supported by a minimum backfill or by a Styrofoam collar not less than 2 inches in thickness. The casting shall not rest directly upon the body of the valve or upon the water main. Backfill shall be carefully tamped around the valve box to a distance of 3 feet on all sides or to the undisturbed face of the trench if it is closer. The cast iron valve box cover shall be set flush with the roadbed or finished paved surface. The flared end of the valve box shall be set at the bottom elevation of the 2-inch operating nut to allow space for rocks to be moved laterally from the operation nut. The valve box shall be placed over the valve or valve operator in such a manner that the valve box does not transmit shock or stress loads to the valve. The casting shall not rest directly upon the body of the valve or upon the water main. The axis of the valve box shall be common with the projected axis of the valve stem. The tops of the adjustable valve boxes shall be set to the existing or established grade, whichever is applicable. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-9 Valve boxes shall be set such that the slots in the boxes and/or ears in the valve box lid are in-line with the run of the pipe being installed. In areas where the valve box is not in concrete or asphalt, a 24-inch-diameter by 4-inch cement concrete block shall be installed around the valve box at finished grade. The valve box shall be flush with the top, and centered. 3.14 PRESSURE TESTING All pipelines shall be tested and disinfected prior to acceptance of work. All pumps, gauges, plugs, saddles, corporation stops, double check valve assemblies miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished, installed and operated by the Contractor. The Contractor shall provide an oil-filled pressure gauge with a range of 0 to 300 psi. All temporary connection to the existing water lines for filling or flushing new pipe lines shall be equipped with double check valve assemblies to prevent backflow into the existing waterline. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. All thrust blocks shall be in place and time allowed for the concrete to cure before testing. All piping systems shall be tested to demonstrate leak tightness prior to acceptance. The Contractor shall provide all equipment and labor necessary to perform all testing required herein. Gauges used in testing shall be certified by an approved laboratory. All water lines and appurtenances shall be tested at a pressure of 225 psi. Testing is to be done in sections between valves with no back pressure against the valves to ensure water tightness of the valves in either direction. Maximum differential allowed across closed butterfly valves is 150 psi. The pipeline shall be backfilled sufficiently to prevent movement of the pipe under pressure. All thrust blocks shall be in place for at least 24 hours to allow concrete to cure before testing. Prior to the acceptance test, the lines shall be filled and allowed to stand under pressure for a sufficient length of time to allow the escape of entrapped air and to allow any pipe lining to absorb water. City of Kent 6 MG Reservoir Recoating G&O #21454 02500-10 Testing will be done by pumping up the line to 225 psi and closing a valve between the pump and the line. The line shall be pumped back up to 225 psi at 15-minute intervals. The test shall be conducted for a period of two hours. The quantity of water lost during the test period shall not exceed the number of gallons as determined by the following formula: 400,266 PSDL Where L=allowable leakage, gallons/hour S=gross length of pipe tested, feet D=nominal diameter of the pipe, inches P=test pressure during the leakage test, psi Make-up water shall be pumped from a container that will allow the amount of water pumped to be easily computed or verified. There should be no appreciable loss of pressure during the 15-minute test intervals. All leaks shall be repaired or defective material replaced and the test repeated as directed by the Engineer. The Contractor shall be responsible for repair of any damage resulting from or caused by leak testing. 3.15 FLUSHING Flushing shall be done through hydrants or temporary taps. Water for flushing The pipes shall be flushed at a minimum velocity of at least 2.5 fps for a sufficient time to insure a minimum of 3 turnouts of water through the pipe. The Contractor shall be responsible for the disposal of treated water flushed from the pipelines. The treated water shall be neutralized in accordance with the provisions of AWWA C651, Appendix B. The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flushed City of Kent 6 MG Reservoir Recoating G&O #21454 02500-11 water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. 3.16 WATER PIPE DISINFECTION Before pipelines are placed into service, the water mains and appurtenances shall be disinfected in accordance with AWWA C651 and in conformance with the requirements of the State of Washington Department of Health. The Contractor shall install a Washington State approved double check valve type backflow prevention device to protect the potable water supply while filling, flushing, and disinfecting the water main. Before being placed into service, all new and modified potable water pipe and appurtenances shall be sterilized and a satisfactory bacteriological report obtained in accordance with Section 7-09.3(24) of the WSDOT Standard Specifications, latest edition. During the process of sterilizing, all valves, hydrants, and/or other appurtenances shall be operated to insure complete contact. All closure fittings shall be swabbed with a very strong chlorine solution at least as strong as liquid household bleach (five to six percent chlorine). Following chlorination, all pipes shall be flushed to remove any solids until a test shows no more than 0.1 parts per million available chlorine. If no hydrant is installed at the end of the main, then a tap shall be provided large enough to develop a velocity of at least 2.5 fps in the main. Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform (purity) City of Kent 6 MG Reservoir Recoating G&O #21454 02500-12 tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent Cl), in accordance with AWWA Standard C651. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). Should the initial treatment result in an unsatisfactory bacteriological test or should corrective work be required because of testing, then the chlorination procedure shall be repeated by the Contractor at his own expense until satisfactory results are obtained. These repeat procedures shall follow Section 7-09.3(24) of the WSDOT Standard Specifications, as appropriate and as necessary for the addition of chlorine. The cost of disposal of water used for disinfection shall be incidental to the project. No connections shall be permitted without City Water Staff or inspector onsite. Only City staff will be allowed to operate existing and new tie-in valves. The *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02530-1 SECTION 02530 UTILITY STRUCTURES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes precast concrete vaults, manholes, catch basins, castings, and steps for a complete installation as shown on the Plans and specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment 02300 Earthwork 08310 Access Hatches PART 2 PRODUCTS 2.1 GENERAL The exterior finish of all precast concrete utility structures shall be smooth with no imperfections larger than 1/8 inch in diameter. The interior finish of all precast concrete utility structures shall be smooth and sacked with non-shrink cementitious materials and epoxy bonding agent. No bug holes, fins, projections, or other defects are acceptable. 2.2 PRECAST VAULTS Precast concrete vaults shall be cast in an established precast yard. Precast vaults shall be designed for H-20 loads. Submit design calculations and shop drawings for review and approval prior to fabrication. Shop drawings shall detail wall thickness, concrete strength, reinforcing requirements, and shall include all appurtenances, such as access hatches, floor drains, and other items called for on the Plans. The ladder shall be bolt-on style aluminum designed in accordance with WISHA and be equipped with one centered ladder up. The ladder up shall an aluminum Bilco Model LU-4. All vaults shall be constructed with a minimum of 4-inch-thick solid walls. The access hatches shall be as specified in Section 08310. City of Kent 6 MG Reservoir Recoating G&O #21454 02530-2 2.3 PRECAST CONCRETE CATCH BASINS Precast components shall conform to the requirements of ASTM C478. All Portland cement used in the manufacture of the precast sections shall conform to the requirements of ASTM C150 and shall be Type II or Type V. Thickness of a Type 1 catch basin shall be 4 inches minimum and reinforced with welded wire fabric having a minimum area of 0.12 square inches per foot. welded wire fabric and provided on four sides to accommodate the pipe size, invert elevations, and direction as shown on the Plans. Standard precast riser sections shall consist of rectangular sections to accommodate a Type 1 catch basin. Reinforcement shall be in accordance with ASTM C497. Minimum height of a riser section shall be 6 inches. The height of riser and base sections shall be arranged so no pipes pass through the joining surfaces. Precast base sections for Type 2 catch basins shall conform to the requirements for precast riser sections. The base shall be a minimum of 6-inches thick underneath the pipe invert. Catch basins Type 2 shall contain steps in accordance with Section 2.4. Standard precast riser sections shall consist of circular sections in standard nominal inside diameter as shown on the Plans. Reinforcement shall be in accordance with ASTM C478. Minimum height of a riser section shall be 1 foot. The height of riser and base sections shall be arranged so no pipes pass through the joining surfaces. Openings for pipe shall be circular, tapered toward the inside of the section, and shall be of the minimum size possible to accommodate the size of pipe to be inserted and to effectively seal the joint. 2.4 RINGS AND COVERS Castings for manhole rings shall be gray-iron conforming to the requirements of ASTM A48/AASHTO M105, Grade 30B. Covers shall be ductile iron conforming to ASTM A536, Grade 80-55-06. All rings and covers shall be of uniform quality, free from blowholes, porosity, shrinkage, distortion, cracks, or other defects. Repair of defects shall not be permitted. All mating surfaces shall be machined finished to ensure a nonrocking fit. All covers shall be interchangeable within the dimensions as shown on the Plans and marked Locking/tamperproof covers shall be secured to the ring with three 5/8-inch stainless steel Allen head cap screws. City of Kent 6 MG Reservoir Recoating G&O #21454 02530-3 When watertight covers are required the locking style ring and covers shall be used and include a machined groove in the seat of the ring or underside of the cover and a gasket installed to assure a watertight seal. Covers shall be without 1/2-inch letters on exposed surfaces. Manhole rings and covers shall have a design wheel load conforming to AASHTO/ASTM A16 design loading HS20-44. The frames and covers shall be made by Olympic Foundry, Inc., D&L Foundry, East Jordan Iron Works, or Neenah. 2.5 STEPS Polypropylene manhole steps shall be made of a copolymer polypropylene, superior in its resistance to corrosion, meeting the requirements of ASTM D4101 Type II, Grade 16906, and shall completely encapsulate a deformed 1/2-inch steel reinforcing rod conforming to ASTM A615, Grade 60. Polypropylene steps shall be This shall be accomplished by predrilling two parallel 1-inch holes, 3-3/4-inch deep, and 13-inches on center in the cured concrete base, riser, and taper sections of the manhole. The insertion ends of the step shall be fully coated with non- shrink epoxy grout then driven into the holes to the prescribed depth. In no case will the predrilled hole be allowed to penetrate through the wall of the manhole section. Steps shall be in compliance with Kent Standard Plan 4-5. Steps shall be Lane International Corporation Manhole Step or equal. PART 3 EXECUTION 3.1 CATCH BASINS Catch basin installation shall be as shown on the Plans. Precast sections with damaged joint surfaces or with cracks or damage that would permit infiltration shall not be installed. Precast base sections shall be set on a prepared bedding material. Before the precast base is set, the gravel shall be carefully leveled to provide full bearing for the entire base slab. The frame shall be set carefully to the established surface grade in a full bed of cement grout. The catch basin rim elevation shall be set flush with the pavement or improved areas. City of Kent 6 MG Reservoir Recoating G&O #21454 02530-4 3.2 PRECAST VAULTS Precast vaults shall be installed as shown on the Plans and in accordance with the manufacturer s recommendations. 3.3 FINAL ADJUSTMENT AND CLEANUP After installation is complete, the Contractor shall cleanout all precast structures prior to placing the new facilities into service. The adjustment of castings shall be done in a manner satisfactory to the Owner. Adjustment shall be done only with precast grade rings. Bricks are unacceptable. Grouting and final adjustment of castings shall be done with non-shrink grout. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02534-1 SECTION 02534 STORM SEWERS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes pipe, fittings, and accessories described herein and as required to completely install storm sewers as shown on the Plans. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02240 Dewatering 02250 Temporary Shoring and Bracing 02300 Earthwork 02530 Utility Structures PART 2 PRODUCTS 2.1 GENERAL All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the complete product. Acceptance of installed piping systems shall be based on inspection and leakage tests as specified in Part 3 of this Section. 2.2 PVC PIPE AND FITTINGS All PVC pipe 3-inch and smaller shall be Schedule 80. Pipe shall be constructed of material that meets or exceeds ASTM D2241 and D1784 and Commercial Standard CS 256. Joints shall be solvent weld with press fit. Fittings shall conform to ASTM D2466 and ASTM D2467 for socket type and ASTM D2464 for threaded pipe. All PVC between 3 and 15 inches in diameter shall be be solid wall PVC pipe. Pipe and fittings shall comply with ASTM D3034, SDR 35 and be furnished with bells and spigots, which are integral with the pipe wall and with a rubber gasket City of Kent 6 MG Reservoir Recoating G&O #21454 02534-2 securely locked in place in the bell. Pipe joints shall conform to ASTM D3212 using flexible elastomeric gaskets conforming to ASTM F477. 2.3 HIGH DENSITY POLYETHYLENE (HDPE) PIPE All HDPE shall be butt welded PE 3408 or 4710 HDPE pipe conforming to ASTM D3350 having a cell classification of PE 345434C and ASTM D1248 pipe grade resin type III, Class C, Category 5, grade P34 polyethylene compound. Pipe dimensions and workmanship shall conform to ASTM F714. Pipe shall be Ductile Iron Pipe Size (DIPS). HDPE pipe shall have an SDR of 11. Manufacturer shall provide certification that stress regression testing has been performed on the product. Stress regression testing shall be done in accordance with ASTM D2837. Pipe shall be free of cracks, holes, inclusions, voids or other inclusions. Pipe manufacturer shall meet the minimum quality control requirements of ASTM D3035 and ASTM F174. Fittings shall be standard HDPE fittings, meet the above HDPE pipe specifications, and be manufactured by injection molding or extrusion and machining. All fittings shall have the same working pressure and SDR as the pipe. All bolts, buried and unburied, shall be coated with Armite Anti-Seize Compound No. 609, or equal, prior to installation. 2.4 CALDER-TYPE FLEXIBLE COUPLINGS Flexible couplings shall be Calder-type where specifically indicated on the Plans. Calder-type flexible couplings shall consist of all elastomeric PVC sleeve secured to the pipes with stainless steel clamping bands. Adapter couplings shall be furnished for transitions between piping of different outside diameters as necessary. Calder-type flexible couplings shall be as manufactured by Calder Co., Fernco, or equal. 2.5 INLINE CHECK VALVE Inline flexible rubber check valves shall be Tideflex Checkmate Ultraflex or equal. City of Kent 6 MG Reservoir Recoating G&O #21454 02534-3 PART 3 INSTALLATION 3.1 PIPE HANDLING All types of pipe shall be handled in a manner that will prevent damage to the pipe. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material in it shall be removed, cleaned, and relayed. A clean whiskbroom shall be used for this purpose and for brushing to remove foreign matter prior to joining of pipe ends. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or by other means approved by the Owner to ensure cleanliness inside the pipe. Pipe shall be stacked in such a manner as to prevent damage to the pipe, to prevent dirt and debris from entering the pipe, and to prevent any movement of the pipe. The bottom tiers of the stack shall be kept off the ground on timbers, rails, or other similar supports. 3.2 DEWATERING Dewatering of excavations, if necessary, shall meet the requirements of Section 02240. 3.3 EXCAVATION All earthwork, excavation, bedding, backfill and compaction shall meet the requirements of Section 02300. 3.4 TEMPORARY SHORING AND BRACING Temporary shoring and bracing, including trench excavation safety systems, shall meet the requirements of Section 02250. 3.5 BELL AND SPIGOT PIPING All bell and spigot connections shall be made up in strict compliance with the ndations and all sewer pipe manufacture and handling shall meet or exceed the ASTM and SPAW recommended specifications. Pipe handling after the gasket has been affixed shall be carefully controlled to avoid disturbing the gasket and knocking it out of position, or loading it with dirt or other foreign material. Any gaskets so disturbed shall be removed, cleaned, re- lubricated if required, and replaced before the rejoining is attempted. City of Kent 6 MG Reservoir Recoating G&O #21454 02534-4 Care shall be taken to properly align the pipe before joints are entirely forced home. During insertion of the tongue or spigot, the pipe shall be partially supported by hand, sling or crane to minimize unequal lateral pressure on the gasket and to maintain concentricity until the gasket is properly positioned. Since most flexible gasketed joints tend to creep apart when the end pipe is deflected and straightened, such movement shall be held to a minimum once the joint is home. Sufficient pressure shall be applied in making the joint to assure that it is home, as described in the installation instruction provided by the pipe manufacturer. Sufficient restraint shall be applied to the line to assure that joints once home are held so, until fill material under and alongside the pipe has been sufficiently compacted. 3.6 HIGH DENSITY POLYETHYLENE (HDPE) PIPING as shown on the Plans and as specified herein. 3.7 LOW PRESSURE AIR TEST Low pressure air tests shall be performed on all new storm sewers. The low pressure air test shall be per Section 7-04.3(1) of WSDOT Standard Specifications. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02700-1 SECTION 02700 GRAVEL MATERIALS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the various types of granular materials that are to be used in trenches and other excavations as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02300 Earthwork 16130 Raceway and Boxes 1.3 SUBMITTALS The Contractor shall provide certificates of laboratory tests, indicating particle size distribution for review for each type of granular material furnished and proctor test reports for all material to be placed as conduit bedding material, trench backfill. The certificates and proctor test reports shall be provided to the Engineer at least 5 calendar days prior to placement. PART 2 PRODUCTS 2.1 FOUNDATION GRAVEL Foundation gravel shall be Class A Gravel Backfill for Foundations in conformance with Section 9-03.12(1)A of the WSDOT Standard Specifications. 2.2 GRAVEL BORROW Gravel Borrow shall be free from organic matter or other deleterious materials and in conformance with Section 9-03.14(1) of the WSDOT Standard Specifications. 2.3 CRUSHED SURFACING Crushed surfacing base course and top course shall conform to Section 9-03.9(3) of the WSDOT Standard Specifications. City of Kent 6 MG Reservoir Recoating G&O #21454 02700-2 2.4 GRAVEL BACKFILL FOR WALLS Gravel backfill for walls shall conform to Section 9 03.12(2) of the WSDOT Standard Specifications. 2.5 BACKFILL FOR PIPE BEDDING Gravel backfill for pipe bedding shall meet the requirements of Section 9-03.12(3) of the WSDOT Standard Specifications. 2.6 QUARRY SPALLS Quarry spalls shall conform to Section 9-13 of the WSDOT Standard Specifications. Materials used for quarry spalls shall meet the requirements of Section 9-13.1(5) of the WSDOT Standard Specifications, except that the size of material shall be revised as follows: 100 percent passing a 4 inch sieve size and 40 percent passing a 2 inch sieve size. 2.7 COMPACTED SAND Compacted sand shall meet the requirements of Section 9-03.13 of the WSDOT Standard Specifications. PART 3 EXECUTION 3.1 FOUNDATION GRAVEL Foundation gravel shall be placed and compacted underneath all structures to a minimum depth of 12 inches unless indicated otherwise on the Plans, and to a greater depth where foundations are unstable and excess suitable excavated material is unavailable to stabilize such foundations. In the event the Contractor unnecessarily overexcavates the pipe trench or structure foundation, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so placed shall be at the expense. 3.2 BANK RUN GRAVEL FOR TRENCH BACKFILL Bank run gravel for trench backfill shall be used where excavated material is unsuitable or unavailable for the backfill of trenches as approved by the Engineer. City of Kent 6 MG Reservoir Recoating G&O #21454 02700-3 In the event the Contractor overexcavates the pipe trench, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so 3.3 CRUSHED SURFACING Crushed surfacing base course and/or top course shall be placed underneath asphalt paving, to the lines and grades shown on the Plans or as required by the Plans and shall be compacted to a dense, unyielding state of at least 95 percent of the maximum dry density, using the modified Proctor, per ASTM D1557. 3.4 GRAVEL BACKFILL FOR WALLS Gravel backfill for walls shall be used where excavated materials are unsuitable for backfilling around the walls of structures, as approved by the Owner, as shown on the Plans and specified in these specifications. 3.5 BACKFILL FOR PIPE BEDDING Bedding material shall be placed simultaneously on both sides of the pipe for the full width of the trench in lifts not exceeding 6 inches. To assure uniform support, the material shall be carefully worked underneath the pipe haunches with a tool capable of preventing the formation of void spaces around the pipe. In the event the Contractor overexcavates the pipe trench, or if the width of the pipe trench becomes wider than the pay limit shown on the Plans, all material so placed shall be at the Contracto 3.6 QUARRY SPALLS Quarry spalls shall be placed where shown on the Plans, where foundations are unsuitable if approved by the Owner or in other locations where approved by the Owner. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 02950-1 SECTION 02950 SITE RESTORATION AND REHABILITATION PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes those areas which shall be restored with hydroseeding. The work also includes repair and replacement of fencing and other property features impacted by construction. Particular care shall be taken to minimize damage to landscaped areas within and adjacent to construction areas. In the event construction is to be carried out in areas, which are landscaped, appropriate measures shall be taken to restore such areas to conditions existing prior to construction. 1.2 QUALITY ASSURANCE A. FERTILIZER Conform to Washington State Department of Agriculture Laws and Federal Specification O-F-241D pertaining to commercial fertilizers. B. SEED Conform to the stan -grade seed or better. Furnished in standard container on which the following information is shown: seed name, lot number, net weight, percentage of purity, germination, weed seed and inert material. Furnish to the Engineer duplicate copies of a statement signed by the vendor, certifying that each lot of seed has been tested by a recognized seed testing laboratory within 6 months before the date of delivery on the Project. Seed that is wet, moldy, or otherwise damaged in transit or storage will not be accepted. City of Kent 6 MG Reservoir Recoating G&O #21454 02950-2 PART 2 PRODUCTS 2.1 HYDROSEEDING unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. The seed mixture for property restoration shall have the following composition, proportion, and quality: Weight Proportion Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 95% 90% 0.5% The seed mixture shall have the following composition, proportion and quality: The seed shall be applied at a minimum rate of 120 pounds per acre. The Contractor shall submit to the Engineer the manufacturer s Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. A commercial fertilizer of the following formulation shall be furnished as specified, and all fertilizer shall be premixed prior to use on the job. The fertilizer shall be applied at the rate of 500 lbs. per acre. Nitrogen (Inorganic) as N2 Nitrogen (Organic) Ureaformaldehyde Phosphorous as P205 as K20 Potassium lbs/Acre 10% 38% 20% 20% 500 The fertilizer shall contain a minimum of 60 percent slow-release nitrogen and all minor elements as well. City of Kent 6 MG Reservoir Recoating G&O #21454 02950-3 The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer s chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 2.2 FENCING REPAIR Should existing fences be impacted by construction activities, the fences shall be replaced as soon as practicable with matching materials. If existing fence posts are cast in concrete the contractor shall install new fence posts and cast them in place with concrete to match the original installation methodology. PART 3 EXECUTION 3.1 HYDROSEEDING Should existing grass areas be impacted by construction activities, the areas shall be hydroseeded to restore the site to the previous conditions. For those areas in which hydroseeding would be difficult, the Contractor may request approval from the Engineer to hand-apply the hydroseeding mix. Approval shall be granted for hand-application only after reviewing and approving the procedure that the Contractor recommends. Seeding, fertilizing, and mulching shall be installed in conformance with Sections 8-01 and 9-14 of the WSDOT Standard Specification. Seeding, fertilizing, and mulching shall be installed using an approved type hydroseeder. When weather conditions are not conducive to satisfactory results from seeding operations, the Engineer may order the work suspended and it shall be resumed only when the desired results are likely to be obtained. Areas that have received an application of mulching shall be inspected upon completion of the work and again on the completion of the application of seed and fertilizer. 3.2 HYDROSEEDING, WATERING MAINTENANCE AND PROTECTION The Contractor shall water, protect and care for all seeded areas until fully established and healthy. Watering of hydroseeded, grass sod, and landscaped areas shall be at the City of Kent 6 MG Reservoir Recoating G&O #21454 02950-4 The Contractor shall guarantee landscaping materials and workmanship for a period of 2 years following the date of project acceptance. During the 2-year guarantee period, should any planted areas show signs of failure, such as dead or dying areas of grass or bare spots as part of the site restoration fail, the Contractor shall repair or replace all deficient seeded areas to the satisfaction of the Engineer. guarantee period applicable to the replaced plants shall extend for an additional 1-year period after the time of the replacement. The Contractor shall mow all newly established lawn areas a minimum of two mowings. The first mowing shall be performed only after an established and healthy stand of grass is judged to have grown. The second mowing shall occur upon establishment of second healthy stand of grass (4 inches in height). 3.3 FINISHING AND CLEANUP Before acceptance of the Project, all conduit, and appurtenances shall be cleaned of all debris and foreign material. In undeveloped areas, the entire area which has been disturbed by the construction shall be shaped so that, upon completion, the area will present a uniform appearance, blending into the contour of the adjacent properties. All other requirements outlined previously shall be met. Upon completion of the cleaning and dressing, the Project shall appear uniform in all respects. All graded areas shall be true to line and grade as shown on the typical sections and as required by the Engineer. 3.4 CONSTRUCTION ACCEPTANCE The Contractor shall protect and care for all seeded and sodded areas until fully established and healthy. Care shall include equipment and labor necessary to provide sufficient and continuous watering of all seeded areas until final acceptance. The Contractor shall guarantee landscaping materials and workmanship for a period of 2 years following the date of project acceptance. During the 2-year guarantee period, should any seed areas show signs of failure such as dead or dying areas of grass or bare spots, the Contractor shall repair or replace all deficient areas to the satisfaction of the Engineer. *** END OF SECTION *** DIVISION 5 METALS City of Kent 6 MG Reservoir Recoating G&O #21454 05500-1 SECTION 05500 MISCELLANEOUS METAL FABRICATIONS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes miscellaneous metal fabrication work as shown on the Drawings and includes, but is not limited to, the following: preassembled stairs, ladders, handrails, guardrails, railings, grating, including stair treads and nosings; floor plates and covers, custom fabricated pipe brackets, supports, and pipe sleeves; and manways. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 09900 Painting 13211 Steel Reservoir Repairs and Improvements 1.3 REFERENCES This section references the latest revisions of the following documents: Reference Title ASTM A36 Structural Steel ASTM A53 Hot-Dipped, Zinc-coated Welded and Seamless Steel Pipe ASTM A123 Zinc (Hot-Galvanized) Coatings on Products Fabricated From Rolled, Pressed and Forged Steel Shapes, Plates, Bars, and Strip ASTM A153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A240 Heat-Resisting Chromium and Chromium-Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels ASTM A283 Carbon Steel Plates, Shapes, and Bars ASTM A307 Carbon Steel Externally Threaded Standard Fasteners ASTM A325 High Strength Bolts for Structural Steel Joints ASTM A386 Zinc-Coating (Hot-Dip) on Assembled Steel Products ASTM A446 Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality ASTM A500 Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Round and Shapes ASTM A501 Hot-Formed Welded and Seamless Carbon Steel Structural Tubing ASTM B221 Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes, and Tubes City of Kent 6 MG Reservoir Recoating G&O #21454 05500-2 ASTM B241 Aluminum-Alloy Seamless Pipe and Seamless Extruded Steel Tube NAAMM National Association of Architectural Metal Manufacturers, AISC American Institute of Steel Construction AWS D1.1 Structural Welding Code - Steel AWS D1.2 Structural Welding Code - Aluminum SSPC Steel Structures Painting Council 1.4 SUBMITTALS The following information shall be submitted in accordance with City of Kent Special Provisions. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. PART 2 PRODUCTS 2.1 MATERIALS A. STEEL CASTINGS Comply with ASTM A27. Grade 65-35, medium strength carbon steel. B. STRUCTURAL STEEL Comply with ASTM A36 or ASTM A572. C. STAINLESS STEEL Comply with ASTM A276, Type 316. D. ALUMINUM ALLOY EXTRUDED BARS, RODS, WIRE, SHAPES AND TUBES Comply with ASTM B221, Alloy 6061-6. E. ELECTRODES FOR WELDING Comply with AWS, using ASTM A233, E-60 or E-70 Series. City of Kent 6 MG Reservoir Recoating G&O #21454 05500-3 F. ZINC COATING Comply with ASTM A123 or ASTM A153. G. PAINTING For reservoir accessories comply with Section 09970. Otherwise comply with Section 09900. H. HEADED STUD-TYPE CONNECTORS ASTM A108, Grade 1015, forged steel, uncoated. I. HIGH-STRENGTH THREADED FASTENERS Heavy hexagon structural bolts, heavy hexagon nuts and hardened washers as follows: Quenched and tempered medium carbon steel bolts, nuts and washers complying with ASTM A325. Quenched and tempered alloy steel bolts, nuts and washers complying with ASTM A490 where indicated. Provide and install bolts with load indicator devices (load indicator washers or snap-off heads). J. ANCHOR BOLTS AND THREADED RODS ASTM F1554, Grade 36, unless noted otherwise. ASTM A276, Type 316, stainless steel. K. UNFINISHED THREADED FASTENERS ASTM A307, Grade A, regular low-carbon steel bolts and nuts. Provide hexagonal heads and nuts for all connections. L. EXPANSION ANCHORS Provide size and type indicated. Expansion anchors shall be one piece stud type, wedge-style anchor. City of Kent 6 MG Reservoir Recoating G&O #21454 05500-4 Carbon steel expansion anchors shall meet the following: Stud: ASTM A108 and zinc plated in accordance with ASTM B633 Wedge: AISI 1010 carbon steel Nut: ASTM A563 Grade A Washer: SAE 1005-1020 Stainless steel expansion anchors shall meet the following: Stud: ASTM F593, AISI 304 or 316 Wedge: AISI 304 or 316 Nut: ASTM F594 Washer: AISI 304 or 316 conforming to ASTM A240 Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to, the following: KWIK Bolt, Hilti, Inc. Power-Stud, Powers Fasteners, Inc. 2.2 PRODUCTS A. GRATING AND STAIR TREADS Grating shall be serrated, hot-dip galvanized steel rectangular bar grating -1/4-inch corratred nosings. Unless noted otherwise on the Drawings, minimum size of galvanized grating shall be 1-1/2" x 3/16" bearing bars at 1-3/16 inch on center with cross bars at 4 inches on center for a maximum span of 4'-6". For spans greater than 4'-6", grating shall be designed for 100 psf uniform load and 250 pounds concentrated load and 1/2 inch maximum deflection. Stair treads shall be designed for 300-pound concentrated load with 33-1/3 percent impact. Subject to compliance with the requirements, products which may be incorporated in the work include, but are not limited to the following: AMICO Bar Grating IKG Borden McNichols Co. City of Kent 6 MG Reservoir Recoating G&O #21454 05500-5 Seidlehuber Metal Products 2.3 FABRICATION Fit and shop assemble components in the largest practical size for delivery and installation at site. A. GENERAL Provide galvanized fasteners with zinc coated items except as noted below. B. GUARDRAIL AND RAILINGS Unless noted otherwise, handrail and railing assemblies shall include a minimum 1/4" x 4" steel kick plate. Fabricate components with joints tightly fitted and secured. Fabricate anchors and related components of the same material and finish unless noted otherwise. Coordinate and accurately form components to suit stairs, landings and building structure. All stair stringers shall have handrail installed on them, unless noted otherwise. C. GRATING AND STAIR TREADS Fabricate with bearing bars placed edgewise and joined by straight cross bars. Do not notch, slot or cut bearing bars to receive cross bars. Cross bars shall be secured to the main bearing bars to prevent turning, twisting, or coming loose. Each of the cross bars shall be trimmed flush with outside face of bearing bars. Grating shall be fully banded at ends and at all openings. Provide anchorage as indicated on the Drawings. D. ACCESSORIES Provide necessary accessories as required for complete installation of products. Provide anchors, anchor bolts, plates, angles, hangers, struts, and other items required for connecting stairs to structure. PART 3 EXECUTION 3.1 EXAMINATION Verify that field conditions are acceptable and are ready to receive the work. City of Kent 6 MG Reservoir Recoating G&O #21454 05500-6 3.2 PREPARATION Clean and strip primed steel items to bare metal where site welding is required. Supply items required to be cast into concrete or embedded in masonry with setting templates. Paint embedded aluminum items in accordance with Section 09900. 3.3 INSTALLATION A. TOLERANCES Install items plumb and level, accurately fitted, free from distortion or defects. Comply with the following tolerances: Maximum Variation From Plumb: 1/4 inch (6 mm) per story, non-accumulative. Maximum Offset From True Alignment: 1/4 inch (6 mm). Allow for erection loads, and provide sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. B. BOLTING AND WELDING Field bolt and weld to match shop bolting and welding. Conceal bolts and screws whenever possible. Field weld components as indicated on the Drawings. Perform field welding in accordance with AWS D1.1 or AWS D1.2. Obtain Engineer approval prior to field cutting or making adjustments not scheduled on the shop drawings. C. COATINGS For reservoir accessories, comply with Section 09970. Otherwise comply with Section 09900. D. DISSIMILAR MATERIALS Avoid direct fastening of dissimilar metals to one another, i.e., steel to aluminum. Where dissimilar metals are in contact, the contact surface of each metal shall be entirely coated with epoxy paint. Where aluminum components are mounted to concrete, coat the aluminum surfaces in accordance with Section 09900. City of Kent 6 MG Reservoir Recoating G&O #21454 05500-7 E. ANCHORING GRATING All grating shall be mechanically fastened into place. Provide plate fasteners or F-9 fasteners as recommended by the manufacturer. Where removable grating is specified on the Drawings, fasteners shall be provided and installed to allow for easy removal of the grating. *** END OF SECTION *** DIVISION 8 DOORS AND WINDOWS City of Kent 6 MG Reservoir Recoating G&O #21454 08310-1 SECTION 08310 METAL ACCESS HATCHES PART 1 GENERAL 1.1 SCOPE The work specified in this Section consists of the Contractor furnishing and installing aluminum access hatches and accessories as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 02530 Utility Structures 1.3 QUALITY ASSURANCE Access hatches shall be guaranteed against defects in material and/or workmanship for a period of 10 years by the manufacturer. 1.4 EQUIPMENT LIST The metal access hatches to be installed are as follows: Location Clear Opening Flowmeter Vault 48" x 72" PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS Metal access hatches shall be as manufactured by Bilco, L. W. Hatch, or equal. 2.2 ACCESS HATCH Type 2 access hatches shall be Bilco JD-3ALH20 (double leaf), or equal. The hatches shall have a 1/4-inch-thick one-piece mill finish, extruded aluminum channel frame, incorporating a continuous concrete anchor. A 1-1/2-inch drainage coupling shall be located in the front left corner of the channel frame, unless shown otherwise on the Plans. A bituminous coating shall be applied to the frame exterior where it comes in contact with concrete. The door panel shall be 1/4-inch aluminum diamond plate reinforced to withstand a live load of the H- 20 designation. The door shall open to 90 degrees and automatically lock with a City of Kent 6 MG Reservoir Recoating G&O #21454 08310-2 stainless steel hold-open arm shall incorporate an enclosed stainless steel compression spring assist. The door shall close flush with the frame and rest on a built-in neoprene cushion/gasket. Hinges and all fastening hardware shall be stainless steel. The unit shall lock with a stainless steel slam lock with removable key and have a non-corrosive handle. The unit shall be guaranteed against defects in material and/or workmanship for a period of 10 years. PART 3 EXECUTION Units shall be installed as specified herein and as shown on the Plans. The units shall be connected with drain piping as shown on the Plans, and shall be installed *** END OF SECTION *** DIVISION 9 FINISHES City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-1 SECTION 09900 PAINTING PART 1 GENERAL 1.1 SCOPE The work specified in this Section covers the furnishing and installation of galvanized touchup. All other coatings specified in Section 09970. Unless specifically noted otherwise in these Specifications or on the Plans, all work performed under this Contract (both new work and modifications to existing facilities) shall be painted. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 09970 Reservoir Surface Preparation and Painting 13211 Steel Reservoir Repairs and Improvements Division 16 Electrical 1.3 REFERENCED STANDARDS The following standards are referenced and shall be considered a part of these Specifications: American National Standards Institute (ANSI): A159.1, Surface Preparation Specifications; Z53.1, Safety Color Code for Marking Physical Hazards American Society for Testing and Materials (ASTM): D4263, Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method E84, Standard Test Method for Surface Burning Characteristics of Building Materials National Fire Protection Association (NFPA): 101, Life Safety Code Steel Structures Painting Council (SSPC): SP-1, Solvent Cleaning SP-2, Hand Tool Cleaning SP-3, Power Tool Cleaning SP-5, White Metal Blast Clearing SP-6, Commercial Blast Cleaning City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-2 SP-7, Brush-off Blast Cleaning SP-10, Near-White Blast Cleaning SP-11, Power Tool Cleaning SP-13 Surface Preparation for Concrete Surfaces VIS-89, Visual Standard 1.4 DEFINITIONS A. PAINT Includes fillers, primers, sealers, emulsions, oils, alkyds, latex, enamels, thinners, stains, epoxies, vinyls, urethanes, shellacs, varnishes and any other applied coating specified within these Specifications or shown on the Plans. B. PAINTING COVERAGE RATE published 1.5 SUBMITTALS The following information shall be submitted in accordance with Special Provisions Part 1, Section 1-06.7 (Submittals). 1. Written acknowledgment and certification that products submitted meet requirements of standards referenced in this Section. 2. r primer, finish, and mural coats. 3. 4. ection by Engineer. 5. If products being used are manufactured by a company other than the specified reference standard, the Contractor must provide a complete comparison of the proposed products with the specified rerefence products per Part 2.1 requirements, including application procedure, coverage rates, and verification that product is designed for intended use. Information to the performance standards of products manufactured by Sherwin Williams, which is the reference standard. 6. City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-3 PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS The following is an approved coating systems manufacturers list subject to compliance with the Specifications contained herein: 1. Sherwin Williams. No substitutions shall be allowed that change the number of coats, thickness or generic type of paint required. All materials shall be brought to the jobsite in the original sealed and labeled containers of the paint manufacturer and shall be subject to inspection by the Engineer. No coating materials other than those specified shall be brought to the jobsite. Thinners, driers and oils brought to the jobsite shall be only those recommended and approved by the paint manufacturer. All paint shall conform to the applicable air quality regulations at the point of application. Any paint material which cannot be guaranteed by the manufacturer to comply, whether specified by product designation or not, shall not be used. It shall be the responsibility of the Contractor to ensure the compatibility of the field painting products which will be in contact with each other or which will be applied over shop painted or previously painted surfaces. Paint used in successive field coats shall be produced by the same manufacturer. Paint used in the first field coat over shop painted or previously painted surfaces shall cause no wrinkling, lifting, or other damage to the underlying paint. 2.2 PAINT SYSTEMS A. GALVANIZED SURFACE TOUCHUP 1. Scope This Section shall apply to all galvanized surfaces, which have received minor damage to the galvanized surface during construction. 2. Surface Preparation Power tool cleaning, SSPC-SP-3. City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-4 3. Coatings Paint System: Product: Z.R.C. Cold Galvanized Repair Compound MDFT: 3 to 5 mils Total MDFT: 3.0 mils B. DUCTILE IRON PIPE AND FITTING MATERIALS (WITHIN UTILITY VAULT) 1. Scope This Section shall apply to exposed ductile iron pipe, fittings and materials that are continuously or intermittently submerged or exposed to splash or spill of liquids or corrosive atmospheres. This includes all ductile iron materials installed in a manhole, vault, pullhole, or similar type of structure. Pipe shall not have asphaltic tar coating and surface preparation shall ber per SSPC SP-10. 2. Surface Preparation NAPF 500-03-04. 3. Coatings Primer System: Coat One Product: Corothane I Galvapac (B65G11) MDFT: 2.5 to 4.0 mils Finish System: Coat One Product: Macropoxy 5500LT (B58-745 Series) DFT: 4.0 to 6.0 mils Coat Two Product: Ultra HP (865-820 Series) DFT: 2.0 to 3.0 mil Total MDFT: 8.5 to 13.0 mils City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-5 2.3 COLORS A. GENERAL Paint colors used for the finish coatings on piping and building surfaces shall conform to the following schedules. All finishes shall be glossy unless otherwise specified. Finish coatings, which are applied in the shop by the manufacturer, shall conform with this color schedule wherever possible. Factory coatings which are damaged during shipment or installation, or which are not of suitable color, as determined by the Engineer, shall be recoated in the field in accordance with these Specifications. Color samples shall be submitted to the Engineer for approval prior to application of any field or shop coatings. B. EQUIPMENT COLOR SCHEDULE Appurtenances on the exterior of the reservoir shall be the color chosen for the exterior. Appurtenances on the interior of the reservoir shall be the color chosen for the interior. PART 3 EXECUTION 3.1 GENERAL It is the intent of these Specifications that materials and workmanship be provided such that the highest quality job is obtained. The completed work, prior to acceptance, must be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or care of the completed work. It is the responsibility of the Contractor to ensure that all surfaces are prepared in accordance with the written recommendations and directions of the paint manufacturer whose paint is applied. Approval of conditions shall be obtained from the Engineer prior to applying any or all coats of paint; however, such approval shall not relieve the Contractor of his responsibility of conformance with these Specifications and conformance with the It shall be the responsibility of the Contractor to prevent settling of dust or the occurrence of other conditions detrimental to the finished quality of the job and to repair any damaged paint at no additional cost to the City. Materials or equipment delivered with prime coats shall be touched up as required prior to the application of additional coating(s). City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-6 The Contractor shall apply each coating at the rate and in the manner specified by the paint manufacturer. If material has thickened or must be diluted for application by spray gun, the coating shall be built-up to the same thickness achieved with undiluted material. Deficiencies in film thickness shall be corrected by the application of an additional coat(s) of paint. Film thickness shall be determined when dry by the Engineer with a magnetic dry film thickness gauge. The thickness gauge shall be calibrated with test shims. Where thinning is necessary, only the products of the manufacturer furnishing the paint and for the particular purpose shall be allowed. All thinning shall be done strictly in accordance with the manufacturer's instructions as well as with the full knowledge and approval of the Engineer. Paint application shall be performed strictly in accordance with the tions. The additional conditions for application are listed herein and the most stringent requirement, between the manufacturer and these specifications, shall apply. No paint shall be applied when the surrounding air temperature, as measured in the shade, is below 40 degrees F. No paint shall be applied when the temperature of the surface to be painted is below 35 degrees F. Paint shall not be applied to wet or damp surfaces and shall not be applied in rain, snow, fog or mist or when the relative humidity exceeds 85 percent. No paint shall be applied when it is expected that the relative humidity will exceed 85 percent or that the air temperature will drop below 40 degrees F within 18 hours after the application of the paint. Dew or moisture condensation should be anticipated and if such conditions are prevalent, painting shall be delayed until conditions improve to be certain that the surfaces are dry prior to application of paint. No paint shall be applied when the ambient temperature is less than 5oF above t ll be completed well within advance of the probable time of day when condensation will occur, in order to permit the paint film an appreciable drying time prior to the formation of moisture. Manufactur mmended drying time shall be construed to mea weather or because painting must be done in confined spaces, longer drying times shall be necessary. The manufacturer endations for recoating time intervals shall be strictly adhered to. Adequate ventilation, which will effectively remove solvents, shall be provided for proper drying of paints on interior surfaces. A minimum of 7-consecutive calendar days at 70 degrees F following the application of the final coat on submerged surfaces shall be required before submergence. Longer periods shall be allowed prior to submergence if recommended by the paint manufacturer or if weather conditions require a longer curing time. City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-7 Contractor shall store paint a minimum of 48 hours at the recommended mixing temperature prior to application so that the paint is a uniform temperature. In no case shall paint be kept or brought to a temperature outside of the storage temperature stated by the manufacturer. Any paint reaching such temperature shall be marked as such and removed from the job site at the end of the working day. 3.2 MIXING AND THINNING Paint shall be thoroughly mixed each time any is withdrawn from the container. Paint containers shall be kept tightly closed except while paint is being withdrawn. Paint shall be factory mixed to proper consistency and viscosity for hot weather application without thinning. Thinning will be permitted only as necessary to obtain recommended coverage at lower application temperatures. Only thinners approved by the paint manufacturer shall be used. In no case shall the wet film thickness of applied paint be reduced, by addition of paint thinner or otherwise, below the thickness recommended by the paint manufacturer. 3.3 SURFACE PREPARATION A. GENERAL Surfaces shall be dry and thoroughly cleaned of foreign materials with all defects filled or removed. All trades employed shall leave the surfaces of their work in such a condition that only minor cleaning, sanding and filling is required of the painting trade for surface preparation. Hardware, switchplates, machined surfaces, nameplates, lighting fixtures, wiring, and all other surfaces not to be painted shall be removed or otherwise protected. Drop cloths shall be provided, where necessary, to avoid spotting of surfaces adjacent to the item being painted. Working parts of electrical equipment shall be protected from damage during surface preparation and painting operations. Ferrous metal cleaning shall be in accordance with Steel Structures Painting Council Specifications (SSPC). Description SSPC White Metal Blast Cleaning SP-5 Commercial Blast Cleaning SP-6 Brush-Off Blast Cleaning SP-7 Near-White Blast Cleaning SP-10 Preparation of Concrete SP-13 City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-8 valent phrases of equal intent shall be taken to refer to the applicable SSPC specification when used in the paint Hand tool cleaning shall be used when power tool cleaning is not possible. Hand and power tool cleaning shall be in accordance with SSPC Specifications SP-2, SP-3 or SP-11, respectively. The blast cleaning surface profile depth shall be recommended depth. B. FERROUS METAL, GALVANIZED METAL AND HOLLOW METAL SURFACES The Contractor shall assure that fabrication, welding or burning is completed prior to the sandblasting operation. The Contractor shall chip or grind off flux, spatter, slag or other laminations left from welding. The Contractor shall remove all mill scale. The Contractor shall grind smooth rough welds and other sharp projections. The Contractor shall near-white blast clean, in accordance with SSPC SP-10, all surfaces except galvanized surfaces. The Engineer reserves the right to accept preparation of these surfaces in accordance with SSPC SP-3 for areas not practical or possible to sandblast to SSPC SP-6 requirements. The Contractor shall apply prime coat on cleaned surfaces within 2 hours of cleaning. The Contractor shall solvent clean galvanized surfaces in accordance with SSPC SP-1. Final surface preparation for galvanized surfaces shall be determined by the paint manufacturer. C. SURFACE PREPARATION TOUCHUP The Contractor shall sandblast the following equipment items or surfaces in accordance with applicable SSPC standards whether prime coated or not: Shop primed surfaces, which have 2 percent or more of the primed surface damaged. If catalyzed epoxy prime coat has been exposed to sunlight for longer than 60 days. City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-9 D. PREPARATION BY SANDBLASTING The Contractor shall not sandblast surfaces that will be wet after blasting and before painting. The Contractor shall apply primer to sandblasted surfaces the same day that the surface is blasted and before rusting occurs. The Contractor shall reblast surfaces allowed to set overnight prior to priming or surfaces that show rust bloom. The sand shall be clean, water washed, with controlled particle size and high silica content. The sand shall have sharp, angular surfaces and contain no clay particles or other extraneous matter. The profile depth of sandblasted surfaces shall be not less than 1 mil or greater than 2 mils, unless required otherwise by the coating manufacturer. Compressed air for blasting shall be free of water and oil. The Contractor shall provide accessible separators and traps, shall confine sandblast sand to the area being blasted, shall provide shields of polyethylene sheeting or other such barriers to confine sand and shall plug pipes, holes or openings before sandblasting and keep them plugged until the sandblasting operation is complete and the sand is removed. The Contractor shall protect nameplates, valve stems, rotating equipment, motors and other items that may be damaged from sandblasting. The Contractor shall reblast surfaces not meeting the requirements of these Specifications. 3.4 APPLICATION A. GENERAL The Contractor shall mix and apply coatings by brush, roller or spray in ructions. Spraying equipment shall be inspected and approved in writing by the coating manufacturer. The Contractor shall provide complete coverages to the mil thickness specified. The thickness specified shall be dry film mil thickness. All paint syste betwe thickness, mil thickness requirements govern. When color or undercoats show through, the Contractor shall apply additional coats until paint film is of uniform finish and color. The Contractor shall not apply consecutive coats until the Engineer has had an opportunity to observe and approve previous coats. The Contractor shall apply materials under adequate illumination, shall evenly spread and flow on to provide full, smooth coverage, shall work City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-10 each application of material into corners, crevices, joints and other difficult to work areas, shall avoid degradation and contamination of blasted surfaces and avoid intercoat contamination, shall clean contaminated surfaces before applying next coat and shall immediately smooth out runs or sags, or remove and recoat entire surfaces. The Contractor shall assure that preceding coats are dry before recoating, shall recoat within the time limits specified by the coating manufacturer and shall allow coated surfaces to cure prior to allowing traffic or other work to proceed. The Contractor shall coat all aluminum surfaces in contact with dissimilar materials. All fabricated and structural steel shall have prime coat(s) applied in the shop and finish coat(s) applied in the field. During application of either prime or intermediate coats, brush coat all weld seams, edges, angles, fasteners and other irregular surfaces to insure a monolithic film, pinhole free surface. All coats of paint shall be uniform in color and sheen without streaks, laps, runs, drips, sags or missed areas. All submerged or intermittently submerged materials shall have surface preparation and coatings applied prior to installation unless otherwise approved by the Engineer. All pipe, pipe supports, and pipe hangers that will be painted shall have surface preparation and coatings applied prior to installation. B. FINISH SCHEDULE FOR MAGNETIC FLOW METER VAULT All work performed under this Contract (including new work, modifications to existing facilities, and existing facilities) shall be painted. The items to be painted shall include: 1. Ductile Iron Pipe (Safety Blue) 3.5 FIELD QUALITY CONTROL The Contractor shall be responsible for performing and assuring conformance with all requirements of these Specifications. The Contractor shall maintain daily records showing: Start date of work in each area. Date of application for each following coat. City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-11 Moisture content and surface temperature of substrate. Also record weather conditions, ambient air temperature, dew point, and temperature of the paint. Provisions utilized to maintain temperature and humidity of work area The Contractor shall measure the surface temperature of items to be painted with surface temperature gauges specifically designed for such use. shall only be allowed if they are rated to higher than 2 percent margin of error and calibrated against a surface temperature gauge. If the surface temperature is within 10 degrees F of the dew point, the measurement shall be made by a surface temperature gauge. The Contractor shall measure substrate humidity with humidity gauges specifically designed for such use. The Contractor shall measure wet paint with wet film thickness gauges. The Contractor shall measure paint dry film thickness with a Mikrotest gauge Calibration Standard or a digital coating thickness gauge meeting or exceeding the specifications of the Elcometer 456E and with a current calibration certificate. The Engineer may direct measurement of paint thickness at any time during the project to ensure conformance with these Specifications. A sufficient number of dry film thickness measurements shall be made so that there is approximately one measurement for each 100 square feet of surface area painted. Where a wall or ceiling or other type of surface is disturbed and patched, the Contractor shall repaint entire wall or ceiling. The Contractor shall provide wet paint signs as necessary. The Contractor shall touch up damaged finish coats using the same material as specified for the finish coat. At the conclusion of all painting activities, Contractor shall submit a painting field test report to the Engineer showing the above information plus results of wet film and dry film thickness tests. Provide four copies of final test report. The City will employ an independent Painting Inspector as described in Section 09970. 3.6 PAINTING SITE Either shop painting or field painting and surface preparation shall be acceptable when painting work is performed in conformance with this Section, unless the painting is activity specified elsewhere in these Specifications. 3.7 PAINT THICKNESS All paint thicknesses specified herein are minimum dry film thickness (MDFT). The thickness of paint over metallic surfaces shall be measured with a magnetic City of Kent 6 MG Reservoir Recoating G&O #21454\ 09900-12 thickness gauge or digital coating thickness gauge meeting the requirements of Section 3.5; paint thickness over wood or masonry shall vary in accordance with rate be exceeded. The minimum thicknesses given are total coating thickness for the coating specified, including multiple coats of the same material, where applicable. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 09970-1 SECTION 09970 RESERVOIR SURFACE PREPARATION AND PAINTING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes preparation of surfaces and completion of painting of the interior floor, ceiling, wall surfaces, accessories, riser interior, exterior roof, walls, legs, cross braces, drain/fill pipe, riser exterior, and areas damaged by the welding excluding aluminum items of the reservoir as required by the Drawings and as specified herein to include, but is not limited to, the following: A. RECOAT RESERVOIR INTERIOR AND EXTERIOR 1. Clean interior and dispose of material; 2. Provide adequate ventilation, dust collection and equipment; 3. Provide dehumidification heaters, and/or forced air fans as required; 4. Provide all generators, fuel, and other appurtenances necessary to perform the work described herein. 5. Provide containment of blast material, per SSPC Guide 6 per Specifications. Plug the inlet and outlet pipe on the interior of the reservoir and prevent blast material from entering the riser. 6. Blast interior to obtain an SSPC-SP10 (near white blast) finish including the reservoir riser and prep other damaged areas and welds as specified; 7. Dispose of blast material. Blast material from the interior of the reservoir shall be removed through the existing manways or a door sheet. The existing interior coating system has been tested and results are included in Appendix A; 8. Apply prime, stripe, intermediate, and finish coats of paint; 9. Blast exterior to obtain an SSPC-SP10 (near white blast) finish and prep other damaged areas and welds as specified; City of Kent 6 MG Reservoir Recoating G&O #21454 09970-2 10. Dispose of blast material. The existing exterior coating system has been tested and results are included in Appendix A. The exterior coating system has detectable levels of lead and other RCRA 8 metals; 11. Apply prime, stripe, intermediate, and finish coats of paint; 12. Allow proper curing time while providing dehumidification, heaters, and/or forced air fans, as required; 13. Disinfection and testing of the reservoir. All coating materials and workmanship shall be in conformance with AWWA D102 and as specified herein. The more stringent requirements of the AWWA Standard or this Section shall apply. All coatings in contact with potable water shall be certified by the National Sanitation Foundation (NSF) for compliance with NSF Standards 60 and 61. Additional coating preparation and application specifications are found in Section 09900. The Contractor is advised that electrical power is not available on site to use on this project. The Contractor shall provide its own source of power to perform all the required work. Associated cost for power generation and fuel shall be considered incidental to the various pay items in the contract. Contractor shall note noise restrictions in Section 1.5 H. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 09900 Painting 13211 Reservoir Accessories 1.3 REFERENCES ANSI/NSF 61 - Drinking Water System Components - Health Effects. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. AWWA C 652 Disinfections of Water-Storage Facilities. AWWA D 102 Painting Steel Water Storage Tanks. SSPC-SP 6/NACE 3 Commercial Blast Cleaning. SSPC-SP 10/NACE 2 Near-White Metal Blast Cleaning. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-3 SSPC-Guide, Guide 6 Guide for Containing Surface Preparation Debris During Paint Removal Operation. SSPC-Guide, Guide 12 Guide for Illumination of Industrial Painting Projects. SSPC-Guide 7 Guide for Disposal of Lead-Contaminated Surface Preparation Debris. 1.4 SUBMITTALS The following information shall be submitted in accordance with Special Provisions Part 1, Section 1-06.7 (Submittals). A. Paint system data sheet for each of the distinctive products to be used. me, product name, and number and required minimum dry film thickness. B. intermediate, and finish coats of paint. C. certification that coatings comply with specified requirements and are suitable for the intended application. D. Material Safety Data Sheets for all substances to be used and/or stored at the Project site. E. A Waste Handling and Disposal Plan that includes but is not limited to a description of the wastes that the Contractor expects to generate, waste characterizations, procedures and how wastes are to be collected, stored, contained, and disposed during the Project and how the nearby potable water facilities will be protected from potential contamination. F. A Ventilation Plan to provide adequate ventilation and respirators for personnel to meet all safety requirements and to carry away solvents during the curing phase of each coat. G. Reservoir Interior Environmental Control Plan that includes a description of the dehumidifier, ventilation, heating systems, environmental monitoring equipment, and procedures the Contractor anticipates using on the project. H. A Health and Safety Plan that includes but is not limited to methods for protecting workers from dust, paint fumes, exposure to lead, a description City of Kent 6 MG Reservoir Recoating G&O #21454 09970-4 of the air handling system and appropriate emergency procedures. I. A Fall Safety Plan, that includes but is not limited to methods for protecting workers when working on the reservoir. J. A Materials Storage Plan, that includes but is not limited to provisions for temporary on-site storage of coating products and related materials. K. A Fueling Plan that includes, but is not limited to, provisions for temporary on-site storage, transfer of fuels and lubricants, and how the nearby well will be protected from potential contamination. L. A Disinfection and Testing Plan, that includes but is not limited to written procedures and drawings for disinfection of the reservoir and collecting of samples to be tested by an independent laboratory. The Disinfection and Testing Plan shall include a plan for disposal of test water. M. A Containment Plan that includes, but is not limited to, written procedures and drawings for providing dust containment during the surface preparation of the reservoir exteriors, meeting the requirements of SSPC Guides 6 and 7, and how the nearby well will be protected from potential contamination. N. Certification that the interior paint coating in contact with potable water is certified in accordance with the National Sanitation Foundation Standard No. 61 and meets zinc-rich primer requirements of AWWA D102-03 System ICS-5. P. Provide a plan for blasting and blast removal including how the cleanliness of the inlet and outlet pipe will be maintained and how blast material will be removed from the interior of the reservoir through the existing reservoir roof access hatch. Provide an abrasive blast disposal plan that includes, but is not limited to, methods and materials planned for the proper storage, testing, disposal method, and disposal site for project blast material. Documentation of proper disposal will be required prior to project closeout. Proper adherence to all applicable laws, regulations, and standards for the safe handling of lead contaminated materials will be the responsibility of the Contractor. Q. A Spill Prevention, Control and Countermeasure Plan per 40 CFR Part 112 including how the nearby well will be protected from potential contamination. R. An Access Plan that includes, but is not limited to, written procedures for providing access for City personnel to operational facilities, and the City of Kent 6 MG Reservoir Recoating G&O #21454 09970-5 personal protective equipment that will be available to City personnel provided by the Contractor for accessing those facilities, particularly during containment of the reservoir. S. An Access Plan that includes, but is not limited to, written procedures for providing access for City personnel to operational facilities, and the personal protective equipment that will be available to City personnel provided by the Contractor for accessing those facilities, particularly during containment of the reservoir. T. Door sheet, coordinate with City for door sheet location and follow structural welding testing requirements described in Section 13211. The above information shall be submitted 20 days prior to the painting process and shall be approved by the Engineer before any coatings are applied. 1.5 SITE ENVIRONMENTAL REQUIREMENTS A. The Contractor, in executing the work, shall maintain affected areas within and outside project boundaries free from environmental pollution that would be in violation of any federal, state, county, or local regulations. B. Staging areas established by the Contractor shall be limited to the minimum area absolutely required. Hazardous materials stored in the staging areas shall be placed on a leak proof membrane and surrounded with temporary retaining curbs as required to prevent soil contamination and/or the release of any contaminated material. Other precautions to prevent soil contamination shall consist of acceptable containers for the collection and disposal of all waste materials including rubbish, other debris, existing paint chips and other painting materials used for this project. C. Any liquid, semi-liquid, or saturated solids that tend to bleed must be conveyed in watertight containers. D. The Contractor shall not dispose of volatile wastes such as mineral spirits, oil, chemicals, paint thinner, or paint stripper in storm or sanitary drains. Disposal of wastes into streams or waterways is also strictly prohibited. Wastes shall be prohibited from entering the surface or subsurface water source(s). No paint or solvent material shall be disposed of on site, nor shall the Contractor burn or bury rubbish or waste materials on the project site. E. The use of petroleum products on the site shall be limited during construction to that amount absolutely necessary. Refueling shall be done City of Kent 6 MG Reservoir Recoating G&O #21454 09970-6 in an area covered by a leak-proof membrane and surrounded by temporary retaining curbs as required. Any vehicle or piece of equipment that is leaking petroleum products, including fuel or hydraulic fluid, shall be prohibited from the construction site. F. The Contractor shall prepare a Spill Prevention, Control and Countermeasure (SPCC) Plan and in the event a spill occurs on the construction site, the Contractor is responsible for contacting the Engineer and all appropriate agencies in accordance with applicable federal, state, and local regulations, including but not limited to WAC 173-303-145 (Spills and Discharges into the Environment). G. The Contractor shall comply with all applicable federal, state, and local laws including but not limited to WAC 173-303 Dangerous Waste Regulation relating to the collection, containment and transportation of hazardous substances and shall be contractually responsible for ensuring all subcontractors comply as well. H. Noise shall be minimized by using appropriate construction methods and equipment. The Contractor shall provide mufflers or acoustical barriers to maintain noise levels from tools and equipment within legal noise levels. See Kent City Code Chapter 8.05, Noise Control. Noise levels shall be limited to 55 dBA at the property line and between the hours of 10:00 p.m. and 7:00 a.m. noise levels shall be limited to 45 dBA at the property line. I. The Contractor shall strictly adhere to applicable regulations for fugitive dust emissions as specified by the Puget Sound Clean Air Agency. Any dust complaints received shall be immediately addressed by the Contractor. J. The Contractor shall be responsible for the temporary storage of painting materials, solvents, plus the collection and containment of all non- hazardous and hazardous wastes, debris and rubbish generated by construction activities for the duration of the Project and until the Engineer accepts the work as complete. The Contractor shall employ the necessary safe guards to protect the materials temporarily stored on site from accidental spills and vandalism. Temporary storage areas required for the Contractor to store hazardous substances and other wastes on site shall be confined to mutually agreed upon locations within the site. The Contractor shall be confined to the location(s) specified. Changes or modification to the temporary storage shall be permitted, provided the request is submitted in writing with a sketch of the proposed modification to the Engineer for review. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-7 K. Hazardous and non-hazardous substance storage on site is limited to the length of the Contract. All containers with hazardous substances shall be water tight and environmentally safe. When temporarily stored on site, all containers shall be placed on wooden pallets and contained within leakproof membranes surrounded with temporary retaining curbs. Containers shall be stored up right in multiple rows, stacking containers on top of one other is prohibited. L. The Contractor shall be responsible for transporting and disposal of all materials generated from the cleaning process to include but not limited to: all abrasive paint removal materials and all other hazardous and non- hazardous substances, debris and rubbish generated from the surface preparation, application of the new coating system and other construction activities. All materials shall be removed from the site by the Contractor prior to Project acceptance and disposed of or recycled in accordance with all federal, state, county, and local regulations. 1.6 The Contractor or subcontractor performing the surface preparation and painting (shop and field) shall have completed at least five water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. The Engineer shall have the right to reject any and all painters based on lack of qualifications. Any costs associated with obtaining approval of the painter or substitution of a new painter shall be considered incidental to the Project and no additional payment will be made. 1.7 It shall be the responsibility of the paint manufacturer to work with the Contractor as a working team to obtain a good protective coating for the interior and exterior surfaces of the reservoir. A. resentative shall be notified and be present at the jobsite on the first day of painting to verify that proper surface preparation has been provided and that coatings are being applied in conformance with these Specifications. B. ntative shall be available on request by either the Engineer or the Contractor for further confirmation of proper painting procedures throughout the field painting phase of construction, City of Kent 6 MG Reservoir Recoating G&O #21454 09970-8 particularly prior to applying the next coat of paint. C. The Manufactu surface coatings, upon completion of the final coats of paint to principally check the minimum dry film thickness (DFT) of the coatings. D. The Man g the first year and second year anniversary inspection of the interior and exterior coatings at no additional cost to the City. 1.8 INSPECTION The Engineer will provide an independent NACE-certified painting inspector to review and inspect the work. The Inspector will review surface preparation, dry film thickness measurements, coating product identification including batch numbers of products, and weather conditions. The Contractor shall make available, to man-lifts, scaffolding, safety equipment, and work areas as necessary to perform coatings inspections. 1.9 EXISTING RESERVOIR CONDITIONS A. DIMENSIONS Capacity: 6 million gallons Diameter (tank): 146'-0" Height (tank): -0" B. PREVIOUS INTERIOR COATING Previous coating systems are unknown. The existing coating does contain RCRA 8 metals and a RCRA 8 metals test is included in the appendices. C. PREVIOUS EXTERIOR COATING Previous coating systems are unknown. The existing coating does contain RCRA 8 metals and a RCRA 8 metals test is included in the appendices. 1.10 DELIVERY, STORAGE AND HANDLING Deliver materia containers and packaging, with label clearly identifying: Coating or material name. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-9 Name of Paint Manufacturer. Color name and number. Date of manufacture. Batch number. Mixing and thinning instructions. Store paint materials in a protected area that is heated or cooled to maintain temperature range recommended by the paint manufacturer. Keep materials sealed until time of application. Do not use materials after expiration of shelf life limit as indicated by the Paint Manufacturer. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS Subject to compliance with the Specifications contained herein, approved manufacturers offering coating systems which may be incorporated into the work include, but is not necessarily limited to the following: A. Sherwin Williams Sherwin Williams paint products are listed. All colors and types of paints indicated are Sherwin Williams coating systems. All coating applications shall be to standards, specifications, requirements, and recommendations. Paint application shall be performed in strict accordance with manufacturer coating thickness specified in paint schedule herein shall govern. 2.2 STORAGE AND HANDLING All materials delivered to the jobsite shall be in original sealed and labeled containers of the paint manufacturer. Store paint materials in a protected area that is heated or cooled to maintain temperature range recommended by the paint manufacturer. 2.3 INTERIOR RESERVOIR COATING The interior coating system shall be suitable for potable water service (AWWA D102, System 3 modified for zinc-rich primer for entire interior surface). The interior system shall include: City of Kent 6 MG Reservoir Recoating G&O #21454 09970-10 A. SHERWIN WILLIAMS 1. Primer: Sherwin Williams Corothane I Galvapac 1K Zinc Primer or 2K Zinc Primer, applied at 2.0 to 4.0-mils dry film thickness. 2. Stripe Coat: Sherwin Williams Macropoxy 646PW, applied at 2.0 to 4.0 mils dry film thickness. 3. Intermediate Coat: Sherwin Williams Macropoxy 646PW applied at 5.0 to 6.0 mils dry film thickness. 4. Finish Coat: Sherwin Williams Macropoxy 646PW, applied at 5.0 to 6.0 mils dry film thickness. 5. The total dry film thickness of the complete interior paint coating system shall be in the range of 12.0 to 16.0 mils dry film thickness not including stripe coated areas. Stripe coated areas shall be in the range of 14.0 to 20.0 mils dry film thickness. 6. Finish interior shall be white. 2.4 EXTERIOR RESERVOIR COATING The exterior topcoat shall meet the requirements of AWWA D102, System 6. The exterior system shall include: A. SHERWIN WILLIAMS 1. Primer: All areas shall receive one coat of Sherwin Williams Corothane I Galvapac 1K Zinc Primer, applied at 2.0- to 4.0-mils dry film thickness. 2. Stripe Coat: Sherwin Williams Macropoxy 646 FC, applied at 2.0- to 4.0-mils dry film thickness. 3. Intermediate Coat: Sherwin Williams Macropoxy 646 FC, applied at 5.0- to 10.0-mils dry film thickness. 4. Finish Coat: Sherwin Williams Sher-Loxane 800, applied at 4.0- to 6.0-mils dry film thickness. Broadcast spread granules of sand in the last coat of topcoat material to provide a non-skid surface where indicated on the Plans. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-11 The total dry film thickness of the completed exterior paint coating system shall be 11 to 20 mils not including stripe coated areas. Stripe coated areas shall be 13 to 24.0 mils. Finish color to be light blue. 2.5 COATING PERFORMANCE CRITERIA REQUIREMENTS A. INTERIOR COATING PERFORMANCE CRITERIA Interior coating materials shall meet or exceed the following test requirements established for the coating system. 1. Galvanic Protection a. Method: Primer applied to SSPC-SP10 Near-White Blast Clean hot rolled carbon steel. b. Requirement: The average measured potential of primer is -878 millivolts. 2. Adhesion a. Method: ASTM D4541 (TTM-34) Type V Posltester. b. Requirement: Not less than 2,083 pounds per square inch pull, average of three trials. c. Requirement: Not less than 800 pounds per square inch pull, average of three trials on primer. 3. Prohesion a. Method: TTM-80 Prohesion Cabinet Testing. b. Requirement: No blistering, cracking, rusting or delamination of film. No more than 1/64 inch creepage at scribe after 15,000 hours. B. EXTERIOR COATING PERFORMANCE CRITERIA Exterior coating materials shall meet or exceed the following test requirements established for the coating system. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-12 1. Primer a. Adhesion i. Method: ASTM D3359 Method B(Crosshatch Adhesion) Coating system applied to sandblasted steel panels and cured 30 days at 77 degrees F. ii. Requirement: Not less than a rating of 5, average of three tests. b. Salt Spray (Fog) i. Method: ASTM B117. ii. Requirement: No blistering, cracking, rusting or delamination of film. No rusting at scribe after 1,500 hours exposure. 2. Finish a. QUV Exposure i. Method: ASTM G53 (UVA-340 bulbs, 4 hours light, 4 hours dark). ii. System: Series L69 HB Epoxoline/Series 740 EnduraSheild applied to SSPC-SP10 Near-White Blast cleaned steel and cured 14 days at 75 degrees F (24 degrees C). iii. Requirement: No blistering, cracking or chalking. No gloss loss and no more than 0.67 DE00 (2.02 DEFMC2) color change after 4,000 hours exposure. b. Graffiti Resistance i. Method: The following graffiti materials applied to coating and allowed to dry for seven days: acrylic, epoxy-ester and alkyd spray paints, ballpoint ink, crayon, Markett marker, black shoe polish and lipstick. Removal first attempted with xylene, if graffiti remains then Methyl Ethyl Ketone shall be used. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-13 ii. Requirement: Complete and easy removal without loss of shine. PART 3 EXECUTION 3.1 SURFACE PREPARATION A. CLEANING INTERIOR SEDIMENT Preparation for recoating the interior surfaces shall include general cleaning of the entire reservoir. The Contractor shall anticipate sediment on the reservoir floor which shall be removed by vacuum. Disposal of sediment shall be to an approved location. Inlet and outlet piping shall be plugged to prevent sediment and abrasive blast material from entering them. B. ABRASIVE BLASTING All interior and exterior steel surfaces to be painted shall receive a blast cleaning in accordance with SSPC SP-10 (Near White Blast), as verified using SSPC-VIS-1, to remove all existing paint, corrosion, and mill scale. Surfaces shall be cleaned of all dirt, mud, oil, grease, mill scale and foreign materials. The final prepared surface shall be clean, dry, and free of contaminants. The riser pipe shall be plugged on the interior of the reservoir and blast material shall be prevented from entering the riser. All blast-cleaned areas shall be primed the same day that the surfaces are blasted. Longer time periods for painting after blasting may be allowed if the dew point, humidity and temperature are within the coating manufacturers requirements. Longer time periods must be approved by the Engineer. C. CONTAINMENT OF ABRASIVE BLASTING The Contractor shall contain airborne and other materials using best management practices and available technologies that are in compliance with applicable federal, state, and local air pollution authorities, environmental control regulations and fugitive dust emissions. The Contractor shall use acceptable containers for the collection, storage, transport and disposal of specified waste materials. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-14 The containment shall, as a minimum, meet the requirements of Class 1A containment as provided by the SSPC Guide 6 and meet the following: Penetrability: Type B1 Air Impenetrable Joints: Type D1 Fully Sealed Entryways: Type E2 Entryway through Resealable Doors Air Supply (Intake Points): Type F1 Controlled Air Supply (Intake) Air Pressure Inside Containment: Type H2 Visual Verification Exhaust Air Flow/Dust Collection: Type J1 Air Filtration Required Methods for Assessing Quantity of Emissions: Method G Visual Assessment of Site Cleanliness. Engineer may elect to use Methodology A- F, as necessary, at Engineer expense. The reservoir inlet/outlet shall be plugged on the interior of the reservoir and blast material shall be prevented from entering the riser. Fall, winter, and spring site conditions are often muddy. Contractor to provide adequate rigid support for scaffolding. D. SURFACE CONDITIONS FOR PAINTING After surface preparation has been completed and prior to painting, all dirt, dust and similar contaminants from the surface shall be removed. It is the responsibility of the Contractor to ensure that all surfaces are prepared in accordance with the written recommendations and the directions of the Paint Manufacturer. Coatings shall be applied only when humidity, air and surface temperatures are within limits prescribed by the Paint Manufacturer for the coating being applied. E. ABRASIVE BLAST DISPOSAL The coatings systems have been tested for metals, and the exterior coating system contains measurable levels of RCRA 8 metals including detectable levels of barium and chromium. A RCRA 8 metals test is included in the appendices. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-15 Blast material from the interior of the reservoir shall be removed through the existing reservoir roof access hatch or the door sheet. The Contractor shall be responsible for transporting and disposing of all materials generated from the cleaning and painting processes, including but not limited to: all abrasive paint removal materials and all other non- hazardous substances, debris and rubbish generated from the surface preparation, application of the new coating system, and other construction activities. The Contractor shall have a TCLP test run on at least one composite sample of the waste prior to disposal. All costs shall be borne by the Contractor. The Contractor shall dispose of the waste material in accordance with all federal, state and local regulations. Documentation of the location and proper disposal of blast materials shall be provided to the Engineer prior to project closeout. If materials chosen by the Contractor for surface preparation, i.e., abrasives and/or additives, cause the waste blast to be categorized as hazardous waste, the additional costs for hazardous waste disposal shall be borne by the Contractor, regardless of any hazardous materials in the paint removed. 3.2 RESERVOIR ENVIRONMENTAL REQUIREMENTS A. GENERAL The space to be controlled shall be sealed off as well as possible allowing air to escape at the bottom of the reservoir away from the point where the dehumidified air is being introduced. For the interior, maintain a slight positive pressure within the reservoir unless the dust from the blasting operation is hazardous. In no event shall dust or other particulates be allowed to leave the interior of the reservoir without being filtered. Environmental conditions shall be monitored using a manual Sling Psychrometer and US Department of Commerce Psychrometric tables. Contractor shall take and record conditions at 4-hour intervals beginning at the start of each shift and throughout each work day where blasting and/or coating application takes place. B. HUMIDITY Provide dehumidification as required to maintain the relative humidity s specified humidity range. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-16 C. TEMPERATURE 1. Provide auxiliary heaters as required to maintain the temperature within the Paint Manufactur 2. Heaters shall be installed in the process air supply duct between the dehumidifier and the reservoir as close to the reservoir as possible. 3. Only electric or indirect gas-fired auxiliary heaters shall be used. No direct-fired space heaters will be allowed. 4. Air heaters or refrigeration equipment are not acceptable substitutions for dehumidification equipment. D. VENTILATION 1. Provide ventilation during the coating evaporation stage in confined or enclosed areas in accordance with AWWA D102. 2. The ventilation system must be designed to match the air volume of the dehumidification equipment in such a manner that it will not the reservoir as described herein. 3. Do not recirculate the air from the reservoir or from filtration equipment back through the dehumidifier when coating or solvent vapors are present. E. DUST AND CONTAMINANTS 1. Schedule coating work to avoid excessive dust and airborne contaminants. 2. Protect work areas from excessive dust and airborne contaminants during coating application and curing. 3.3 PAINTING A. GENERAL APPLICATION REQUIREMENTS It is the intent of these specifications that materials and workmanship be provided such that the highest quality job is obtained. The completed work, as a condition of acceptance, shall be free from runs, skips, mars and any other disfiguring mark due to faulty workmanship or faulty care City of Kent 6 MG Reservoir Recoating G&O #21454 09970-17 of the completed work, and shall be free of film characteristics or defects that would adversely affect coating performance. Paint all steel reservoir interior surfaces, including sideshell, bottom and ceiling, and all accessories therein, including conduits, ladders, platforms, and appurtenances. All accessories that are not to be painted as part of this project shall be removed, stored and reinstalled or masked off at the approval of the Engineer. Paint steel reservoir exterior surfaces including the roof, side shell, legs, fill/drain pipe and accessories. All accessories that are not to be painted as part of this project shall be removed, stored and reinstalled or masked off at the approval of the Engineer to include, but not limited to, landing and stairway gratings, electrical conduit, and aluminum roof vent. Mix, thin and apply printed instructions. Keep products in closed containers when not in use, to avoid contamination. Do not use mixed coatings beyond pot life limits. Use application equipment, tools, pressure settings and techniques in accordance with the recommendations of the Paint Manufacturer and the equipment manufacturer. Use full kit or measuring equipment to meet After surface preparation has been completed and prior to painting, remove all dirt, dust, and similar contaminants from the surface. It shall be the responsibility of the Contractor to ensure that all surfaces are prepared as specified herein and in accordance with the written recommendations and the directions of the paint manufacturer whose paint is being applied. The Contractor shall also comply with the directions of the Painting Inspector and the Engineer. All surfaces to be painted shall be in proper condition at the time the work is in progress, and no painting shall be performed under adverse conditions. Air and surface temperatures and humidity shall be continuously monitored and be within specified limits prescribed by the manufacturer for the coatings being applied. Work areas shall be reasonably free of airborne dust at the time of application and while the coating is drying. Allow each coat of paint to dry thoroughly before applying next coat. Contractor shall provide fans, heaters, and dehumidifiers as necessary to provide proper painting and curing. The interior coating system must be cured within 7 days after application of the final coat. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-18 Finish coats shall be uniform in color and sheen without streaks, laps, runs, sags, ridges, or missed areas. Apply sprayed coatings uniformly at the spreading rate required to achieve the specified dry film thickness. All welds, edges and sharp angles on landings, ladders, beams, rafters, roof plates, fasteners, bolted connections, or other irregular surfaces shall be provided with a stripe coat prior to the application of the intermediate coat. The stripe coat shall be applied using a two-way, directional brush stroke to ensure a pinhole-free and monolithic film. Stripe coat shall be applied as a separate/stand alone coat. It shall be applied following the application of the prime coat and before application of the intermediate coat. Wet on wet stripe coating will not be allowed. The coatings manufacturer ecommended dry time for the prime coat must be adhered to prior to the application of stripe coat. The Contractor shall correct finish coat defects to the satisfaction of the Engineer. Repair or replace damaged materials and surfaces not scheduled to be coated. Touch-up of minor damage shall be acceptable where result is not visibly different from adjacent surfaces. Follow Paint recoats. Recoat entire surface where touch-up result is visibly different, either in sheen, texture or color. Repair in accordance with the Paint mendations all coatings that exhibit film characteristics or defects that would adversely affect performance of the coating system. B. CONTRACTOR DOCUMENTATION The Contractor shall provide a final written report that paint coatings have been applied properly and meet the requirements of the Specifications. This report is in addition to the report prepared by the Engineer ting Inspector. As a minimum, the report shall include: Daily Activities Log, Surface Preparation Checklist, Coating Materials Report, Mixing Data Report, Wet Mil Thickness Report, Dry Mil Thickness Report and product batch numbers. The Contractor shall make the information available to the Engineer and Painting Inspector as requested for periodic review. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-19 3.4 INSPECTION AND TESTING The Engineer may employ an independent Painting Inspector to perform specified inspections during preparation for painting and the painting process of the reservoir. Principal inspections will occur to ensure compliance with these Specifications at the following hold points: Surface preparation Application of full prime coat Brush on stripecoat Application of intermediate coat Application of finish coat Dry film thickness test Holiday testing The Contractor shall be responsible for coordinating with the Engineer and the Painting Inspector at least 24 hours prior to reaching an inspection hold point. The inspections will be performed in accordance with Steel Structures Painting Council (SSPC) PA-2. The Contractor shall be responsible (Engineer may verify) for assuring conformance with all requirements of these Specifications. Contractor shall have on-site a wet film thickness gauge, dry film thickness gauge, steel temperature gauge, manual other testing equipment necessary to ensure that the quality control requirements of the paint manufacturer and these Specifications are met. The full reservoir voltage, wet sponge, holiday detector producing 67.5 volts. The total dry film thickness on all surfaces shall be measured in accordance with SSPC PA-2. A sufficient number of measurements shall be taken which are considered representative based on the surface area of the reservoir. Within one hour prior to the application of any coating, and thereafter at any time during the coating process if the conditions appear to deteriorate as noted by the Paint Manufacturer, Painting Inspector or the Engineer, the Contractor shall record weather conditions, ambient air temperature, steel temperature, and dewpoint. The Contractor shall provide the Painting Inspector and Engineer or their representative with necessary equipment and labor to inspect all areas of the reservoir. Necessary equipment shall include safety harness, hoisting equipment, ladders, etc., and this equipment shall be the same as that used by the Contractor to paint the reservoir. If equipment operators are required, the Contractor shall provide the operators. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-20 Wet film thickness tests shall be measured with a gauge that measures the wet film thickness within an accuracy of plus or minus 0.5 mil. A wet film thickness measurement shall be made for each 100 square feet of surface area painted. Dry film thickness tests shall be measured with a magnetic gauge that will measure the dry film thickness within an accuracy of plus or minus 0.25 mil. A sufficient number of dry film thickness measurements shall be made so that there is approximately one measurement for each 100 square feet of surface painted. The Contractor shall furnish the Engineer four copies of a written test report showing the results of the wet and dry film thickness tests made on the reservoir surfaces as well as daily weather and humidity conditions for all days when painting was performed on site. The report shall include the daily reports prepared by the Contractor. The Engineer and Painting Inspector will monitor the painting process, note the products used and verify the dry film thickness measurements. The Contractor shall provide all necessary safety equipment for the Engineer, Painting Inspector, and Paint M entative during all inspections including, but not limited to: A. Respiration protection equipment equal or better than that being used by workers on the Project in compliance with applicable safety regulations; and B. Fall protection equipment including, but not limited to, full body harness, shock-arresting lanyards, proper connectors and lifelines, tie rods, and connections to structural members. Safety equipment shall be in good condition and fully functional for its intended purpose. 3.5 SERVICE It shall be the responsibility of the Paint Manufacturer to work with the Contractor as a working team to obtain a serviceable protective coating that is A. The Paint Manufacturer shall attend the preconstruction conference. B. job site on the first day of painting of the reservoir to verify that proper surface preparation has been made and that coatings are being applied in conformance with these Specifications. C. uest by either the Engineer or the Contractor for further confirmation of proper City of Kent 6 MG Reservoir Recoating G&O #21454 09970-21 painting procedures throughout the field painting phase of construction, and in particular prior to application of each coat. D. sist in the visual inspection of the surface coatings upon completion of the final coat, to identify defects in appearance and defects that may adversely affect the future performance of the coating system. E. sist in the first and second anniversary inspection of the interior coatings at no additional cost to the City. 3.6 DISINFECTION Before disinfecting, all scaffolding, planks, tools, rags, and any other material not part of the reservoir or operating facilities of the reservoir shall be removed. Then the surfaces of the walls, floor, ceiling, column, and operating facilities of the reservoir shall be cleaned thoroughly using a high-pressure water jet or by sweeping and rinsing. Contractor shall be careful not to damage the structure or the new coating system during preparation of the reservoir for disinfection. All water, dirt, and foreign material accumulated in the cleaning operation shall be discharged from the reservoir, or otherwise removed. This foreign material may be discharged out the reservoir drain piping but shall be captured and disposed of to waste, and shall not enter the distribution system. The reservoir shall be disinfected and tested after all interior accessories are in place and the interior painting is completed and properly cured. Methods and procedures for disinfecting the reservoir shall conform to AWWA C652, Disinfection of Water-Storage Facilities. The use of chlorine solution (sodium hypochlorite) or dry chlorine (calcium hypochlorite) is anticipated as the active disinfecting agent. The Contractor shall be responsible for safe and proper handling and storage of chlorine compounds or other hazardous chemical that are used to perform this work. Handling of such chemicals shall be i federal, state and local regulations. Other hazardous chemicals shall be used only after acceptance by the Engineer and the Department of Health. The intent of this Part of the Specifications is to ensure successful completion of bacterial and odor tests, protection of materials, health/safety and conservation of water. To achieve these requirements, the Contractor shall submit a Disinfection and Testing Plan, to include written procedures and drawings for disinfection of the reservoir and collecting of samples to be tested by an independent laboratory. The submittal shall include: City of Kent 6 MG Reservoir Recoating G&O #21454 09970-22 A. Type of disinfection solution and method of preparation. B. Method of disposal for disinfecting reservoir wastewater. C. Disinfect all interior surfaces of the reservoir in accordance with the following method: 1. Spray or brush a solution containing 200 ppm of available chlorine onto the interior surfaces of the reservoir as prescribed in AWWA C652 Method 2. Apply solution from the bottom up, to include the entire interior surface area of the reservoir. 2. Allow disinfecting solution to remain at a minimum of 30 minutes before being rinsed off. 3. Fill reservoir with potable water sufficient to allow purging of the drain piping of chlorinated cleaning water. 4. Drain, dechlorinate and dispose of all chlorinated cleaning water. D. SAMPLING Prior to disinfecting the reservoir, the Contractor shall schedule sampling with the Engineer. The Contractor shall provide 14 days notice of VOC testing and allow 24 hours for testing to be completed. The Engineer will partially fill the reservoir to approximately 20 percent of its capacity, and then hold the water in contact with the paint at this level for a minimum of 24 hours. The water will then be tested by the Engineer for the following: Bacteriological Volatile Organic Chemical (VOC) analysis Upon satisfactory test of the above, the reservoir will be filled to its maximum level, and at this point the Engineer will perform an additional bacteriological test. The reservoir will not be accepted as complete until all tests are acceptable. Any retesting required because of a failed purity test shall be paid for by the Contractor. City of Kent 6 MG Reservoir Recoating G&O #21454 09970-23 3.7 GENERAL RESTORATION Areas damaged by the Contractor, which are not specifically allowed for under the Contract shall be repaired or replaced by the Contractor at the Con expense. The reservoir site shall be cleaned and restored to its original condition or better. 3.8 FIRST AND SECOND ANNIVERSARY INSPECTION A first and second anniversary inspection of the coatings shall be performed after the Project is accepted by the Engineer as complete. The Engineer will notify the Contractor of the specific date of the first and second anniversary inspections. As part of these inspections, the Engineer will drain and inspect the interior of the reservoir. The paint manufact e and the Contractor shall attend both inspections. An inspection report will be prepared for the Contractor and documentation pertaining to the number and types of failures observed. Engineer reserves the right to waive the first anniversary inspection and require the second anniversary inspection. The Contractor shall perform remedial work to correct any failures noted during the inspections, and shall be prepared to start immediately following notification of any failures by the Engineer. All required remedial work shall be scheduled with the Engineer. Such remedial work shall be completed in the shortest practicable time possible, considering the prevailing weather conditions that would affect such work. A failure of the painting system shall be considered to have occurred at any location where coating has peeled off, blistered, or cracked, or at any location where rusting is evident. The Contractor shall make repairs at all points where failures are observed by removing the deteriorated coating, cleaning the surface, and recoating with the same paint system. specifications for preparation and recoating. All repair work shall be subject to the requirements for new work as specified herein, including disinfection and testing. The Contractor shall furnish the Engineer two copies of all repair data recorded in relationship to weather conditions and testing reports showing the results of the dry film thickness measurements made on the reservoir. If the area of failure exceeds 25 percent of the area of the tank surface repaired as part of this Project, the entire paint system installed under this Project shall be removed and repainted, and the warranty period shall be extended for 2 years City of Kent 6 MG Reservoir Recoating G&O #21454 09970-24 from the date of the repainting, including the requirement specified herein for a first and second year inspection. The Contractor shall be responsible for disinfection and testing of the reservoir at both anniversary inspections whether repairs are required or not. ***END OF SECTION*** DIVISION 13 SPECIAL CONSTRUCTION City of Kent 6 MG Reservoir Recoating G&O #21454 13211-1 SECTION 13211 STEEL RESERVOIR REPAIRS AND IMPROVEMENTS PART 1 GENERAL 1.1 STEEL RESERVOIR The work specified in this Section includes furnishing and installing reservoir accessories as shown on the Drawings and specified herein. Accessories include the new roof vent, ladder and landing, access hatch, stairways, guardrails, level gauge system, intrusion switches, motion detectors, platforms, grating, including stair treads and nosings. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 05500 09900 09970 Miscellaneous Metal Fabrications Painting Reservoir Surface Preparation and Painting 1.3 DESIGN REQUIREMENTS Design, fabricate, erect, inspect, and test in accordance with AWWA D100 and the 2015 International Building Code (IBC), except as modified herein. Platforms, stairs, railings, ladders and grating shall be designed in conformance with applicable safety and building codes, including AWWA D100, OSHA, WISHA and IBC. Reservoir components shall be designed per AWWA D100. Design calculations and engineering drawings shall be provided to the Engineer by the Contractor. 1.4 APPROVED ERECTORS A. GENERAL QUALIFICATION The Contractor shall have successfully completed at least five water reservoir projects of similar complexity and cost in the Pacific Northwest or Alaska within the past 10 years. 1. Required Documentation For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of City of Kent 6 MG Reservoir Recoating G&O #21454 13211-2 the project, the name and location of project, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. B. WELDER QUALIFICATION The Contractor or subcontractor performing the welding shall have successfully completed at least three similar projects on water reservoirs of similar complexity and cost in the Pacific Northwest or Alaska within the last 5 years. 1. Required Documentation For each referenced project, submit in a well-organized tabular format the name, address, and telephone number of the owner of the project, the name and location of project, reservoir capacity, a brief description of the work, the initial contract amount, the final contract amount, the initial contract time and final completion time, and year completed. 1.5 SUBMITTALS The following information shall be submitted. A. Provide shop drawings showing location and thickness of all plates, structural members, welds, and details of all accessories and their attachment to the reservoir. B. Furnish mill test report for all steel used for the reservoir accessories. C. Provide calculations, stamped by a Professional Structural Engineer registered in the State of Washington, for the design of the accessories, for the loads as given herein. D. WELDING 1. Welding Procedure Specifications: Welding documentation shall be submitted on appropriate forms found in the appendixes to the ASME Boiler and Pressure Vessel Code, Section IX, Appendix A, Forms QW-482 and QW-483. 2. Welder/Welding Operator Qualifications: Submit all shop and field welder or welding operator performance qualification records to the Engineer for review prior to any welding. Welding City of Kent 6 MG Reservoir Recoating G&O #21454 13211-3 documentation shall be submitted on Form QW-484 in Appendix A to ASME Boiler and Pressure Vessel Code Section IX. 3. Welding Inspector: The Engineer will provide welding inspection. E. PAINTING REPORT Provide written report, as required in Section 09970. 1.6 GUARANTEE The Contractor shall guarantee the repairs and modifications and all items related thereto against defective materials and workmanship for a period of 2 years after physical completion. Any defective materials or workmanship shall be replaced the Engineer. PART 2 MATERIALS 2.1 ACCESSORIES A. PLATFORMS Provide and install platforms at the locations shown on the Plans. The ladders and landings shall be designed to be in compliance with applicable safety and building codes. Platforms shall be steel, fabricated and welded to the reservoir except for platform and stairway gratings. B. PLATFORM GRATINGS Provide and install hot-dip galvanized steel grating for the platform landings as noted in the Drawings and as specified herein. Exterior platform grating shall be hot-dip galvanized steel per Section 05500. 1. Miscellaneous Requirements Superimposed live loads on the grating shall not be less than 100 pounds per square foot. Deflection in any direction shall not be more than L/180 of span for structural members. Grating deflection at the center of a simply supported span shall not exceed 1/4 inch. Connections shall be designed to transfer the above loads. City of Kent 6 MG Reservoir Recoating G&O #21454 13211-4 All exposed surfaces shall be smooth and true to form. Grating shall be shipped from the manufacturer, palletized, and banded with exposed edges protected by cardboard to prevent damage in shipment. Each piece shall be clearly marked showing umber. All gratings shall be installed so that they are removeable. Toe kicks will not be allowed to be installed after gratings are in place. C. GUARDRAIL ASTM A53, Type E. Provide guardrail as shown on the Plans. All handrails shall be shop primed and field painted. See Section 05500 for additional requirements. D. BOLTS-ANTI-SEIZE COMPOUND All bolts shall be coated with Armite Anti-Seize Compound No. 609, or equal, prior to installation. E. ROOF VENT Provide and install one circular removable roof vent located at the center of the reservoir on a new riser and flange provided and installed by Contractor, as shown on the Drawings. Contractor shall measure vent flange for size. The vent shall be of adequate size to handle pressure differential caused by water entering at a maximum rate of 2,600 gpm or leaving the tank at a maximum rate of 12,000 gpm with 30 percent of the vent screen blocked. The open area of the overflow shall not be considered as venting area. The vent shall be easily dismantled to remove the screens for cleaning. The vent shall be screened with #24 mesh stainless steel screen and properly attached to prevent insects, water or other contaminants from entering. The vent shall be an AWWA type security roof vent design with a vacuum pallet consisting of a free floating 1/2-inch-thick high-density polyethylene removable plate (doughnut shaped), together with a screened pressure relief pallet (full circle). All components of the vent shall be aluminum, alloy 6061-6. City of Kent 6 MG Reservoir Recoating G&O #21454 13211-5 The bolts shall be a security type bolt that requires a special tool to remove. The special tool shall be provided by the Contractor and given to the Engineer. The vent shall meet all Department of Health (DOH) requirements and be mounted so that the underside opening shall be 24 inches minimum above the roof riser. Contractor shall remove existing riser and flange, and replace with new riser, flange, and double plate to accommodate new roof vent. Roof vent Vandal Proof Vent, (766) 245-2741, P.O. Box 439, Montezuma, IN 47862. F. REFURBISH LEVEL GAUGE Refurbish existing level gauge by replacing existing float, pulley cable, guide wires, pulley sheaves, board, pulleys and opening bushing using equivalent Varec components, or approved equal as shown in the Plans. G. HOIST WITH ELECTRICAL WINCH Provide a hoist platform as shown on the Plans. The hoist shall be a jib crane that consists of an upright support, a boom and a base. The crane must be removable from the base. The unit shall be able to swivel the boom in the horizontal plane and have the ability to freely rotate 360 degrees around the mounting base. The crane shall be an OZ 500 DAV by OZ Lifting Products. The hoist shall have an electric winch to allow the lifting of objects from the ground to the platform. The winch shall be 110 VAC with be equipped with a 1-hp motor. The electric winch shall be Model OZACW by OZ Lifting Products. The cable or chain shall be contained on a spool, 3/16-inch diameter, and a minimum of 55 feet long. The hoist unit shall have a minimum lifting capacity of 500 pounds. The base shall be OZPED3 by OZ Lifting Products. The Contractor shall design the base connector to the platform such that it can withstand 150 percent the nameplate hoist capacity. The hoist shall have a protective weather cover for the winch system. The cover shall be removable during use. City of Kent 6 MG Reservoir Recoating G&O #21454 13211-6 H. RAINGUTTERS AND DOWNSPOUTS Provide manufactures design for a roof gutter system fabricated from angles, complete with 4-inch-diameter steel downspouts extended as shown on the Plans. designed to meet applicable safety requirements Gutters and downspouts shall be formed from flat sheets. Downspouts anchorage shall conform with SMACNA requirements. I. ELECTRICAL CONDUIT Provided electrical conduit and pull boxes per Division 16 and as shown on the Drawings. J. INTRUSION SWITCHES Provided intrusion switches and associated wiring per Division 16 and as shown on the Drawings. K. SECURITY LIGHTING Provided security lighting and associated wiring per Division 16 and as shown on the Drawings. L. MOTION DETECTORS Provide motion detectors and associated wiring per Division 16 and as shown on the Drawings. M. SAMPLE STATION & SAMPLE LINES 1. Sample Lines Provide and install sample lines constructed of HDPE sample lines as shown on the Plans. 2. Sample Station Provide and install sample station as shown on the Plans. N. OVERFLOW MODIFICATIONS Remove section of overflow as shown on the Plans. Install rubber check valve and metal splash cone as shown on the plans. City of Kent 6 MG Reservoir Recoating G&O #21454 13211-7 Check valve shall be a Flanged Tideflex Series 35 check valve or approved equal. Metal splash cone shall be constructed of ASTM A36 Steel and painted in accordance with Section 09970 O. SILT STOP AND INLET/OUTLET MODIFICATIONS 1. Inlet/Outlet Modification Modify existing inlet/outlet as shown on the Plans. 2. Silt Stop Provide and install new silt stop as shown on the Plans. P. WEAR PLATE Provide and install wear plates on inner and outer columns as shown on the Plans. Wear plates shall be constructed from ultrahigh molecular weight (UHMW) high density poly ethylene (HDPE). PART 3 EXECUTION 3.1 WELDING A. Welding Procedure Specifications: Welding documentation shall be submitted on appropriate forms found in the appendixes to the ASME Boiler and Pressure Vessel Code, Section IX, Appendix A, Forms QW- 482 and QW-483. B. Welder/Welding Operator Qualifications: Submit all shop and field welder or welding operator performance qualification records to the Owner for review prior to any welding. Welding documentation shall be submitted on Form QW-484 in Appendix A to ASME Boiler and Pressure Vessel Code Section IX. C. Welding Inspector Credentials: The Contractor shall submit the credentials of the welding inspector to be employed by the Contractor to the Owner for review prior to starting any welding. The credentials shall include, but not be limited to, American Welding Society QC1 Certification. The welding inspector shall have prior inspection experience with the governing welding codes specified in the table. The City of Kent 6 MG Reservoir Recoating G&O #21454 13211-8 duties of the welding inspector shall include, but not be limited to, the following: 1. Verifying job material and storage. 2. Monitoring conformance with approved welding procedure specifications. 3. Checking welding and welding operator qualification. 4. Supervising of nondestructive testing personnel and evaluation of test results. 5. Maintaining records and preparing report. D. Testing Agency Credentials: The Contractor shall retain a qualified testing agency employing nondestructive testing personnel. This testing agency shall perform the radiography, ultrasonic, magnetic particle, liquid penetrates, and other testing methods as specified. Personnel employed by the testing agency shall be certified in accordance with the current American Society of Nondestructive Testing (4153 Arlingate Plaza, Columbus, OH 43228) recommended Practice No. SNT-TC-1A and all supplements, NDT Level II. The Contractor shall submit the credentials of the testing agency and personnel to the Owner for review prior to any welding. E. Nondestructive Testing procedure Specifications: The Contractor shall submit all nondestructive testing procedure specifications to Owner for review 10-working days prior to any welding. 3.2 SEAL WELDING All joints between steel members shall be seal welded. Seal welding shall seal off all areas not accessible for painting to preclude the formation of rust or rust stains. Seal welding includes, but not limited to, roof plate butt or lap joints, roof to rim angle, rim angle to shell plate, roof rafters to roof plates, connections between roof rafters, roof plate lap joints, joints between column members, support members for accessories, and miscellaneous joints and seams. Welding shall to be sequenced to limit stresses and warping of roof plates. All accessories welded to reservoir shall be seal welded. Where the gap between existing steel mem the gap may be covered with steel plate of 1/4-inch minimum thickness and City of Kent 6 MG Reservoir Recoating G&O #21454 13211-9 seal welded all around, in lieu of a conventional seal weld. The final condition shall seal off all areas not accessible for painting. Grind all welds, edges, and sharp corners to a smooth surface. Remove all weld splatter. Provide a surface finish correspondent to NACE Weld Preparation Designatio Standard SP0178-2007. Clean inlet, outlet and overflow pipe interiors and recoat with specified coating where shop coating has been damaged by welding. 3.3 PAINTING The reservoir shall be painted in accordance with Section 09970. All accessories shall be painted except for exposed wiring, aluminum roof vent, stair and platform grating, the fall protection carrier cable, and handrail cable safety system. 3.4 PLATFORM GRATING Provide anchorage devices and fasteners where necessary for securing grating in place. All field cut and drilled edges sealed with a catalyzed resin compatible with the original resin and recommended by the manufacturer. The sealing of the edges shall prevent premature fraying at the field cut edges. instructions. Install items as specified and in accordance with manufactur See Section 05500 for additional requirements. 3.5 ELECTRICAL CONDUITS Conduit shall be installed in a straight, or uniformly curved alignment to give a neat appearance. Conduit shall be supported in such a manner as to provide a 1-inch clear space between conduit and reservoir to facilitate future cleaning and painting procedures. Pull boxes and other items shall be mounted with adequate clearance from the reservoir structure to clean and paint to the surfaces covered thereby, wherein the minimum clearance shall be 8 inches for such items, with exception of ladders. City of Kent 6 MG Reservoir Recoating G&O #21454 13211-10 3.6 SERVICE The Engineer will provide the water for all initial testing and the initial fill of the reservoir in accordance with Section 09970. The Contractor must provide a plan to fill the reservoir and coordinate the filling of the reservoir with the Engineer. The reservoir will be filled from existing system by controlling the inlet valve of the reservoir. The plan for reservoir filling must detail method to control system pressure during filling, maintaining existing reservoir level and control and coordination of valve operation. 3.7 QUALITY CONTROL The District may employ an independent testing agency to visually inspect the welds and accessory installation. They will also verify welder certification and conduct inspections and tests as required, record work required and performed to correct deficiencies. The Contractor shall make available to the inspector any equipment necessary to inspect the welds. The Contractor will be responsible for performing testing of structural welding (door sheet) including: Liquid penetrant inspection: ASTM E165 Magnetic particle inspection: ASTM E109; performed on root pass and on finished weld. Cracks or zones of incomplete fusion or penetration not acceptable. Radiographic inspection: ASTM E94 and ASTM E142; minimum quality - Ultrasonic inspection: ASTM E164 3.8 DISINFECTION AND TESTING The reservoir shall be disinfected and tested in accordance with Section 09970. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 13424-1 SECTION 13424 PRESSURE (LEVEL) TRANSDUCER PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes furnishing and installing pressure transducer as shown on the Plans and as specified herein. The pressure transducer shall include all necessary associated equipment, accessories, and hardware for a complete and workable installation. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item 01200 Measurement and Payment Division 16 Electrical 1.3 EQUIPMENT LIST Equipment numbers are as follows: Item RANGE 6.0 MG Reservoir Level Transducer 0 48 feet 1.4 DELIVERY, STORAGE, AND HANDLING All equipment shall be completely factory assembled, crated and delivered to protect against damage during shipment. All equipment delivered to the site shall be stored as specified in accordance with 1.5 WARRANTY In addition to the warranty required in the General Conditions, the equipment manufacturer shall provide an extended warranty covering defects in material and workmanship for 2 years following the date of substantial completion. The warranty shall be in printed form, shall apply to all similar units, and shall include parts and labor. City of Kent 6 MG Reservoir Recoating G&O #21454 13424-2 PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS The Pressure Transducer shall be Seametrix PS 98i. 2.2 PRESSURE TRANSDUCER The pressure transducer shall include a titanium and silicon pressure sensitive element with a titanium body and shall be calibrated for the range specified in the equipment schedule. Pressure at the sensing head shall generate a 4-20 mA output proportional to the calibrated range for the water level measured when powered by a 9 to 30 volt DC power supply The unit shall be furnished with an integral vented polyurethane cable and a sensor termination enclosure. The cable shall be of sufficient length to set the transmitter and to allow the cable to extend to the junction box where the termination enclosure is to be installed, as shown on the Plans, plus a spare 10 feet of cable. The termination enclosure shall include a replaceable dessicant tray and a Goretex vent. The transducer and termination enclosure must be from the same manufacturer and intended for use with each other. Analog instruments shall operate without loss of loop accuracy due to electromagnetic interference, resistive or inductive losses or similar problems related to field interconnection of components when connected with shielded copper wire in the manner shown on the Plans. The pressure transducers shall be listed and labeled by an electrical testing laboratory recognized by the Washington State Department of Labor and Industries or be acceptable to the Washington State Department of Labor and Industries for installation on this project. 2.3 FACTORY TESTING The equipment shipment. Tests shall insure that the equipment will operate as desired under anticipated field conditions. Certified copies of test report(s) shall be submitted to the Engineer prior to shipment. City of Kent 6 MG Reservoir Recoating G&O #21454 13424-3 PART 3 EXECUTION 3.1 INSTALLATION The equipment specified in this Section shall be installed as shown on the Plans and in accordance with the manufacturer s instructions and recommendations. All mounting hardware and supports shall be provided by the Contractor. The level transducer shall be permanently mounted at the measuring site and positioned according to the approved method. The bottom diaphragm face of the sensor shall be installed 6 inches above the bottom of the reservoir, unless otherwise shown on the Plans. 3.2 FIELD TESTING The field test shall insure that the equipment will operate as desired under field conditions. The manufacturer shall provide a formal test procedure and report forms for recording data. The Contractor shall submit the report forms to the Engineer prior to operational testing. Any defects in the equipment or failure to meet requirements of the Specification shall be promptly corrected by the Contractor. 3.3 The services of a factory-trained representative of the pressure transmitter manufacturer shall be provided. Services shall include a minimum of 1 day on site for each type of pressure transmitter. Services shall include inspection of the installation, initial configuration, startup, testing, adjustments and instruction of nnel shall not take place until startup is completed and the pressure transmitters are fully operational and shall be at a time and location agreed to by the Owner. The cost of these services shall be included in the bid price. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 13426-1 SECTION 13426 MAGNETIC FLOW METERS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes furnishing and installing magnetic flow meters as shown on the Plans and as specified herein. The flow meters shall include all necessary accessories and hardware for a complete and workable installation. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item Division 15 Mechanical Division 16 Electrical 1.3 EQUIPMENT LIST Equipment numbers are as follows: Item Equipment Number Flow Meter Vault MFM 01 1.4 PERFORMANCE REQUIREMENTS The magnetic flow meters shall have an accuracy of ±0.5 percent of the actual flow rate at velocities of 1.5 ft/sec or greater. The flow meters shall be provided with the following size and flow range for the specified application and location. Flow Meter Flange Diameter (inches) Flow Range (gpm) 01 FM 01 16 50-4,000 The liquids to be measured will be domestic water. 1.5 DELIVERY, STORAGE AND HANDLING All equipment shall be completely factory assembled, crated and delivered to protect against damage during shipment. City of Kent 6 MG Reservoir Recoating G&O #21454 13426-2 All equipment delivered to the site shall be stored as specified in accordance with 1.6 WARRANTY In addition to the warranty required in the General Conditions, the equipment manufacturer shall provide an extended warranty covering defects in material and workmanship for 2 years following the date of substantial completion. The warranty shall be in printed form, shall apply to all similar units, and shall include parts and labor. PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS The magnetic flow meters and transmitter shall be ABB Water Master, no equals. 2.2 GENERAL The magnetic flow meters shall be of the low frequency and short form coil design. The field principle of electromagnetic induction shall produce a positive DC pulsed signal directly and linearly proportional to the liquid flow rate. The metering tube shall be constructed of Type 316 stainless steel with Class 150 ANSI flanged end connections. Electrodes can either be protruding (bullet nose) or flush for the meters, but shall be of Type 316 stainless steel, Hastelloy ®, or zirconium construction. The material of construction of the liner shall be NBR hard rubber, Neoprene rubber or chloroprene rubber. The meter shall secure its power from the transmitter. No electronics shall be mounted in the metering tube of the magnetic flow meter. The transmitters shall be integral to the flow head where specified in Part 1.4. Provisions for remotely mounting the transmitter shall be provided where the transmitter is specified to be remote. Transmitter shall be interchangeable without reprogramming the meters or disconnecting the cables. The transmitters shall convert the output signal from the flow meters and transmit the signal via an isolated analog 4-20 mA signal directly proportional to flow rate. The transmitter shall have automatic zero correction. The transmitters shall be designed to operate from a 120 VAC, power source. The transmitters shall generate power for the flow tube. The transmitters shall produce a totalization of flow dry contact output pulse signal or opto-isolated transistor pulse signal, which is directly and linearly proportioned to totalization of flow and which is suitable for use with a 24 VDC . The minimum pulse duty cycle shall be adjustable to be at least 250 ms. City of Kent 6 MG Reservoir Recoating G&O #21454 13426-3 The magnetic flow meter tube and transmitter shall be NEMA 4X classified. The units shall be listed and labeled by a electrical testing laboratory recognized by the Washington State Department of Labor and Industries or be acceptable to the Washington State Department of Labor and Industries for installation on this project. Each meter system shall be wet- the master system. A calibration certificate shall be furnished for each meter. Provide grounding rings or grounding electrodes with each flow meter as required to maintain the specified accuracy. The flow meters shall be capable of accidental submergence to 3 feet for a period of 30 minutes. 2.3 ANALOG INSTRUMENTATION have 4 to 20 milliamperes standard DC (direct current) isolated floating outputs and shall conform to ISA 50.1. Each output shall be provided with adjustments for gain and bias. The resultant output shall be 4-20 mA DC into approximately 750 ohms. Accuracy shall be 0.25 percent of full scale output. Analog instruments shall operate without loss of loop accuracy due to electromagnetic interference, resistive or inductive losses or similar problems related to field interconnection of components when connected with shielded 2/conductor #18 gauge copper wire in the manner shown on the Plans. 2.4 SPARE PARTS The Contractor shall supply one spare transmitter. All spare parts shall be suitably identified and effectively protected from moisture and corrosion with appropriate wrappings or coatings or a combination thereof. All parts shall be furnished in sturdy labeled boxes. 2.5 FACTORY TESTING The equipment shipment. Tests shall insure that the equipment will operate as desired under anticipated field conditions. Certified copies of test report(s) shall be submitted to the Engineer prior to shipment. City of Kent 6 MG Reservoir Recoating G&O #21454 13426-4 PART 3 EXECUTION 3.1 INSTALLATION The flow meters shall be installed as shown on the Plans and in accordance with the recommendations and instructions. If ground rings are required to maintain the specified accuracy, they shall be installed with the units and bonded to grounding conductor where recommended or required by the Manufacturer. 3.2 FIELD TESTING Field test shall be conducted per the manufacturers recommendations. The field test shall insure that the equipment will operate as desired under field conditions. The manufacturer shall provide a formal test procedure and report forms for recording data. The Contractor shall submit the report forms to the Engineer prior to operational testing. Any defects in the equipment or failure to meet requirements of the Specification shall be promptly corrected by the Contractor. 3.3 The services of a factory-trained representative of the magnetic flow meter manufacturer shall be provided. Services shall include a minimum of 1 day onsite. Services shall include inspection of the installation, initial configuration, in operation and maintenance. Instruction and training of t shall not take place until startup is completed and the magnetic flow meters are fully operational and shall be at a time and location agreed to by the Owner. The cost of these services shall be included in the bid price. The representative shall provide for two additional service calls during the initial 2 years of equipment operation. *** END OF SECTION *** DIVISION 15 MECHANICAL City of Kent 6 MG Reservoir Recoating G&O #21454 15440-1 SECTION 15440 SUBMERSIBLE SUMP PUMPS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes furnishing and installing submersible sump pumps as shown on the Plans and as specified herein. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section Item Division 15 Mechanical Division 16 Electrical 1.3 EQUIPMENT LIST Equipment numbers are as follows: Item Equipment Number Master Metter Vault Sump 01 SP 01 1.4 PERFORMANCE REQUIREMENTS Submersible sump pumps shall be capable of meeting the following performance requirements without overloading the rated nameplate horsepower of the motor. Parameter Value Design capacity (gpm) 20 Design head (feet) 15 Maximum, shut-off head (feet) 38 Maximum motor size (hp) 1/2 PART 2 PRODUCTS 2.1 APPROVED MANUFACTURERS The sump pumps shall be the Myers MDC Series, no equals. 2.2 PUMPS The pumps shall have heavy duty cast iron casing two-vane open impellers. The shaft shall be 416 stainless steel and sealed from the pumped liquid with a carbon City of Kent 6 MG Reservoir Recoating G&O #21454 15440-2 ceramic mechanical seal. The pumps shall be an automatic model featuring integral control and starter. 2.3 SPARE PARTS commended spare parts and special tools. All parts and tools shall be suitably identified and effectively protected from moisture and corrosion with appropriate wrappings or coatings or a combination thereof. All parts and tools shall be furnished in sturdy labeled boxes. At a minimum these shall include all special tools and appliances necessary to service, repair, and adjust the equipment. PART 3 EXECUTION 3.1 DELIVERY, STORAGE, AND HANDLING All equipment shall be completely factory assembled, skid mounted, crated and delivered to protect against damage during shipment. All exposed flanges shall be covered and sealed with shrink-wrap to prevent the entrance of moisture. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. All equipment delivered to the site shall be stored as specified in accordance with 3.2 INSTALLATION The pump(s) shall be installed as shown on the Plans and in accordance with manufacturer recommendations. *** END OF SECTION *** DIVISION 16 ELECTRICAL City of Kent 6 MG Reservoir Recoating G&O #21454 16050-1 SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes the requirements and methods for furnishing and installing the basic electrical materials, and other associated items as shown on the Plans, and as further specified herein. 1.2 RELATED WORKS SPECIFIED ELSEWHERE Section Item 01300 Submittals 01800 Testing, Commissioning, and Training 02300 Site Earthwork Division 3 Concrete 09900 Painting 11000 Equipment General Provisions Division 15 Mechanical Division 16 Electrical 1.3 DEFINITIONS A. ANALOG I/O Analog I/O are PLC input/output electronic signals that are contiguous over time. Analog signals represent a large number of values within a specific range. B. ATTICS Attics shall be considered those closed environments between ceilings and roofing that allow full entry of personnel by use of ladders, pull-down stairs, or other special means. ATTICS are considered dry crawl spaces (see CRAWL SPACES). Tight spaces between ceilings and roofs that do not allow full entry of personnel are considered concealed areas (see CONCEALED AREAS). City of Kent 6 MG Reservoir Recoating G&O #21454 16050-2 C. CONCEALED AREAS Locations that are underground, within walls, or within other areas that do not allow full entry of personnel are considered concealed. Concealed areas are not exposed (see EXPOSED AREAS) or accessible (see ATTICS and CRAWL SPACES). D. CONTROL PANELS Control Panels shall be defined as enclosures that contain electrical devices capable of controlling, altering, indicating or displaying the function or conditions of electrical circuits. Unlike junction boxes, Control Panels are not just used for the redirection or reconnection of electrical circuits. E. CONVENIENCE RECEPTACLES 120 Vac general-purpose receptacles that are not dedicated to a specific function or piece of equipment. Receptacles dedicated to computers, heat tracing, fans, louvers, and etc., are not considered convenience receptacles. F. DAMP AREAS Damp areas are considered wet (see WET AREAS). G. DEDICATED RECEPTACLES Dedicated receptacles are provided for a specific receptacle load such as computers, heat tracing, fans, louvers, metering pumps, sump pumps, and etc. Dedicated receptacles are not intended for general use. H. DIGITAL I/O A digital I/O point consists of a single input or output binary bit at one of two YES or NO, TRUE or FALSE, etc. Digital I/O may also be called I. DRY AREAS Locations not normally subject to dampness or wetness. A location classified as dry may be temporarily subjected to dampness or wetness, as in the case of a building under construction (see FINISHED AREAS). City of Kent 6 MG Reservoir Recoating G&O #21454 16050-3 Rooms containing process water, chemical piping, or related equipment are not considered DRY. Areas that are not considered DRY are considered WET. J. EXPOSED AREAS Locations that are visible, outdoors, or exposed to a process or room environment. Exposed areas are not concealed (see CONCEALED AREAS). K. FINISHED AREAS Indoor confined areas that are not directly exposed to a process or process chemicals. They typically include closed offices, bathrooms, laboratories, lunch/break rooms, etc. Finished areas are considered DRY. L. HIM Human Interface Module A programmable operator interface directly associated with, or integral to, an electrical control device (such as a VFD or Soft Start drive). This interface displays device setpoints and status with a keypad for data entry. M. HMI Human Machine Interface The way a person interacts with a computer or electronic device. It comprises the screen menus and icons, keyboard shortcuts, command language, and help functions. Peripheral support devices, such as a mouse, keyboard, touch screen, and remote controls are also included. The HMI system is typically PC based, located in an office or lab environment. N. HOT SPARE powered but the channel is unassigned. Hot spares are connected to fused field I/O terminal block groups per Specification 16940. O. INDOOR AREAS Confined locations where the equipment is normally protected from wind, dust, rain, snow, and other natural elements. INDOOR areas are not the same as DRY areas. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-4 P. I/O Inputs/Outputs Input and output signals into and out of a PLC or RTU. Q. OIU Operator Interface Unit A graphical display of industrial plant system variables and status. It may also allow for process control adjustments. Navigation of its programming may be via keypad, touch screen, or a combination of both. An OIU is typically located on a field control panel or control panel in an electrical equipment room. An Operator Interface Unit is considered a possible extension of a PLC, like an I/O or network card. PLC installations may or may not not include an OIU. R. OUTDOOR AREAS Locations where the equipment is normally exposed, or partially exposed, to weather in the form of wind, dust, rain, snow, and other natural elements. S. PROCESS AREAS Process areas are those areas that are directly exposed to process moisture, or that may be subjected to moisture in the event of a process leak or failure. They typically include pump rooms, chemical rooms, and direct process-exposure areas such as clearwells, open filters, and reservoirs. Process areas are considered WET. T. PLC Programmable Logic Controller A device used to monitor and control system process. It can be used stand-alone or in conjunction with other systems such as SCADA. It may provide telemetric functions or interface with telemetric equipment. U. SCADA Supervisory Control and Data Acquisition (SCADA) systems are data monitoring and control stations that allow operators to visualize and adjust live process conditions at a centralized HMI. These systems often include process historical data tracking and alarming capabilities. SCADA systems can be used for data monitoring locally, remotely, or both. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-5 V. SHOP FABRICATED Manufactured or assembled equipment for which a UL test procedure has not been established. W. TELEMETRY Telemetry is the transfer of data between remote sites. Typical methods of data transfer are utility phone lines, radio transmission, and fiber optics. X. VIBRATING EQUIPMENT Equipment that is subject to vibration under normal operating conditions, such as motors, transformers, electrically operated valves, etc. Y. WET AREAS Locations outdoors, underground, directly or indirectly exposed to the process, in concrete slabs or masonry in direct contact with the earth, or in any other way subject to saturation with water or other liquids. 1.4 REFERENCES Unless otherwise noted, the requirements of the following code-making authorities and standard organizations apply: References Title AISI American Iron and Steel Institute ANSI American National Standards Institute ASTM American Society for Testing and Materials ASTM A36 Specification for Structural Steel ETL Electrical Testing Laboratories, Inc. FM Factory Mutual System ICEA0 Insulated Cable Engineers Association IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society of North America ISA Instrument Society of America JIC Joint Industrial Council JIC EMP-1 Mass production Equipment LPI Light Protection Institute NEC National Electric Code NEMA National Electrical Manufacturers Association NEMA ICS-1 General Standards for Industrial Control and Systems NEMA ICS-2 Industrial Control Devices, Controllers and Assemblies NEMA ICS-6 Enclosures for Industrial Controls and Systems City of Kent 6 MG Reservoir Recoating G&O #21454 16050-6 NFPA National Fire Protection Association NRTL National Recognized Testing Laboratory OSHA Occupational, Health, and Safety Administration UL Underwriters Laboratories, Inc. UL 508 Safety Industrial Control Equipment UL 698 Industrial Control Equipment for Use in Hazardous Locations WAC 296-46B Washington Administrative Code, Electrical Safety Standards, Administration, and Installation In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, plans, and specifications, the more stringent condition shall govern. 1.5 SUBMITTALS A. Submit under provisions of Section 01300. B. Prior to submittal of shop plans, coordinate all electrical equipment, particularly process and control panels, and instrumentation, with related manufacturers and with other applicable equipment and systems specified in other divisions of the Specifications. C. Provide submittals in the following manner: 1. Organize the submittals by CSI code type. 2. Clearly show the Tag Number associated with each submittal within each CSI grouping. 3. Include non-tagged devices such as grounding systems, conduits, wireway, ductbank details, wire, cable, boxes, fittings, switches and receptacles. 4. Clearly show the specific part, part number, order code, etc. associated with the device. Use pointers, highlights, circles, etc. to clearly identify the specific part. 5. Submit on lamps, lighting, site lighting, and wiring devices. D. to: 1. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-7 2. 3. Nameplate data, current, voltage, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Plans. E. Provide elementary wiring diagrams for the electrical control systems showing the wiring of electrical control items, such as starters, control systems, interlocks, switches, and relays as they apply to this Contract. F. Provide schematic interconnection diagrams and/or PID diagrams for each control system and each control panel. Each control diagram shall show a schematic representation of the process equipment and the locations of the switches, meters, automatic valves, indicators, controllers, and recorders. Show correct operating settings and ranges for each control instrument on the diagrams. G. Use diagrams and symbols in shop plans, which conform to JIC Electrical Standards for Industrial Equipment and/or NEMA, ICS, ANSI, and IEEE standards, latest revisions. Prepare plans on 22" x 34", or ANSI size A, B, or D in a format similar to the Contract Documents or other nationally recognized drawing standard. H. Clearly, indicate on submittals that the equipment or material is NRTL listed or is constructed of listed or recognized components. Where a NRTL standard has not been established, clearly identify that no NRTL standard exists for that equipment. I. OPERATION AND MAINTENANCE MANUALS Manuals for the electrical system shall consist of 3-ringed, expandable 1. Provide tab dividers for each major type of equipment. Each divider shall contain detailed information, plans, diagrams, and instructions for installing, operating, and maintaining the equipment installed in Division 16. 2. Provide a table of contents listing each tab divided section and its contents. 3. In each section, compile a spare parts list and supplier index. 4. Assemble records of all tests, measurements, and calibration settings made for each device. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-8 J.Plans. Fold, punch, and insert these records into the manual after they are reviewed by the Engineer by folding and punching 11" x 17" or smaller plans and folding larger sheets, and placing in plastic sleeves in manual. 1.6 SYSTEM DESCRIPTION A. Provide the labor, materials, and equipment necessary to furnish, install, and place into operation complete power, lighting, control, alarm, communications, and instrumentation electrical system of this Contract as shown on the Plans or Specifications herein. B. Provide a functioning system(s) in compliance with manufacturer's instructions, performance requirements as specified or indicated, and modifications resulting from reviewed shop plans and field coordinated plans. C. Provide complete wiring and controls for all equipment specified under other divisions and that comply with Division 16. 1. Connect controls, and any other electrical device installed or provided as part of the project. D. Pay and make arrangements for necessary permits, licenses, and inspections. 1.7 QUALITY ASSURANCE A. TESTING AGENCY QUALIFICATIONS OSHA Regulation 1910.7, or a full member company of the InterNational Electrical Testing Association (NETA). 1. Testing Agency Field Supervision: Use persons currently certified by NETA or the National Institute for Certification in Engineering Technologies, or equal, to supervise onsite testing specified in Part 3. B. Comply with NFPA 70 (NEC) for components and installation. C. LISTING AND LABELING Provide products specified in this Section that are listed and labeled. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-9 1. : Electrical Code, Article 100. 2. Listing and Labeling Agency Qualifications a. A NRTL as defined in OSHA Regulation 1910.7. b. A NRTL recognized and approved by the State of Washington. 1.8 DELIVERY, STORAGE AND HANDLING See Section 01600. Ensure that equipment is not used as steps, ladders, scaffolds, platforms, or for storage either inside or on top of enclosures. Protect nameplates on electrical equipment from being defaced. Repair or replace damaged, corroded, and rejected items at no additional cost to the Owner. PART 2 PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Refer to individual Division 16 sections. 1. Similar equipment shall be provided by only one manufacturer throughout the project unless otherwise noted in the Specifications. B. Submit requests for substitution in accordance with Section 01300. C. Trade names and catalog numbers may be used in the Plans or Specifications to establish quality standards and basis of design: 1. Other listed manufacturers in the applicable specification sections with equal equipment may be acceptable. 2.2 GENERAL PRODUCT REQUIREMENTS A. Except as otherwise indicated, provide new materials and equipment, which are standard products of manufacturers, regularly engaged in production of such equipment. Provide material or equipment approved and labeled for the purpose for which it is to be used by NRTL or other organizations acceptable to the State of Washington Department of Labor and Industries. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-10 B. Where voltage, current, power, temperature or other ratings are specified that do not correspond to standard ratings of the manufacturer selected by the Contractor, furnish the next rating level which is more conservative or increases the capacity of the device or material in question. C. Furnish materials, devices, and equipment that are non-corrosive or coat them in a manner that renders them non-corrosive and acceptable to the Engineer. Do not provide materials, which contain polychlorinated biphenyls, asbestos, or other hazardous or detrimental materials. Do not install materials in a location or construction manner that produces galvanic action or do not install material combinations with corroding or eroding action. D. Where changes in the work, or substitutions in material are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. E. All terminals shall be suitable for 75 degrees C rated copper conductors. 2.3 FABRICATION A. When equipment is shop fabricated specifically for this Project, use electrical devices and enclosures, which are NRTL, listed and labeled or recognized. B. SHOP OR FACTORY FINISHES 1. See Division 11 and Section 09900. 2. Interiors of other painted electrical equipment shall be either white or light gray. C. Fabricate equipment or devices in the field equivalent in every respect to manufactured items used for the same purpose. Where cutting, drilling, grinding, etc., is done to galvanize or painted metal, regalvanize, or paint to match original finish. 2.4 SUPPORTING DEVICES A. Channel and angle support systems, hangers, anchors, sleeves, brackets, fabricated items, and fasteners are designed to provide secure support from the building structure for electrical components. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-11 1. 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, or stainless steel, except as otherwise indicated. B. ANCHORS Galvanized steel in dry areas; stainless steel or hot dipped galvanized steel in wet areas. 1. Lag screws or Type A tapping screws for wood. 2. - 3. Thru-bolt with fender washers for heavy loads in masonry. 4. Toggle bolts with springhead for hollow partitions. 5. Self-drilling anchors with threaded studs for concrete. 6. Clamps or U-bolts for structural steel. 7. Self-drilling anchors with extension rods for hollow tile over concrete. C. SHEET-METAL SLEEVES 0.0276 of an inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. D. PIPE SLEEVES ASTM A53, Type E, Grade A, Schedule 40, galvanized steel, plain ends. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-12 2.5 ELECTRICAL IDENTIFICATION A. Where more than one type is listed for a specified application, selection is Use colors prescribed by ANSI A13.1, NFPA 70, and Specifications. B. COLORED ADHESIVE MARKING TAPE FOR RACEWAYS, WIRES, AND CABLES Self-adhesive vinyl tape, not less than 3 mils thick by 1 inch wide. C. UNDERGROUND LINE WARNING TAPE Provide bright-colored, vinyl tape not less than 3-mils thick by 6-inches wide compounded for direct-burial service with permanent and continuous print. D. TAPE MARKERS Vinyl or vinyl-cloth, self-adhesive, wraparound type with preprinted numbers and letters. E. COLOR-CODING CABLE TIES Type 6/6 nylon, self-locking type. Colors to suit coding scheme. F. FASTENERS FOR PLASTIC-LAMINATED AND METAL SIGNS Self-tapping stainless-steel screws or No. 10/32 stainless-steel machine screws with nuts and flat and lock washers. 2.6 TOUCHUP PAINT Use touchup paint on equipment provided by equipment manufacturer and select color to match existing equipment finish. A. FOR NON-EQUIPMENT SURFACES Matching type and color of undamaged, existing adjacent finish. B. FOR GALVANIZED SURFACES Zinc-rich paint recommended by equipment manufacturer. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-13 PART 3 EXECUTION 3.1 ELECTRICAL SUPPORTING METHODS A. WET AREAS 1. For pullboxes and equipment vaults, reference Specification Section 16130. 2. For wet areas which are not pullboxes or equipment vaults, hot-dip galvanized materials, stainless steel materials, or nonmetallic, U-channel system components unless otherwise noted on the Plans. B. DRY AREAS Hot-dip galvanized materials unless otherwise noted on the Plans. C. METHODS Support raceway, equipment, and devices from framing members or building structure with sufficient clearance for maintaining and servicing. Provide backing plates, and/or framing material to support equipment, devices, and materials, which are located between the building or facility structure-framing members. 3.2 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show changes from the Contract Documents, routing of hidden raceways, actual fixture and equipment locations, equipment sizes and dimensions and building outline changes. At the end of the Project, provide the Engineer a complete set of Plans marked in red pencil in a manner consistent with the Contract Plans, indicating the changes made on the job. B. Record voltage, current, and megohmeter and ground ohmic resistance test measurements made on the electrical work, the trip units, fuses, and overload relay elements installed in the equipment and the setting of all pressure, flow, level, etc., control devices. When the Project is completed and operating, turn over these records to the Owner. C. Equipment and raceways installed under this contract for future work shall be dimensioned on the Record Drawings. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-14 3.3 COORDINATION A. Arrange for chases, slots, and openings in building structure during progress of construction to allow for electrical installations. Obtain approval from structural Engineer for penetration of structural components prior to penetrating the component. B. Coordinate installation of supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed. C. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the work. Coordinate installation of large equipment requiring positioning prior to closing in the building. D. Coordinate the location of motors, switches, panel connections, and other points of connection with the equipment manufacturers or vendors prior to conduit installation. Route circuits to the actual connection point. Even if removal and reinstallation of building materials is necessary, remove and reinstall conduit, outlet boxes, and other electrical connections, if initial electrical connections are not made to the appropriate equipment location. E. Coordinate and schedule connecting electrical systems with exterior underground and overhead utilities and services. Comply with requirements of governing regulations, franchised service companies, and controlling agencies. F. Coordinate and verify work under Division 16 with work under other Divisions, cooperate in locating equipment to avoid interference with work of others, and plan work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. Coordinate the installing of built-in work, attaching items to buildings, and cutting and patching. Coordinate connecting electrical circuits to components furnished under other Divisions. (Portions of the electrical design are based upon the equipment specified in other Divisions.) No extras are allowed because of moving work required to avoid interference with work of other Contractors. G. Coordinate the interruption of electrical systems to any part of the facility in use by the Owner at least 2 working days before interruption of the system. H. Coordinate installing electrical identification after completion of finishing work where identification is applied to field-finished surfaces. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-15 I. Where changes in the work, or substitutions in material are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. 3.4 INSTALLATION A. ENCLOSURES FOR USE WITH ELECTRICAL EQUIPMENT Unless specifically called out otherwise on the Plans, electrical enclosures shall meet the following specification: 1. Dry Areas NEMA 1. 2. Wet Areas a. Outdoors NEMA 4X Stainless steel 3. Standards a. NEMA ICS-6, Enclosures for Industrial Controls and Systems. b. UL 508, Rainproof Enclosures. c. UL 698, Industrial Control Equipment for use in Hazardous Locations. B. WORKMANSHIP Install the equipment and materials in a neat and workmanlike manner employing workers skilled in the particular trade and in accordance with ode, National Electric Safety Code, applicable local regulations, ordinances, and industry standards. A person in charge at the site shall maintain adequate supervision of the work under this division when necessary for coordination with other work. C. SELF-SUPPORTED EQUIPMENT Install self-supporting equipment in a level and plumb manner, shimming with full width stainless steel shims, as necessary. Bolt units to the floor City of Kent 6 MG Reservoir Recoating G&O #21454 16050-16 with stainless steel expansion anchors and bolts, or weld units to embedded steel channels. Floor or pad shall be level within plus or minus 1/8 of an inch in a square yard before installing equipment. Grout or caulk enclosure to floor or pad. Provide bushings on conduits entering from above or at the side. For conduits entering from below, install grounded insulating bushings bonded to the ground bus or pad. Install concrete pads and bases according to requirements of Section 03300. Provide concrete foundations or pads required for electrical equipment as indicated or specified: 1. Floor-mounted equipment shall be mounted on a 4-inch-high concrete housekeeping pad. Pad shall be poured on top of the finished floor or slab. D. MOUNTING HEIGHT Install components and equipment to provide the maximum possible headroom where mounting heights or other location criteria are not indicated. Mount enclosures for individual units at 54 inches above floors to centerline of controls unless otherwise indicated in the Plans. E. ACCESSIBILITY Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect for ease of disconnecting, while minimizing interference with other installations. F. EQUIPMENT ORIENTATION Install items parallel and/or perpendicular to other building systems and components, except where otherwise indicated. G. EQUIPMENT MOUNTED ENCLOSURES Attach enclosures mounted on equipment with machine screws or clamps as required. Do not drill equipment frames or sheets without permission of supplier/manufacturer or the Engineer. Do not mount safety switches and external equipment to other equipment enclosures, unless enclosure mounting surface is properly braced to accept mounting of external equipment. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-17 H. COORDINATION Give right of way to raceways and piping systems installed at a required slope. I. WALL MOUNTED ENCLOSURES Stand equipment off wall surfaces a minimum of 1/4 of an inch where enclosures are mounted on walls in WET AREAS with neoprene or plastic shim washers. J. MISCELLANEOUS SUPPORTS Install metal channel racks for mounting cabinets, panelboards, disconnects, control enclosures, pull boxes, junction boxes, transformers, and other devices, except where components are mounted directly to a structural member of adequate strength. K. 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. L. FASTENING Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building structure. 1. Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. 2. Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof-test load. M. FIREPROOFING 1. Do not remove or damage fireproofing materials. 2. Install hangers, inserts, supports, and anchors prior to installation of fireproofing. 3. Repair or replace fireproofing removed or damaged. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-18 N. PENETRATIONS Make all penetrations of electrical work through walls and roofs water and weather-tight. O. MISCELLANEOUS REQUIREMENTS 1. Screen or seal all openings into outdoor equipment to prevent the entrance of rodents and insects. 2. Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete. 3. Do not exceed the dimensions indicated for equipment except as approved in writing by the Engineer. 4. Do not use equipment or arrangements for equipment that reduce the required clearance or exceed the space allocations. P. DIMENSIONS Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions. 1. Field measurements take precedence over dimensioned plans. 3.5 IDENTIFICATION A. LABELS Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. Conduit labeling is further described in section 16130. The labeling of conductors is further described in section 16120. B. NOMENCLATURE Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Contract Documents or required by codes and standards. Use consistent designations throughout the Project. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-19 C. SELF-ADHESIVE IDENTIFICATION PRODUCTS Clean surfaces of dust, loose material, and oily films before applying. D. IDENTIFY PATHS OF UNDERGROUND ELECTRICAL LINES During trench backfilling, for exterior underground power, control, signal, and communication lines, install continuous underground plastic line marker located directly above power and communication lines. Where multiple lines installed in a common trench or concrete envelope, do not exceed an overall width of 16 inches, use a single line marker. E. ENGRAVED, PLASTIC-LAMINATED LABELS, SIGNS, AND INSTRUCTION PLATES Engraving stock shall be melamine plastic laminate punched for mechanical fasteners with a minimum thickness of 1/16 of an inch for signs up to 20 square inches, and 1/8 of an inch thick for larger sizes. Engraved legend in white letters on black face. Provide nameplates on equipment enclosures giving the name and circuit identification of the enclosed device/equipment in 1/4 of an inch lettering. F. PANELBOARD SCHEDULES For panelboards, provide framed, typed circuit schedules with explicit description and identification of items controlled by each individual breaker. 3.6 DEMOLITION A. EQUIPMENT TO BE DEMOLISHED Demolish all existing electrical devices and circuits, which are noted for demolition. Demolition includes, but is not limited to: 1. Removing all conduit, conductors, fittings, device boxes, hangers, panels, devices, etc., which are not concealed in the building structure or below grade/slab. B. TEMPORARY POWER Provide temporary power to existing branch circuit panels, branch circuits, and/or directly to electrical devices as required to keep all portions of the existing facility, which are occupied by the Owner, or required for operation, in operation at all times. Obtain approval by all appropriate City of Kent 6 MG Reservoir Recoating G&O #21454 16050-20 code authorities, including the Department of Labor & Industries Electrical Inspection Department, or the local jurisdiction having authority, for any temporary connections required. C. DAMAGED ELECTRICAL EQUIPMENT Where remaining electrical work is damaged or disturbed in the course of the work, remove damaged portions, and install new products of equal capacity, quality, and functionality. D. ABANDONED WORK Remove existing conductors from conduits, unless otherwise indicated. Cut and cap buried raceway indicated to be abandoned in place 2 inches below the surface. Cap and patch surface to match existing surface finish. E. REMOVAL See section 01900. F. TEMPORARY DISCONNECTION Remove, disconnect, store, clean, reinstall, reconnect, and make operational those components that are indicated for relocation and/or reconnection. Coordinate the process, mechanical, HVAC, and other equipment scheduled to be relocated and/or reused with other Divisions. 3.7 CUTTING AND PATCHING Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces necessary for electrical installations. Perform cutting by skilled mechanics of the trades involved. Repair disturbed surfaces to match adjacent undisturbed surfaces. 3.8 TOUCHUP PAINTING Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the degree of damage at each location. timing and application of successive coats. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-21 3.9 EXTRA MATERIALS Extra materials in this Section cover all spare parts for electrical devices under this contract and are centrally listed here for clarification and completeness. Spares shall match products installed, and shall be packaged with protective covering for storage and identified with labels describing the contents within. 3.10 TESTING, THIRD PARTY Not Required on this project. 3.11 TESTING NOT REQUIRING THIRD PARTY Test electrical equipment before energization and placing into service. Report all test results in writing. Where tests disclose a defect in the work, rework, or repair the work at no additional expense to the Owner and retest to confirm the rework or repair until testing confirms that the defect has been corrected. Test in applicable electrical standards (i.e., NEMA, NFPA, IEEE, ISA, ANSI) for the class of equipment A. CONDUCTOR MEGGER TEST 1. Power Conductor Testing After pulling and prior to connection perform a Megger test between all power conductors (including the equipment ground) and between each power conductor and earth ground in the following manner: a. Perform megger tests at 600 V. b. Record ambient temperature and humidity during testing. c. Cables or conductors with a steady-state value less than 100 d. Failed cables and conductors shall be removed and replaced with new and retested per these specifications. e. Provide a Power Conductor Megger Testing Report. A blank copy of this report, specifically associated with this contract, is available from Engineering on request. A copy of these signed test results shall be submitted to the City of Kent 6 MG Reservoir Recoating G&O #21454 16050-22 Engineer for approval prior to startup and shall be included in the O&M Manual. 2. Control Conductor Testing a. Control conductor insulation testing is not required. 3. Instrumentation Conductor Testing b. Instrumentation conductor insulation testing is not required. B. CONDUCTOR INSPECTION On installation of wires and cables and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 1. Procedures a. Perform each visual and mechanical inspection and electrical test stated in NETA ATS, Section 7.3.2. Certify compliance with test parameters. b. Remove and replace conductors with visible insulation damage on conductor ends due to installation in an incomplete or damaged conduit system such as, but not limited to, missing bushings or burrs on conduit ends. c. On THWN, THHN, THHW conductors, a tear, rip, or blister in the outer insulation sheath shall be considered damaged insulation and shall be replaced at no cost to the owner. 3.12 GENERAL TESTING AND INSPECTION A. PRIOR TO ENERGIZATION 1. After installing disconnect switches and circuit breakers, perform visual and mechanical inspection of enclosures and devices. 2. Test the equipment and electrical circuits for proper connection, tightness, and absence of undesirable shorts and grounds. 3. Check for continuity, visual damage, marking, and proper phase sequence. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-23 4. Remove any burrs, filings, or other foreign materials from all enclosures; completely wipe down and vacuum. 5. Run a magnet around the bottom of each enclosure and around surfaces that may have collected metal shavings during manufacturing or construction. B. AFTER ENERGIZATION 1. After electrical circuitry has been energized, demonstrate product capability and compliance with requirements. 2. Correct malfunctioning units on site where possible and retest to demonstrate compliance; otherwise, remove and replace with new units and retest. 3. Test operation, calibration, and settings of the meters, relays, and indicating devices. 4. Test all operating controls for proper operation. 5. Check fuses with an ohmmeter. Ring out wiring and busing. Check operation of control and safety interlocks. Check grounding of potential transformers, current transformers, and surge protective devices. Check control connections and tightness at terminal blocks, relays, meters, switches, etc. Tug on each connection to verify a tight connection. 6. Check field connections to field devices, and PLCs. 7. Verify proper communication reliability and data transfer speed on local networks. 8. Rework or repair equipment, which performs unsatisfactorily during, or as a result of, testing at no additional expense to the Owner. 9. Additional testing requirements specific to other sections are specified in those sections. 3.13 TEST DOCUMENTS Test documents, as described above, shall be signed and submitted to Engineering for review prior to energizing associated electrical circuits. City of Kent 6 MG Reservoir Recoating G&O #21454 16050-24 3.14 DEMONSTRATION Demonstrate to the Owner that the electrical installation is working by operating all electrical systems and equipment. Simulate control and emergency conditions, artificially where necessary, for complete system tests. Demonstrate equipment in accordance with each section in Division 16. 3.15 CLEANING Clean dirt and debris from all internal and external surfaces. Vacuum out the interior of electrical panels. Apply touchup paint as required to repair scratches, etc. Replace nameplates damaged during installation. Thoroughly vacuum the interior of all enclosures to remove dirt and debris. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 16060-1 SECTION 16060 GROUNDING AND BONDING PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes grounding of electrical systems, equipment, and basic requirements for grounding, and protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications. 1.2 RELATED WORKS SPECIFIED ELSEWHERE Sections Items 01300 Submittals 16050 Basic Electrical Materials and Methods 16120 Conductors and Cables 16130 Raceway and Boxes WAC 296-46B-250 Grounding and Bonding 1.3 DEFINITIONS A. BONDING JUMPER (from NEC 2008, Article 100 - Definitions, Bonding Jumper, Main) The connection between the GROUNDED CIRCUIT CONDUCTOR and the EQUIPMENT GROUNDING CONDUCTOR at the service. B. EQUIPMENT GROUNDING CONDUCTOR (from NEC 2008, Article 100 - Definitions) The conductive path installed to connect normally non-current-carrying metal parts of equipment together and to the SYSTEM GROUNDED CONDUCTOR or to the GROUNDING ELECTRODE CONDUCTOR, or both. Code requirements associated with equipment grounding is referenced to NEC 250, Section VI Equipment Grounding and Equipment Grounding Conductors. C. GROUNDED CIRCUIT CONDUCTOR See GROUNDING ELECTRODE CONDUCTOR. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-2 D. GROUNDING ELECTRODE (from NEC 2008, Article 100 - Definitions) A conducting object through which a direct connection to earth is established. E. GROUNDING ELECTRODE CONDUCTOR (from NEC 2008, Article 100 - Definitions) A conductor used to connect the SYSTEM GROUNDED CONDUCTOR or the equipment to a GROUNDING ELECTRODE or to a point on the grounding electrode system. F. GROUNDING ELECTRODE SYSTEM See SYSTEM GROUNDING. G. SUSE T SUITABLE FOR SERVICE ENTRANCE. It is the point in the electrical grounding system where the SYSTEM GROUNDING CONDUCTORS connect to the EQUIPMENT GROUNDING CONDUCTORS. For each separately-derived source, this shall occur at the SUSE point. These two points are connected by a BONDING JUMPER. H. SYSTEM GROUND GRID The SYSTEM GROUND GRID refers to all portions of SYSTEM GROUNDING. It may be as simple as a pair of ground rods and their associated GROUNDING ELECTRODE CONDUCTORS or a complex ground system with multiple types of GROUNDING ELECTRODES. I. SYSTEM GROUNDED CONDUCTOR See GROUNDING ELECTRODE CONDUCTOR. J. SYSTEM GROUNDING System Grounding (also referred to as a GROUNDING ELECTRODE SYSTEM) consists of all GROUNDING ELECTRODES, GROUNDING ELECTRODE CONDUCTORS, and associated connecting devices. The utility grounded service conductor, typically is also associated with the system ground. Code requirements associated with system grounding is referenced to NEC 250.50 Grounding Electrode System. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-3 1.4 SUBMITTALS Submit under provisions of Section 01300, and Section 16050. 1.5 QUALITY ASSURANCE See Section 16050. PART 2 PRODUCTS 2.1 GROUNDING AND BONDING PRODUCTS Where types, sizes, ratings, and quantities indicated are in excess of National Electrical Code (NEC) requirements, the more stringent requirements and the greater size, rating, and quantity indications govern. 2.2 WIRE AND CABLE GROUNDING CONDUCTORS Comply with Section 16120. A. EQUIPMENT GROUNDING CONDUCTORS 1. Insulated Conductors Color coded green, per section 16120. 2. Sized in compliance with NEC Table 250.122 or as shown on the Plans, whichever is larger. B. GROUNDING-ELECTRODE CONDUCTORS 1. Bare Conductors Soft drawn stranded copper meeting ASTM B8. 2. Sized in compliance with NEC Table 250.66 or as shown on the Plans, whichever is larger. C. GROUNDING BRAIDS 1. Copper, manufactured, sized at 26,240 circular mils minimum (#6 AWG equivalent). 2. Certified C22.2, No. 41, Grounding and Bonding Equipment. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-4 3. UL Listings: UL-467 and UL486A. 2.3 GROUND RODS A. SIZE AND TYPE 1. Ground rods shall be 3/4-inch diameter by 10-feet long unless otherwise stated on the Plans. 2. Ground rods shall be copperclad steel rods as follows: a. Heavy uniform coating of electrolytic copper molecularly bonded to a rigid steel core. b. Corrosion resistant bonding between the copper and steel. c. Hard drawn for a scar-resistant surface. 2.4 GROUND ROD BOX A. GROUND ROD BOXES 1. B. GROUND ROD BOX LIDS 1. Ground rods associated with vaults, pullboxes, or handholes that may be subjected to road traffic or heavy loads shall have their ground box lids match the road rating load value of the associated vaults, pullboxes, or handholes. 2. The minimum ground rod box lid shall be rated H20. 2.5 CONNECTOR PRODUCTS A. COMPRESSION CONNECTORS 1. Compression type for interior locations: a. Standards: UL 467. b. High copper alloy content. c. Non-reversible. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-5 d. Terminals for connections to bus bars shall have two bolt holes. 2. Compression type suitable for direct burial in earth or concrete: a. Standards: UL 467, IEEE 837. b. High copper alloy content. c. Non-reversible. B. BOLTED CLAMPS 1. Standards: UL 467. 2. High copper alloy content. 3. Heavy-duty type. PART 3 APPLICATION There are two types of grounding systems covered in this specification; (1) Grounding Electrode Systems and (2) Equipment Grounding Circuits. 1. Grounding Electrode Systems shall comply, as a minimum, to the requirements of NEC Sections 250.50 through 250.104, including Table Grounding Electrode Conductor for Alternating-Current Systems. 2. Equipment Grounding Circuits shall comply, as a minimum, to the requirements of NEC Sections 250.110 through 250.148, including Table Minimum Size Equipment Grounding Conductors for Grounding Raceway and Equipment. 3.1 GROUND ROD BOX The connection of Grounding Electrode Conductors to each ground rod shall be accessible through a ground rod box as described herein. A. Each ground rod shall be provided with a separate ground rod box which shall provide access to the ground rod, its Grounding Electrode Conductor, and its associated ground clamp. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-6 Exceptions: Unless specifically stated or detailed otherwise on the Plans. Ground rod boxes shall not be required if the ground rod is exposed in a manhole, handhole, or seal-off vault as described in this specification. B. Each ground rod box shall be mounted flush to grade. Exceptions: Unless specifically stated or detailed otherwise on the Plans. 3.2 GROUNDING ELECTRODE SYSTEMS Comply with NEC Article 250, Section III for types, sizes, and quantities of Grounding Electrode Conductors, except where specific types, larger sizes, or more conductors than required by NEC are shown on the Plans. Provide grounding system as shown on the Grounding One Line Diagram of the Plans if provided. A. GROUNDING ELECTRODE SYSTEM A GROUNDING ELECTRODE SYSTEM shall have a minimum of two ground rods spaced a minimum of 6 feet apart and connected with Grounding Electrode Conductors as described in this Section. B. SYSTEM GROUND GRIDS AROUND STRUCTURES WITH CONCRETE FLOORS OR STEM WALLS A ground grid shall consist of a ring of Grounding Electrode Conductors around a building or structure placed a maximum of 3 feet away from the structure at a minimum depth of 30 inches below grade with its ground connection established in one of the three following ways: (1) with ground rods; (2) wit - or (3) with a combination of both (1) and (2). When the Plans specifically show, state, or define the method of establishing the SYSTEM GROUND GRID and show the distribution and sizes of the Grounding Electrode Conductors, then these methods shall be followed unless required to be larger by NEC Table 250.66. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-7 When the Plans state that the Contractor may define the method of grounding, then it is left to the Contractor to provide one of the three grounding methods in compliance to NEC and with the approval of the Electrical Engineer and the Electrical L&I Inspector. Regardless of the method used, the Contractor is responsible to provide and meet the testing requirements in QUALITY CONTROL in this Section. 1. Establishing a SYSTEM GROUND GRID with Ground Rod Electrodes a. Ground rods shall be placed at each of the major corners of the structure. If a structure has an irregular shape with corners spaced more than 10 feet apart, than a ground rod shall be placed at that corner. 2. - - only if the building or structure is provided with a new concrete floor in direct contact with the earth and meets or exceeds the requirements of NEC Section 250.52. a. Attach a separate Grounding Electrode Conductor from the SYSTEM GROUND GRID to the foundation rebar in each of the four corners of the building or structure minimum. C. VAULT AND PULLBOX GROUNDING 1. Provide a SYSTEM GROUND GRID around Pullboxes and Equipment Vaults in compliance with ground conductors sized per NEC Table 250.66 unless shown larger on the Plans. The minimum grounding electrode conductor size shall be #6 AWG. 2. Install grounding around and inside the vaults as described in INSTALLATION; VAULT AND PULLBOX SYSTEM GROUNDING in Part 4 herein. D. HANDHOLE, AND VAULT GROUNDING 1. Provide a ground rod inside each manhole that contains metal parts. 2. Install grounding around and inside Manholes, Handholes, and Seal-Off Vaults as described in INSTALLATION; MANHOLE, City of Kent 6 MG Reservoir Recoating G&O #21454 16060-8 HANDHOLE, AND SEAL-OFF VAULT SYSTEM, GROUNDING in Part 4 herein. E. OTHER GROUNDING ELECTRODE DEVICES AND METHODS 1. Hydraulic Piping Systems a. Provide and connect a Grounding Electrode Conductor pigtail to metal hydraulic piping on each major riser. Connect the conductors to the pipe using NEC-approved hardware and methods. b. Provide a ground jumper across both sides of a hydraulic piping electrical insulator to continue ground continuity past the insulator. Exceptions: i. Unless specifically stated or detailed otherwise on the Plans. c. Ground shall be derived from: i. SYSTEM GROUND GRID ii. System SUSE connection point. 2. Magnetic Flow Meters a. Provide and connect a Grounding Electrode Conductor to ground conductor unless shown otherwise on the Plans. Exceptions: Unless manufacturer provides documentation verifying that ground rings are not required. 3.3 EQUIPMENT GROUNDING Comply with NEC Article 250, Section VI for sizes of Equipment Grounding Conductors, except where specific larger sizes are shown on the Cable and Conduit Schedule in the Plans. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-9 A. EQUIPMENT GROUNDING CIRCUITS Install insulated Equipment Grounding Conductors with circuit conductors in the manner listed below and in compliance with Code. 1. Service and Feeders. Bond the Equipment Grounding Conductor to the equipment to which the circuit connects and to the raceway if it is metallic. 2. Single-phase motor or appliance branch circuits. 3. Three-phase motor or appliance branch circuits. 4. Flexible raceway runs. B. EQUIPMENT GROUNDING CONDUCTORS Equipment Grounding Conductors shall be insulated and color-coded green. C. NONMETALLIC RACEWAYS Install an Equipment Grounding Conductor in nonmetallic raceways unless they are designated for telephone or data cables. Bond the conductor at each end to grounded metallic raceway or equipment. D. METALLIC RACEWAYS Install grounding bushings at the end of each conduit and connect to the equipment ground or GROUNDING ELECTRODE SYSTEM. 3.4 FREE-STANDING ELECTRICAL SUPPORT STRUCTURES Metal support structures used to support electrical equipment, devices, cabinets, panels, or enclosures shall be connected to the GROUNDING ELECTRODE SYSTEM by Grounding Electrode Conductors sized as shown on the Plans or per NEC Table 250.66, whichever is larger. Provide a ground conductor to each vertical support member within 6 inches after rising out of the concrete pad. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-10 PART 4 EXECUTION 4.1 INSTALLATION A. GROUNDING ELECTRODE CONDUCTORS IN RACEWAYS 1. GROUNDING ELECTRODE CONDUCTORS shall not be installed in metallic raceway. Where required to be in raceway, use PVC-Schedule 80 unless shown otherwise on the Plans. Reference Specification Section 16130. Ground electrical systems and equipment according to NEC requirements, except where Plans or Specifications exceed NEC requirements. Coordinate grounding connections made to the water system with the mechanical work and install bonding jumpers wherever deemed necessary. B. VAULT GROUNDING 1. Grounding Outside the Structure a. Provide a minimum of two ground rods, one at each opposite corner, spaced at least 6 feet apart, on the outside of the structure. b. Provide a ground rod box over each ground rod with the same road rating of the pullbox/vault lid. c. Space the SYSTEM GROUND GRID a minimum of 12 inches from the edge of the vault. d. Connect the vault/pullbox SYSTEM GROUND GRID to the main SYSTEM GROUND GRID with Grounding Electrode Conductor sized per NEC Table 250.66 unless shown larger on the Plans. The minimum conductor size shall be #6 AWG. 2. Grounding Inside the Structure apply to both pullboxes and equipment vaults. a. Provide a Grounding Electrode Conductor into the vault at one of the four corners. Seal the penetration with non- shrink grout. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-11 b. Continue the Grounding Electrode Conductor up one corner to 3 - 6 inches below the vault ceiling. Loop the Grounding Electrode Conductor around the vault at this height, on all walls containing a junction box, cable tray, ladder, or other metallic equipment, securing to the vault walls each 24 inches with 316L stainless steel clamps, lag bolts, and fasteners. c. Extend a Grounding Electrode Conductor to one of the top mounting bolts of each junction box, cable tray, permanent ladder, or other metallic equipment. d. For vaults with metallic hatch lids, provide a grounding braid from the Grounding Electrode Conductor to the hatch lid, sized per NEC Table 250.122 minimum. Provide the braid on the hinged side, sufficiently long to allow a complete 180 degree opening of the hatch lid without tension on the braid. For vaults with dual lids, connect grounding braids to both hinged sides. e. Ground hydraulic piping near its points of entry into, and exit out of, the vault. f. tion devices inside the City of Kent 6 MG Reservoir Recoating G&O #21454 16060-12 J-BOX (TYP.) 24 " DRIP FITTING GROUNDING ELECTRODE CONDUCTOR WALL PENETRATION TO EXTERIOR GROUND GRID Figure 4.1.B Vault and Pullbox Internal Grounding C. HANDHOLE GROUNDING 1. Provide a ground rod inside each handhole that contains metal parts. 2. Expose a minimum of 4 inches of the ground rod above the floor for field inspection and connections to the rod. 3. Connect the manhole/handhole/seal-off vault SYSTEM GROUND GRID to the main SYSTEM GROUND GRID with Grounding Electrode Conductors sized per NEC Table 250.66 unless shown larger on the Plans. The minimum conductor size shall be #6 AWG. 4. Connect the Grounding Electrode Conductor to each metal lid with braided ground conductors of equivalent size and ampacity of the ground ring. recommendations. 5. Connect the Grounding Electrode Conductor to each metal device (conduits, cable tray, j-boxes, support structures, etc.). City of Kent 6 MG Reservoir Recoating G&O #21454 16060-13 4.2 CONNECTIONS A. GENERAL Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot-tin-coated materials to assure high conductivity and to make contact points closer in order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to the contact surfaces. B. EQUIPMENT GROUNDING-WIRE TERMINATIONS Make the grounding conductor connections to motors or equipment 10 hp and above or 20 amperes and above, with conductor termination and a 5/16 of an inch minimum bolt tapped to the motor frame or equipment housing. Ground connection to smaller motors and equipment may be made by fastening the conductor termination to a connection box. C. METAL RACEWAY TERMINATIONS Where metallic raceways terminate at metallic or non-metallic enclosures, panels, or housings, 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 both entrances and exits with grounding bushings and bare grounding conductors, except as otherwise indicated. D. CONNECTION TORQUE Tighten screws and bolts for grounding and bonding connectors and -tightening values. Where these requirements are not available, use those specified in UL 486A and UL 486B. City of Kent 6 MG Reservoir Recoating G&O #21454 16060-14 E. COMPRESSION-TYPE CONNECTIONS Use hydraulic compression tools to provide correct circumferential pressure for compression connectors. Use tools and dies recommended by manufacturer of connectors. Provide embossing die code or other standard method to make a visible indication that a connector has been adequately compressed on grounding conductor. 4.3 QUALITY CONTROL A. TESTS 1. Provide third party ground testing per Specification 16050, Section 3. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 16120-1 SECTION 16120 CONDUCTORS AND CABLES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes building wires, cables, and associated connectors, splices, and terminations for wiring systems rated 600 V and less. 1.2 RELATED WORKS SPECIFIED ELSEWHERE Section Item 01300 Submittals 16050 Basic Electrical Materials and Methods RCW 19.28.261 Revised Code of Washington, Exemptions from RCW 19.28.161 through RCW 19.28.271 16940 Control Panels 1.3 SUBMITTALS See Section 01300. Indicate Field Test Reports and interpret their results for compliance with performance requirements. 1.4 QUALITY ASSURANCE See Section 16050. PART 2 PRODUCTS 2.1 BUILDING WIRES AND CABLES A. STRANDING 1. All power, control, and instrumentation conductors larger than #20 AWG shall be stranded. 2. All equipment ground conductors larger than #16 AWG shall be stranded. 3. All grounding electrode conductors larger than #10 AWG shall be stranded. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-2 B. POWER AND CONTROL WIRE All power and control wire and conductors in raceways shall be rated 600 VAC. 1. XHHW, XHHW-2 a. Conductor Class B, stranded, annealed, uncoated copper. Conductors shall comply with: i. UL Standard 44. ii. ASTM-B3, ASTM-B8, and ASTM-B7B8. b. Insulation Cross-Linked Polyethylene (XLP) High Heat Water Resistant. Insulation shall comply with: i. UL-83 Thermoplastic-Insulated Wires and Cables. ii. UL-1063 Machine-Tool Wires and Cables. c. The cable shall meet the following Standards and Agency approvals: i. NEMA WC70/ICEA S-95-658. ii. ASTM Stranding Class B3, B8, B7B8 iii. Federal Specification A-A-59544 C. INSTRUMENTATION, COMMUNICATION, AND NETWORKING CABLES All instrumentation, communication, and networking cables and conductors in raceway shall be rated 600 VAC. Exceptions: Telephone cables. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-3 Antenna cables. Fiber optic cables. 1. Analog Instrument Cables Paired and triad analog instrument cables shall be #18 AWG stranded tinned copper 600 V tray cable, rated for wet applications at 75 degrees C in a sunlight resistant PVC jacket. Cables shall be plenum and direct burial rated, and shall be provided with individual pair/triad isolated 100 percent foil shields with independent drain wires and an overall isolated shield with drain wire. These cables shall also be used for totalizing pulse signals from flow meters. The following cables shall be used for multiple conductor applications: a. 2-Conductor, 1 twisted pair, 100 percent overall shield. Belden #9341 or #1120A or equivalent. b. 3-Conductor, 1 twisted triad, 100 percent overall shield. Belden #1121A or equivalent. c. 4-Conductor, 2 twisted pairs, 100 percent individual shields plus 100 percent overall shield. Belden #1048A or equivalent. D. CONTROL AND POWER CABLE/CORDS 1. Power Cords a. Type SO, 600 Vac, size #14 or larger. 2. Specialty Wire As shown specifically on the Plans. 2.2 SPLICES, TAPS AND TERMINAL BLOCKS Splices are only allowed under the conditions of Section 4.2.E. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-4 A. SPLICES TO POWER CONDUCTORS 1. Splices in Outdoor Areas, Handholes, Vaults, or Direct Buried a. For inline butt splices, use inline resin splice kits for non- shielded cables, 600 V; 3M Scotchcast 82-A series or equal. UL listed 486D. b. For odd-shaped and odd sized splices, use multi-mold resin splice kits for non-shielded cables, 600 V; 3M Scotchcast 85-14CP or equal. UL listed 486D 2. Power Terminal Blocks a. All power terminals shall be 600 Vac, suitable for 75 degrees C rated copper conductor. b. Power terminal blocks may be copper or aluminum and shall have a short circuit current withstand rating following the guidelines described in UL 1059 and shall meet or exceed the available bolted fault current at the point of application. B. SPLICES TO CONTROL CONDUCTORS 1. In Junction Boxes and Handholes Splices to control conductors in junction boxes and handholes shall be made with 600 V, UL486D certified, water-proof direct bury connectors with strain relief, pre-filled with waterproof and corrosion-proof, non-hardening, silicone dielectric sealant; DRYCONN DBSR Series or equal. 2. In Pull Boxes a. For inline butt splices, use inline resin splice kits for non- shielded cables, 600 V; 3M Scotchcast 82-A series or equal. UL listed 486D. b. For odd-shaped and odd sized splices, use multi-mold resin splice kits for non-shielded cables, 600 V; 3M Scotchcast 85-14CP or equal. UL listed 486D. 3. Terminal Blocks in Panels City of Kent 6 MG Reservoir Recoating G&O #21454 16120-5 C. SPLICES TO INSTRUMENTATION CABLES AND CONDUCTORS 1. In Junction Boxes Strip back the cable outer sheath exposing cable conductors and shield lengths to 1-inch or less. Twist the wires together and solder. Insert and engage into 600 V, UL486D certified, water- proof connectors, pre-filled with waterproof and corrosion-proof, non-hardening, silicone dielectric sealant; DRYCONN Aqua Series or equal. 2. In Handholes Instrument cables and conductors are always passed through a junction box inside pull boxes and handholes. n 3. Terminal Blocks in Panels 2.3 INSULATING MATERIALS A. ELECTRICAL INSULATION PUTTY Scotchfill, or equal. B. INSULATING ELECTRICAL TAPE 7 Mil/0.18 mm Plasticized PVC, rubber-based adhesive, 200 percent elongation, 26 N/cm tensile strength, 8 kV breakdown voltage, meeting CE, CSA, UL certifications. C. CONDUCTOR COLOR-MARKING TAPE 7 Mil/0.18 mm Plasticized PVC, rubber-based adhesive, 200 percent elongation, 26 N/cm tensile strength, 8 kV breakdown voltage, meeting CE, CSA, UL certifications, in required color. D. ELECTRICAL HEAT SHRINK TUBING Heat shrink tubing shall be dual-wall polyolefin, 3-1 shrink ratio, 600 Vac, -55 to 110 degrees C operating range meeting UL 224 600V, 125 degrees C. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-6 PART 3 APPLICATIONS 3.1 WIRE APPLICATIONS A. CABLE AND CONDUIT SCHEDULE The Cable and Conduit Schedule shall be considered absolute. No changes to wire sizes, wire count, insulation type, or circuit type shall be allowed without approval from the Engineer. B. WIRES IN RACEWAYS Wires installed i FIELD wiring and shall be installed and terminated by qualified and licensed electrical contractors. Exceptions: Installation and termination may be by the owner under the provisions of through RCW 19.28.271. If the raceway is installed inside a control panel fabricated by a certified UL 508 shop, then these wires may be installed and terminated per the provisions of WIRES IN CONTROL PANELS as listed below. 1. Power Wire a. Insulation All service, feeder, and branch circuit conductors shall be XHHW-2. Exceptions: Unless called out otherwise in the Cable and Conduit Schedule. Unless approved in writing by the Electrical Engineer. Unless both ends of wire are installed in the same control panel. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-7 2. Class 1 and 2 Control Wire a. Insulation All control circuits in raceways shall be XHHW-2. Exceptions: Unless called out otherwise in the Cable and Conduit Schedule. Unless approved in writing by the Electrical Engineer. b. Minimum control wire size in conduits and raceways The minimum control wire size in conduits and raceways shall be #14 AWG. C. CONDUCTORS DIRECT BURIED Refer to the Plans for specifications regarding directly buried conductors and cables. D. POWER CORDS SO power cords shall be allowed in control panels for circuits not greater than 120 Vac or 48 Vdc. Such applications require installation by a UL 508 shop. E. SPECIALTY WIRE Refer to the Plans for specifications regarding . PART 4 EXECUTION 4.1 EXAMINATION Examine raceways and surfaces receiving wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-8 4.2 INSTALLATION A. GENERAL INSTALLATION METHODS 1. Install wires and cables in raceway system, according to . 2. Tighten electrical connectors and terminals according to -tightening values. If in UL 486A and UL 486B. 3. Install cables and conductors neatly in all enclosures. Bend or form wires in neat runs from conduits to terminals. Arrange wires so that they may be grouped by conduit or function in the enclosure. Install cable ties and straps to support and bundle wires in enclosures. Arrange wires to allow wire tags and numbers to be easily read without bending or flexing wiring. 4. Leave 6 inches or more of free conductor at each connected device or equipment terminal and 9 inches of free conductor at each unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box. 5. Install wiring to equipment neutral and grounding blocks on the bottom or furthest back row first. Leave unconnected blocks accessible for future neutral or grounding connections. 6. Provide individual neutral conductors for each associated circuit. Common neutral conductors for multi branch circuits are not permitted. 7. All power distribution raceways shall contain at least one continuous copper grounding conductor with a minimum size as per NEC 250.122. Larger sizes shall be used if identified in the Cable and Conduit Schedule on the Plans. B. CONDUCTORS SHARING RACEWAYS 1. Power conductors shall not be run in the same raceway with control conductors. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-9 Exception: Unless specifically shown otherwise in the Cable and Conduit Schedule. 2. Power conductors shall not be run in the same conduit or raceway with instrumentation cables/conductors. 3. Control conductors shall not be run in the same conduit or raceway with instrumentation cables/conductors. Exception: Unless specifically shown otherwise in the Cable and Conduit Schedule. C. CONDUCTORS IN CONTROL PANELS 1. Control Panel Instrumentation (Signal) Wiring a. Signal cables between analog input and output field terminals and a PLC shall be connected to the field terminals. b. All cables shields shall be terminated at the field terminal end. Connections to the PLC analog input and output terminals shall not land the shield. c. Signal cable conductors and their shields/drains shall not be separated greater than as described below. 2. Control Panel Wiring a. All communication and networking cables inside control panels shall have their ends made up with terminal connectors. No cables shall be left open-ended. b. other conductor bundles. D. INSTRUMENTATION (SIGNAL) CABLES 1. Preparing the Shielded End City of Kent 6 MG Reservoir Recoating G&O #21454 16120-10 BLACK HEAT SHRINK OVER CABLE END AND OPEN CONDUCTORS INSTRUMENTATION CABLE GREEN HEAT SHRINK OVER DRAIN WIRE 0.25" 0.25" 1.25" 1.25" a. Neatly trim the end of the cable. b. Strip back 1.25 inch of the outer jacket taking care not to cut into the conductor insulation. c. Neatly trim the foil back to the edge of the outer jacket taking care not to damage the drain wire. d. For signal cables with a braided shield over a foil shield, carefully cut the braid back to the edge of the outer jacket. e. Provide a green heat shrink tube over the drain wire, leaving 0.25 inch of exposed conductor. f. Provide a 1.25-inch black heat shrink over the jacket, covering 0.25 inch of the exposed conductors. This properly insulates and protects the ends of the shields and the outer jacket. g. Strip the signal conductors exposing 0.25 inch of conductor. 2. Preparing the Unshielded End BLACK HEAT SHRINK OVER CABLE END AND OPEN CONDUCTORS INSTRUMENTATION CABLE 0.25" 0.25" 1.25" 1.25" a. Neatly trim the end of the cable. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-11 b. Strip back 1.25 inch of the outer jacket taking care not to cut into the signal conductor insulation. c. Neatly trim the foil back to the edge of the outer jacket. d. Cut the drain wire at the edge of the outer jacket taking care not to damage the signal conductor insulation. e. For signal cables with a braided shield over a foil shield, carefully cut the braid back to the edge of the outer jacket. f. Provide a 1.25-inch black heat shrink over the jacket, covering 0.25 inch of the exposed conductors. This properly insulates and protects the ends of the shields and the outer jacket. g. Strip the signal conductors exposing 0.25 inch of conductor. E. SPLICING CONDUCTORS 1. Install service, feeder, and motor circuits continuous without splices from equipment terminal to equipment terminal or motor lead. Exceptions: Service entry feeders at weatherheads. Branch circuits at taps for convenience receptacles and lighting. As specifically called out. With written permission from the Engineer. 2. Install instrumentation and control circuits continuous without splices or terminations from source equipment terminal to destination equipment terminal. Exceptions: On terminal strips in control panels. On terminal strips in termination panels. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-12 As specifically called out. With written permission from the Engineer. 3. Where splicing is allowed, or specifically called out, install in the following manner: a. Splicing Inside Vaults, Handholes, Outdoor J-Boxes, or J- Boxes in Wet Areas Power and control conductors shall be spliced per Section 2.2.A. Provide a minimum of 24 inches of length on both wires for future re-splicing. b. Splicing in J-Boxes and Control Panels Mounted Indoors in Dry Rooms i. Conductors size #12 AWG through #6 AWG: For conductors less than #6 AWG, provide crimped butt-splice with heat shrink cover. The heat shrink shall overlap the butt barrel ends by a minimum of 1/2 inch. Cover the splice with a minimum of three layers of black electrical tape. Provide a 2-wrap (minimum) single band of the appropriate phase color tape. Exception: For receptacles and lighting, reference Section 2.2.B. ii. Conductors size #4 AWG and larger: (1) Terminal Connectors For conductors larger than #6 AWG, connections shall be made using insulated multiple tap connectors rated for 600 Vac; N.S.I. Polaris or equal. Cover the splice with a minimum of three (3) layers of black electrical tape. Provide a City of Kent 6 MG Reservoir Recoating G&O #21454 16120-13 2-wrap (minimum) single band of the appropriate conductor color tape. (2) Terminal Blocks All power terminals shall be 600 Vac, suitable for 75 degrees C rated copper conductor. Connect using properly sized terminal blocks. Exception: If splices are allowed by the Engineer, then use plated copper alloy compression splicing sleeves installed by high-pressure compression tools and insulated with heat shrink Raychem sleeves. F. REPLACING FAULTY CONDUCTORS When replacing a faulty conductor or cable that shares a raceway with other conductors or cables, all conductors and cables must be removed and replaced with new. Exceptions: If the raceway is straight and without bends or offsets and its length is less than 30 feet, and the conductors are not bound together in the raceway, then only the faulty cable must be pulled and replaced with new. A manufacturer-approved pulling compound or lubricant must be used to minimize degradation to the remaining conductors. The contractor is responsible for the integrity of the remaining conductors. With specific approval by the Engineer. G. CONDUCTOR LABELLING All conductors shall be labeled in the following manner. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-14 Exceptions: Conductors supplying power to lighting and convenience receptacles. Non-insulated ground conductors. At each motor tag for winding lead numbers. Make all phase rotation changes for motor direction changes at the motor to maintain correct color phase sequence in equipment. In each enclosure or box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number (reference Section 3.3C.). 1. Conductors shall be labeled the same at each end in a place where the label can be clearly read without moving other wires or rotating the label. 2. Conductor labels shall reference the device (destination) tag as Plans. For example, conductors from panelboard [01 PB 01] to dedicated receptacle [01 DREC 05] shall be labeled as follows: Line: 01DREC05.L Neutral: 01DREC05.N Ground: 01DREC05.G 3. Conductor labels shall each be unique for each circuit. For example, 10 control conductors from Main Control Panel [02 CP 01] (source) to Automatic Transfer Switch [02 ATS 01] (destination) shall be labeled as follows: Wire #1: 02ATS01.01 Wire #2: 02ATS01.02 | | Wire #9: 02ATS01.09 Wire #10: 02ATS01.10 4. The labels shall be white heat shrink sized appropriately for the associated conductor with typed lettering in black indelible ink. 5. Label each conductor. When terminating cables, if there is insufficient room to provide a label on each conductor, then label the cable sheath. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-15 6. Tag for phase rotation at each power connection. Exception: At motor connections. H. CONDUCTOR COLORS 1. For conductor colors inside control panels, reference Section 3.1.C.1. 2. Do not use white, gray, green, or green with yellow stripes color for any power, lighting, or control conductor not intended for neutral or equipment grounding purposes. Exception: Instrumentation and control multi-conductor cables may use white, gray, or green singly or as part of a trace color in addition to the base color. 3. Equipment grounding conductors: Green or green with yellow stripes. 4. 208/120 or 240/120 volt, 3-phase systems: Phase A Phase B Phase C Neutral Black Red Blue White 5. 240/120 volt, single phase systems: Phase A Phase B Neutral Black Red White 6. Use wire with insulation of required color for conductors of #6 AWG and smaller. For wire larger than #6 AWG, where not available in specified colors, use conductor color marking tape per Section 2.3.C. When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, auxiliary gutters, outlets, switches, and control centers. 7. Connect power conductors of the same color to the same phase throughout the installation. Viewing all equipment from the front, City of Kent 6 MG Reservoir Recoating G&O #21454 16120-16 make connections so phase color sequence is in the same order as that for panelboards, switchboards, motor control centers, etc. I. PULLING CONDUCTORS 1. Instrumentation, Communication, Networking, and Fiber Cables Make all cable pulls by hand using a manufacturer-approved pulling compound or lubricant where necessary. 2. Power and Control Conductors a. Make all cable pulls by hand where possible. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, or wrapping extra conductor into an eye, that will not damage cables or raceway. b. On mechanically-assisted pulls use a manufacturer- approved pulling compound or lubricant where necessary. The compound used must not deteriorate the conductors or insulation. Do n maximum pulling tensions and sidewall pressure values. Install pullboxes where necessary to prevent exceeding 3. Cut cable or conductor ends off after pulling and clean all pulling compound from exposed conductors before terminating. J. CABLE SUPPORTS Support cables according to Section 16050. Provide vertical conductor support per NEC Table 300.19(A). K. WIRING AT OUTLETS 1. Install conductor at each outlet, with at least 6 inches of slack. Connect only to receptacle screw terminals using insulated spade- type lugs. 2. Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16. City of Kent 6 MG Reservoir Recoating G&O #21454 16120-17 4.3 FIELD QUALITY CONTROL A. TESTING 1. Provide conductor megger testing per Specification 16050, Section 3. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 16130-1 SECTION 16130 RACEWAY AND BOXES PART 1 GENERAL 1.1 SCOPE The work specified in this Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring. 1.2 RELATED SECTIONS INCLUDE THE FOLLOWING: Sections Items 01300 Submittals 02530 Utility Structures 16050 Basic Electrical Materials and Methods 16060 Grounding and Bonding 16120 Conductors and Cables 16140 Wiring Devices 1.3 DEFINITIONS A. 100 PERCENT CONTINUOUS 100 percent continuous means that electrical continuity shall be consist of only RGS (whether PVC-coated or not), LFMC, or combinations of these types. There can be no break in the electrical continuity by non-metallic components. EMT conduits are not considered 100 percent continuous. B. CONDUIT BODIES A separate portion of a conduit system that provides access through a removable cover to the interior of the system at a junction of two or more sections of the system. C. CONTROL CONDUITS Control conduits typically contain cables or conductors in the range of 12 Vdc to 120 Vac. These cables/conductors are used to provide discreet field inputs and outputs to motor drives, PLC controllers, operator stations, etc. They typically connect to discreet I/O field devices like local City of Kent 6 MG Reservoir Recoating G&O #21454 16130-2 panel pushbuttons, indicating lights, selector switches, field limit switches, relay circuits, etc. D. CONTROL PANELS Control panels are enclosures in which one or more circuits are changed, unlike junction boxes where circuits are simply routed through the panel. Control panels may be as simple as an enclosure with a pilot light or they may be very complicated with hundreds of I/O terminations. For Control Panel considerations, reference Specification 16940. E. CONVENIENCE RECEPTACLES Reference Section 16140, Definitions. F. DEVICE BOXES Device boxes are electrical boxes used for receptacles, light switches, dimmers, and other similar devices. Selector switches, indicating lights, displays, etc., are mounted in control panels and equipment enclosures, not in device boxes. G. DRIP FITTINGS Drip fittings are used to drain water from conduit entry points, junction boxes, or other enclosures where accumulation of moisture must be removed. They are also intended to disable the entry of foreign materials, including tools and fingers, through the drain. H. DRY LOCATIONS Reference Section 16050, Definitions. I. EMT Electrical Metallic Tubing (a type of RMC). J. EQUIPMENT VAULT An Equipment Vault is a VAULT that contains one or more electrical devices that are terminated within the vault; such as flow meters, control valves, control or power panels, lighting, and etc. SEE VAULTS City of Kent 6 MG Reservoir Recoating G&O #21454 16130-3 K. FINISHED AREAS Reference Section 16050, Definitions. L. FMC Flexible Metal Conduit (a type of RMC). M. FRP Fiberglass Reinforced Plastic (a type of RNC). N. HANDHOLES A handhole is a pullbox that is not sufficiently sized for entrance of personnel (reference PULLBOXES). O. INSTRUMENTATION CONDUITS Instrumentation conduits contain cables and conductors that carry low-power modulated or communication signals. They may include 4-20 mA current loops, 0 10 volt analog signals, 5 to 12 Vdc digital (TLL) data, analog or digital communications signals, etc. They may also include low-voltage compliance power to instruments such as 5 Vdc, ±15 Vdc, or 24 Vdc. P. INTRINSICALLY SAFE CIRCUIT A circuit in which any spark or thermal effect, produced either normally or in specified fault conditions, is incapable of releasing sufficient electrical or thermal energy to cause ignition of a specific hazardous atmospheric mixture in its most easily ignitable concentration. Q. JUNCTION BOXES Junction boxes are electrical enclosures used for combining, splitting, pulling, or redirecting electrical circuits. Junction boxes may terminate one conduit or join multiple conduits. Circuits are not altered inside a junction box. Enclosures where circuits are altered are called CONTROL PANELS. With the exception of terminal strips, junction boxes do not contain electrical devices. R. LFMC Liquidtight Flexible Metal Conduit (a type of RMC). City of Kent 6 MG Reservoir Recoating G&O #21454 16130-4 S. POWER CONDUITS Power conduits contain branch and feeder conductors with voltages 120 Vac and above. These conductors provide operating power to MCCs, panels, motors, lighting, receptacles, HVAC, etc. Conductors can be of #12 AWG wire gauge and larger, either separate or in power cables. T. PULLBOXES Pullboxes are underground electrical enclosures, sufficiently sized to allow the entrance of personnel, used for combining, splitting, pulling, or redirecting electrical circuits. Pullboxes may terminate one conduit or join multiple conduits. A pullbox can be considered an underground junction box. Circuits are not altered or terminated inside a pullbox. Pullboxes do not contain electrical equipment or devices. Exception: Pull boxes may include a sump pump. Handholes are types of pull boxes but are not sufficiently sized to allow the entrance of personnel (reference HANDHOLES). U. PVC Polyvinyl Chloride Conduit (a type of RNC). V. PVC-RGS Polyvinyl chloride, externally coated RGS (a type of RMC). Alias: May be called or shown on Plans and elsewhere in specifications as PVC-Coated RGS or PVC-RMC. W. PVC-RMC Reference PVC-RGS. X. RGS Rigid Galvanized Steel (a type of RMC). City of Kent 6 MG Reservoir Recoating G&O #21454 16130-5 Y. RMC Rigid Metal Conduit (General NEC Category). Z. RNC Rigid Nonmetallic Conduit (General NEC Category). AA. SURFACE RACEWAYS A metallic raceway that is intended to be mounted to the surface of a structure, with associated couplings, connectors, boxes, and fittings for the installation of electrical conductors. BB. VAULTS A vault is an underground structure, serviceable or accessible only from the top. Handholes, Equipment Vaults, and Pullboxes are considered vaults. CC. WET LOCATIONS Reference Section 16050, Definitions. DD. WIREWAYS Sheet metal troughs with hinged or removable covers for housing and protecting electric wires and cable in which conductors are laid in place after the wireway has been installed as a complete system. 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Provide data for surface raceways, wireways and fittings, hinged-cover enclosures, and cabinets. 1.5 QUALITY ASSURANCE See Section 16050. 1.6 COORDINATION Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-6 Coordinate electrical work with outside utilities associated with the project. Non electrical piping and structural has priority over underground conduit routing. Exception: Unless specifically coordinated otherwise with the General Contractor. PART 2 PRODUCTS 2.1 METALLIC CONDUIT TYPES A. EMT 1. Conduit Galvanized steel tubing meeting ANSI C80.3. 2. Conduit bodies shall be galvanized, or epoxy coated cast iron or aluminum one piece with galvanized, or epoxy coated cast cover, gasket, and threaded hubs. Use stainless steel screws or other approved non-corroding screws to hold cover in place. 3. EMT connectors shall be compression type only. Set screw connectors shall not be allowed. 4. Conduit clamps for EMT shall be stamped galvanized steel. B. LFMC 1. Conduit Flexible, galvanized steel convolutions forming a continuous raceway, covered by a liquid tight PVC layer. Electri-Flex Type LA or American Sealtite, Type UA 2. Connectors Galvanized steel, screw in, grounding type with a ferrule, which covers the end of the inside and outside of the conduit. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-7 C. RGS 1. Conduit Hot dipped galvanized with threaded ends meeting ANSI C80.1. 2. Couplings Steel, cast iron, or malleable iron compression type employing a split, corrugated ring and tightening nut, with integral bushings and locknuts. No indent or set screw type. a. Couplings Unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. b. Nipples Factory made through 8 inches, no running threads. c. Conduit bodies shall be galvanized, or epoxy coated cast iron or aluminum one piece with galvanized, or epoxy coated cast cover, gasket, and threaded hubs. Use stainless steel screws or other approved non-corroding screws to hold cover in place. 3. Conduit Clamps Conduit clamps for RGS shall be cast iron. D. PVC-COATED RGS, PVC-RMC 1. General a. A proprietary colored urethane coating shall be uniformly and consistently applied to the interior of all conduit and fittings. This internal coating shall be a nominal 2 mil thickness. Conduit or fittings having areas with thin or no coating shall be unacceptable. b. The PVC exterior and urethane interior coatings applied to the conduit shall afford sufficient flexibility to permit field bending without cracking or flaking at temperatures above 30 degrees F (-1 degrees C). City of Kent 6 MG Reservoir Recoating G&O #21454 16130-8 c. All male and female threads on conduit, elbows, and nipples shall be protected by application of an electronically conducting corrosion resistant compound. d. Installation of the PVC coated conduit system shall be performed in accordance with the installation manual. e. Conduits and fittings shall meet the following standards: i. ASTM D870 ii. ASTM D1151 iii. ASTM D3359 iv. ASTM D1308 v. NEMA RN1 2. Conduit a. The PVC coated rigid metal conduit must be UL listed. The PVC coating must have been investigated by UL as providing the primary corrosion protection for the rigid metal conduit. Ferrous fittings for general service locations must be UL listed with PVC as the primary corrosion protection. Hazardous location fittings, prior to plastic coating must be UL listed. All conduit and fittings must be new, unused material. Applicable UL standards may include: UL 6 Standard for Safety, Rigid Metal Conduit, UL 514B Standard for Safety, Fittings for Conduit and Outlet Boxes. b. The conduit shall be hot dip galvanized inside and out with hot dipped galvanized threads. 3. Fittings and Accessories The design shall be equipped with a positive placement feature to ease and assure proper installation. Certified results confirming seal performance at 15 psig (positive) and 25 inches of mercury (vacuum for 72 hours shall be available). City of Kent 6 MG Reservoir Recoating G&O #21454 16130-9 a. A PVC sleeve extending one pipe diameter or 2 inches, whichever is less, shall be formed at every female fitting opening except unions. The inside sleeve diameter shall be matched to the outside diameter of the conduit. b. The PVC coating on the outside of conduit couplings shall have a series of longitudinal ribs 40 mils in thickness to protect the coating from tool damage during installation. c. Conduit Form 8 Bodies shall be 1/2 inch through 2-inch diameter, shall have a tongue-in-- effectively seal against the elements. Conduit bodies shall be Form 8 and shall be supplied with plastic encapsulated stainless steel cover screws. d. Right angle beam clamps and U bolts shall be specially formed and sized to snugly fit the outside diameter of the coated conduit. Al U bolts will be supplied with plastic encapsulated nuts that cover the exposed portions of the threads. e. Conduit clamps and fittings for PVC-Coated RGS conduits shall be 316L stainless steel. 4. Approved Material a. Plasti-Bond REDH2OT, Perma-Cote, or KorKap manufactured by Robroy Industries. b. Ocal-Blue Steel conduit and fittings as manufactured by Ocal, Inc. c. Any deviation from the above approved materials must be approved by the Engineer. 2.2 NONMETALLIC CONDUIT TYPES A. PVC 1. Conduits NEMA TC 2, Schedule 40 or 80 PVC. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-10 2. Fittings and Accessories NEMA TC 3; match to conduit type and material, but elbows shall be RMC. 3. Conduit bodies Where allowed, shall match type, material, and gauge of conduit. 2.3 OUTLET AND DEVICE BOXES A. CAST BOXES 1. Cast Aluminum Epoxy coated cast aluminum box, one piece, with mounting lugs, with threaded holes or hubs, with internal green ground screw and with neoprene gaskets. B. WEATHERPROOF COVERS AND PLATES Weather proof, self-closing, die-cast aluminum, UL listed. 2.4 JUNCTION BOXES, HANDHOLES, AND VAULTS A. JUNCTION BOXES 1. Stainless Steel NEMA 4X 316L stainless steel with gasketed screw down cover. B. HANDHOLES 1. Material and Strength Handholes shall be made from Concrete or Polymer Concrete. The boxes and covers are required to conform to all test provisions of lbs. and Lateral 800 lbs/sq. ft.) and to be Listed and Labeled. The boxes must physically accommodate and structurally support compatible covers, which possess the Tier rating. In no assembly can the cover design load exceed the design load of the box. All components in an assembly (box and cover) are to be manufactured by the same manufacturer. All covers are required City of Kent 6 MG Reservoir Recoating G&O #21454 16130-11 to have a minimum coefficient of friction of 0.50 in accordance with ASTM C1028. Independent third-party verification or test reports stamped by a registered Professional Engineer certifying that all test provisions of this specification have been met are required with each submittal. The cover is to have an identifying function descriptor imprinted on it. The Descriptor shall be ELECTRICAL, CONTROL, SIGNAL, TELEPHONE, STREET LIGHT, or similar approved by the Engineer. Handholes with metallic lids shall be grounded per Specification Section 16060. Handhole lid assemblies comprised of steel shall have a factory- applied galvanized finish. Exception: Unless the assembly is fabricated from stainless steel. 2. Manufacturers Quazite (Strongwell Corp.) Carson Industries C. PULLBOXES AND VAULTS Precast concrete structures with preformed knockout holes for conduit entrance. Reference Section 02530, Utility Structures. Pullboxes and vaults with metallic lids shall be grounded per Specification Section 16060. Pullbox lid assemblies comprised of steel shall have a factory-applied galvanized finish. Exception: Unless the assembly is fabricated from stainless steel. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-12 PART 3 APPLICATION 3.1 CONDUIT BODIES This section describes the types of raceways, junction boxes, and device boxes that can used for different circuits and different environments. Reference Section 4.1 for methods and practices required for installation. A. CABLE AND CONDUIT SCHEDULE The Cable and Conduit Schedule shall be considered absolute. No changes to wire sizes, wire count, insulation type, circuit type, or conduit size shall be allowed without approval from the engineer. The Cable and Conduit Schedule does not indicate conduit type (PVC, between its source and destination. The rules stated in this specification define the necessary and allowed conduit type(s) for various applications and routes. B. RACEWAY REQUIREMENTS RGS conduits refers to a type of conduit body and does not imply whether the conduit is PVC-coated or not. Certain applications require RGS conduits with PVC coating, others do not. Reference Section 3.2, RGS RACEWAY PROTECTIVE COATINGS for these requirements. 1. Circuit Types and Categories a. Circuit Types Conduits are broken into three general circuit types; 1) Power, 2) Control, and 3) Instrumentation (see Definitions). On the Cable and Conduit Schedule, Power conduits are those starting with the letter "P", Control conduits are those starting with the letter "C", and Instrumentation conduits are those starting with the letter "S". b. Circuit Categories Power circuits are broken into two categories, those that contain linear loads and those that contain non-linear loads (see Definitions). City of Kent 6 MG Reservoir Recoating G&O #21454 16130-13 Control and Instrumentation circuits are broken into two categories, those that contain intrinsically safe circuits and those that do not (see Definitions). These types and categories are listed below in Table 3.1.B.1 below. c. Relationships Between Circuit Categories and Conduit Types Many electrical circuit types do not require special conduit routing considerations. However, Table 3.1.B.1 shows the circuit types where the conduit route must be 100 PERCENT CONTINUOUS (reference Definitions). Table 3.1.B.1 Circuit Type Category 100% Continuous? Power Linear No Power Non-linear Yes Control Non-intrinsic No Control Intrinsic Yes Instrumentation Non-intrinsic Yes Instrumentation Intrinsic Yes 2. Conduit Shape Wiring shall be routed in pipe or tubular conduits, NOT in fabricated wireways or gutters. Exception: Unless specifically called out otherwise in the Plans. C. PVC SCHEDULE 40 RACEWAY APPLICATIONS 1. All straight portions of conduits completely concealed in walls, attics, concrete, or below ground (not exposed) shall be PVC Schedule 40. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-14 Exceptions: Power conduits containing non-linear loads shall be 100 percent continuous over their entire length. Control conduits containing intrinsically safe circuits shall be 100 percent continuous over their entire length. All Instrumentation conduits shall be 100 percent continuous over their entire length. All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. PVC conduit areas under roads or heavy traffic areas shall be Schedule 80. Where specifically called out otherwise in the Cable and Conduit Schedule. 2. All portions of power and control conduits completely concealed inside a reservoir shall be PVC Schedule 40. D. PVC SCHEDULE 80 RACEWAY APPLICATIONS 1. All portions of conduits which contain grounding electrode conductors shall be PVC Schedule 80 and shall contain no metal fittings, connectors, or devices. Such conduits containing grounding electrode conductors shall contain no other types of conductors. 2. PVC conduit areas under roads or heavy traffic areas. 3. As stated in the Cable and Conduit Schedule. E. RGS RACEWAY APPLICATIONS 1. All conduits requiring 100 percent continuity per Section 3.1.B.1 shall be RGS over their entire length. For coating requirements, reference Section 3.2. Exception: LFMC conduit shall be allowed per the LFMC Raceway Applications section herein. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-15 2. Underground factory or bent elbows and offsets greater than or equal to 30 degrees shall be RGS. Exceptions: Where the radius of a conduit bend is greater than or equal to 15 feet per inch of trade size. Raceways used for the containment and protection of bare grounding electrode conductors shall be PVC Schedule 80. Reference PVC Schedule 80 raceway applications. 3. All portions of conduits exposed outdoors shall be RGS. Exception: All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. 4. All portions of conduits under covered structures open on any side shall be RGS. Exception: All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. LFMC conduit shall be allowed per the LFMC Raceway Applications section herein. 5. All portions of conduits exposed on the inside of below-ground pullboxes, equipment vaults, wet wells, and dry wells (vaults) shall be RGS. Exceptions: All conduits immediately terminating after penetrating a vault wall, that are allowed to be PVC Schedule 40 underground, shall terminate as a PVC conduit bell-end. If the conduit is connected inside the vault to any device, conduit body, junction box, control panel, or any other conduit, then all portions of the conduit inside the vault, City of Kent 6 MG Reservoir Recoating G&O #21454 16130-16 through the wall penetration, and 24 inches outside the vault shall be RGS and shall be grounded. All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. 6. All portions of conduits penetrating concrete floors, walls, or ceilings shall be RGS. Exception: In below ground vaults as described above. 7. All conduit penetrations from grade shall be RGS. Exception: All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. 8. All portions of exposed conduits inside closed buildings shall be RGS. Exceptions: LFMC conduit shall be allowed per the LFMC Raceway Applications section herein. All conduits containing grounding electrode conductors shall be PVC Schedule 80 over their entire length. Unless otherwise specifically called out on a separate plan or detail. F. LFMC RACEWAY APPLICATIONS (REFERENCE DEFINITIONS) 1. LFMC conduit shall be used for the last 18 inches of connection to motors, transformers and other vibrating equipment. 2. LFMC conduit shall be used for the last 18 inches of connection to field instruments such as flow meters in vaults and ultrasonic level transducers. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-17 3. LFMC conduit shall be used for the last 18 inches of connection to any device that may require minor movement during maintenance or repair or that may require physical adjustment. 3.2 RGS RACEWAY PROTECTIVE COATINGS Protected RGS conduits are used to minimize conduit degradation from moisture and chemicals. All RGS elbows, bends, straight pipes, couplings, and fittings affixed to the reservoir shall be RGS and coated with the same coating system as the reservoir. Where called in Protected RGS, PVC-Coated RGS, PVC-Coated, PVC-RGS,or PVC-RMC, all such conduits, elbows, and fittings shall be factory coated PVC as defined in Section 2.1. A. PVC-COATED RGS CONDUIT APPLICATIONS 1. All portions of RGS elbows, bends, straight pipes, couplings, and fittings buried underground shall be PVC-Coated. 2. All portions of RGS elbows, bends, straight pipes, couplings, and fittings encased in concrete shall be PVC-Coated. 3. All portions of RGS elbows, bends, straight pipes, couplings, and fittings exposed outdoors shall be PVC-Coated. 4.3. All portions of RGS elbows, bends, straight pipes, couplings, and fittings inside underground vaults, pullboxes, wet wells, and dry wells shall be PVC-Coated. 5.4. All portions of RGS elbows, bends, straight pipes, couplings, and fittings exposed in Chemical Rooms (reference Definitions) shall be PVC-Coated. 6.5. All portions of RGS conduits penetrating concrete floors and below-ground walls and ceilings shall be PVC-Coated at least 12" into the exposed area and extending at least 24" underground. Exceptions: Where specifically noted to be otherwise in the Plans. Non-metallic conduits that terminate at the wall of a pullbox. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-18 3.3 JUNCTION AND DEVICE BOX APPLICATIONS A. JUNCTION BOXES 1. Junction boxes shall be hinged steel, 6" x 6" x 4" minimum. 2. Dry Areas (see Definitions). a. Flush-mounted junction boxes may be the standard type. b. Wall-mounted junction boxes shall be the NEMA 1 gasketed. 3. Wet Areas (see Definitions). a. NEMA 4X 316L stainless steel. B. DEVICE BOXES, ACTUATORS, AND COVERS All exposed boxes shall be of cast construction. All aluminum and cast iron covers shall be provided with a weatherproof gasket. 1. Outdoors, In Pullboxes, In Equipment Vaults a. Receptacles Cast iron device box body with cast aluminum gasketed cover and top-opening in-service cover. Exception: Cast aluminum device box bodies may be used if specifically called out on the Plans or approved by the Engineer. b. Light Switches Cast iron device box body with cast iron gasketed cover and lever-arm actuator. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-19 Exception: Cast aluminum device box bodies with gasketed die cast aluminum covers and lever arm actuators may be used if specifically called out on the Plans or approved by the Engineer. 3.4 HANDHOLE APPLICATIONS A. HANDHOLES Handholes are used as pull and splice points in underground installations and are typically installed in driveways, parking lots, and off-roadway applications subject to occasional non-deliberate heavy vehicular traffic. 1. Handholes shall be set adjacent to each pole light pedestal. Exception: Unless specifically shown or called out otherwise on the Plans. PART 4 EXECUTION 4.1 EXAMINATION Examine surfaces and spaces to receive raceways, boxes, for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected. 4.2 INSTALLATION, GENERAL A. COORDINATION WITH OTHER WORK Wherever practical, route conduit with adjacent ductwork or piping. 1. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes or other heat sources operating at temperatures above 100 degrees F. 2. When installing utility conduits, comply with the spacing and depth requirements of the utilities. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-20 3. Non-electrical buried piping has routing priority over electrical burials. B. MOUNTING PRACTICES 1. All conduits in process areas shall be surface mounted unless specifically called out otherwise on the Plans. 2. Install raceways, boxes, enclosures, and cabinets as indicated, 3. Where several conduits follow a common route, stagger pull boxes, junction boxes, pulling sleeves, and fittings. C. DEVICE BOX INSTALLATION 1. Coordinate box locations with building surfaces and finishes to avoid bridging wainscots, joints, finish changes, etc. 2. Surface mount boxes to building structures with a minimum of 1/4-inch spacing and with a minimum of two fasteners. Provide attachments to withstand an additional force of 100 pounds applied vertically or horizontally. 3. Set surface-mounted receptacle and lighting boxes in wet areas 42 inches above the finished floor to the center of the box, unless called out otherwise in the Plan Set. 4. Set surface-mounted boxes for lighting switches within 12 inches of the door opening on the strike or lock side of the door or on the side closing last unless indicated otherwise in the Plan Set. 5. Arrange boxes used in wet areas to drain moisture away from devices or enclosures for equipment and make conduit connections from below. 6. Set floor boxes level and adjust to finished floor surface. D. CONDUIT INSTALLATION Install conduit as a complete and continuous system without wires. Mechanically secure to boxes, fittings, and equipment. Electrically connect conduits to all metal boxes, fittings, and equipment. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-21 1. All field or manufactured ferrous metal threaded connections of conduits and fittings shall be installed with a coating of electrically conductive, corrosion resistant, copper colloidal compound such as - 2. Keep conduits clean and dry. Close each exposed end. 3. Properly ground each metallic box, cover, lid, hatch, conduit, etc., in compliance with the National Electrical Code and Specification Section 16060. 4. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt, shavings, or moisture into equipment. 5. Install pull wires in empty raceways. Use No. 14 AWG zinc- coated steel, monofilament plastic line, or woven polyester pull line with not less than 200-lb tensile strength. Leave at least 8 inches of slack at each end of the pull wire. 6. Install exposed raceways in lines parallel or perpendicular to the building then follow the surface contours as much as practical. Do not crossover or use offsets if they can be avoided by installing the raceway in a different routing. 7. Run parallel or banked conduits together, on common supports where practical. 8. Make bends in parallel or banked runs concentric (common radius point, expanding radius). Use factory elbows only where elbows can be installed concentrically; otherwise, provide field bends for parallel raceways. 9. Select surface raceway outlet boxes to which lighting fixtures are attached of sufficient diameter to provide a seat for the fixture canopy. 10. Provide surface metal raceway outlet box and the backplate and canopy at the feed-in location of each end-stem suspension fluorescent lighting fixture. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-22 11. Labeling With the exception of conduits supplying power to lighting and convenience receptacles, all conduits shall be labeled in the following manner. a. Conduits shall be labeled at each entrance and exit of a raceway, box, and device. Labels shall be placed no more than 3 inches from the relevant entrance or exit and shall be positioned in a manner where they can best be read by technicians and maintenance personnel. Exception: Only one label shall be required for conduits less than 6 feet in length where the entire conduit can be seen from a single point. b. The labels used shall be permanent items manufactured specifically for tagging conduits in direct sunlight and wet environments. c. The conduit label shall be the full conduit number as listed on the Cable and Conduit Schedule. d. The conduit label shall be attached near the ends of conduit stub ups through floors and penetrations into vaults even if equipment is set over the conduit. P0217B Figure 4.2.D.11 Example of a Conduit Label E. RACEWAY TERMINATIONS AND CONNECTIONS 1. Join raceways with fittings designed and approved for the purpose and make joints tight. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-23 2. Make connections waterproof and rustproof by application of a watertight, conductive thread compound. Clean threads of cutting oil before applying thread compound. 3. PVC RMC Conduits Use only fittings approved for use with that material. Patch all nicks and scrapes in PVC coating after installing conduits. 4. Apply PVC adhesive by brush. 5. Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration. Use bonding jumpers where joints cannot be made tight. 6. Cut ends of conduit square with hand or power saw or pipe cutter. Ream cut ends to remove burrs and sharp ends. Make conduit threads cut in the field with the same effective length and same thread dimensions and taper as specified for factory-cut threads. 7. Flexible Connections Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, removal, or movement; and for all motors. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment. Recessed and semirecessed lighting fixtures may use up to 6 feet of flexible conduit, or 11 LFMC in wet or damp locations. Do not strap flexible conduit to structures or other equipment. 8. Provide double locknuts and insulating bushings at conduit connections to boxes and cabinets. Align raceways to enter squarely and install locknuts with dished part against the box. Use grounding type bushings where connecting to concentric or eccentric knockouts. Exception: In wet areas, use Myers hubs. 9. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align City of Kent 6 MG Reservoir Recoating G&O #21454 16130-24 raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed. 10. Support conduit connections to motors or other equipment independently of the motor or equipment. Raise or drop vertically to the nearest practicable point of connection to the unit. Run vertical drops to the floor and fasten with a floor flange. Unsupported drops are not permitted. Horizontal runs on the floor or on equipment are not permitted. Drop or raise at the appropriate closest location. Run conduit on equipment frames or supports to closely follow the contours of the equipment. Locate conduit to maintain access to all equipment services and adjustment points and so as not to interfere with operation of the equipment. 11. Connect conduit to hubless enclosures, cabinets, and boxes with double locknuts and with insulating type bushings. Use grounding type bushings where connecting to concentric or eccentric knockouts. Make conduit connections to enclosures at the closest point possible where the devices are located to which the circuits contained in the conduit will connect. Exception: In wet areas, connect to enclosures, boxes, and devices from the bottom side using Myer-type hubs. F. EXPANSION FITTINGS Where conduits cross building expansion joints, use suitable sliding or offsetting expansion fittings. Unless specifically approved for bonding, use a suitable bonding jumper. Exception: For 100 percent continuous conduits, provide an LFMC loop to compensate for expansion. Include conduit outlet boxes for maximum bend compliance. G. RACEWAY SUPPORT Support raceways as specified in Section 16050. 1. Provide anchors, hangers, supports, clamps, etc., to support the raceways from the structures in or on which they are installed. Do not space supports further apart than 10 feet. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-25 2. Provide sufficient clearance to allow conduit to be added to racks, hangers, etc., in the future. 3. Support raceway within 3 feet of every outlet box, junction box, panel, fitting, etc. 4. Support raceway and boxes in an approved manner by: a. Expansion shields in concrete or solid masonry; b. Toggle bolts on hollow masonry units; c. Wood screws on wood; d. Metal screws on metal. 5. Raceway in wet areas shall have clamp backs or other appropriate spacers to hold them a minimum of 1/2 inch off the surface. Horizontal runs on the roof surface shall be blocked at every 5 feet to hold them a minimum of 2 inches above roof surface. H. INSTALLING PVC-COATED RGS CONDUITS 1. when installing PVC-Coated RGS conduits. 2. Seal the connections to protect the conduit. 3. of the conduit coating has been reduced or damaged (from bending, threading, nicking, etc.) I. BENDS AND OFFSETS 1. Fabricated bends and offsets shall be made with manufacturer- approved bending tools, by manufacturer-certified personnel. 2. Where possible, use standard elbows, conduit fittings, or junction boxes to avoid fabricated bends. 3. Make bends and offsets uniform and symmetrical. Make bends and offsets so that the inner diameter is not reduced. Use expanding plugs for bends in PVC conduit of 2-inch trade size or larger. Keep City of Kent 6 MG Reservoir Recoating G&O #21454 16130-26 legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated. J. PENETRATIONS FOR RACEWAYS 1. Do not bore holes in floor and ceiling joists outside center third of member depth or within 2 feet of bearing points. Holes shall be 1-inch diameter maximum. Exception: Unless specifically approved by Structural Engineer. 2. Penetrate through roofs with core drill hole 1/2 to 1 inch larger than conduit, flash with neoprene, caulk conduit in place and seal with silicone sealant under flashing. Sleeve roof opening where non-concrete roof construction occurs. 4.3 EQUIPMENT VAULTS A. EQUIPMENT VAULT INSTALLATION Install vaults for underground raceway systems true to line and grade. Provide a compacted foundation of 3/8-inch minus crushed rock for the support of the vault. The minimum size for the foundation gravel base is 6 inches greater in each direction of the length and width of the vault and 6-inches deep. Ground vaults as per Section 16060-3. B. EQUIPMENT VAULT CONDUIT INSTALLATION Reference Figure 4.4.B. 1. All conduits entering an equipment vault shall terminate in a junction box. Exception: Unless specifically called out otherwise in the Plans. 2. Conduit composition and protective coating shall be per Sections 3.1 and 3.2. 3. Conduits NOT identified as 100 percent continuous shall change from PVC to PVC-Coated RGS at least 24 inches before entering the equipment vault. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-27 4. Conduits identified as 100 percent continuous shall terminate in a junction box. 5. All conduit entries into junction boxes shall be watertight, made with Myer-type hubs. 6. All conduits shall be mounted with 316L stainless steel hardware. 7. Conduits entering an equipment vault shall connect to the equipment through a wall-mounted junction box. 8. Conduits shall enter the vault below the junction box and connect fitting as shown. Moisture from the conduit shall not be allowed to enter the junction box. Exceptions: Conduits in classified vaults shall be provided with a conduit seal-off fitting and may enter the vault at or above the junction box. Conduits in non-classified vaults may enter the vault at or drain fitting is replaced with a conduit seal-off fitting. This fitting may be filled with a removable product but shall be properly filled to eliminate the possibility of the passage of water or water vapor. 9. Seal around all conduit penetrations with non-shrink grout. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-28 JUNCTION BOX PVC COATED RGS NON-SHRINK GROUT PENETRATION SEAL (TYP.) VAULT WALL MYER-TYPE HUBS (TYP.) PVC COATED RGS 24" (MIN.) PVC SCHEDULE 40 SEAL OFF TO EQUIPMENT INSIDE THE VAULT DRIP FITTINGS (TYP.) Figure 4.4.B Typical Conduit Terminations in Equipment Vaults C. EQUIPMENT VAULT JUNCTION BOX INSTALLATION 1. Junction boxes shall be NEMA 4X, 316L stainless steel, 12" x 12" x 6" (minimum) and shall comply with NEC 314.28(A)(1) and 314.28(A)(2). 2. Junction boxes shall be mounted with 316L stainless steel hardware at a height of 24 inches minimum from the bottom of the junction box to the floor of the vault. 3. Coil 4 wraps at 12 inches per wrap of each cable and conductor in a junction box. D. EQUIPMENT VAULT GROUNDING INSTALLATION Reference Specification 16060, Grounding and Bonding. E. CONNECTIONS TO THE EQUIPMENT 1. LFMC conduit shall be provided from the wall to the equipment. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-29 4.4 HANDHOLES A. HANDHOLE INSTALLATION Install handholes for underground raceway systems true to line and grade. Provide a compacted foundation of fine sand or 3/8 minus crushed rock for the bearing surface edges of the handholes. The handholes shall be installed per the NEC sections 314, and other applicable sections of the NEC. B. HANDHOLE CONDUIT INSTALLATION 1. End all conduits with a vertical riser. 2. Conduits NOT identified as 100 percent continuous shall be allowed to extend into the handhole as a PVC conduit. Provide a PVC bell-end in each conduit as shown in Figure 4.5.B.2. Provide a removable filler at the end of each conduit to eliminate the possibility of water entry. BELL END (TYP.) HANDHOLE Figure 4.5.B.2 Typical PVC Conduit Terminations in a Handhole 3. Conduits identified as 100 percent continuous shall terminate into the bottom of a TYPE J1, TYPE J2, or TYPE J3 junction box, with Myer-type hubs, in PVC-Coated RGS conduit as shown in Figure 4.5.B.3. The door of the J-Box shall face upwards. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-30 J-BOX MYER-TYPE HUBS (TYP.) HANDHOLE Figure 4.5.B.3 Typical 100 Percent Continuous Conduit Terminations in a Handhole Exception: Where a handhole contains only two conduits, and is being used solely as a pulling point, where one conduit is simply an extension of the other, a junction box may be replaced with a PVC-Coated RGS conduit pulling body. C. HANDHOLE GROUNDING 1. All handholes with metal conduits or with metal lids shall be grounded per Section 16060-3. 4.5 INSTALLATION OF CONDUITS UNDERGROUND AND IN CONCRETE A. UNDERGROUND RACEWAYS 1. The minimum conduit depth shall be 24 inches. Exceptions: Electrical utility conduit depth shall be 36 inches. Unless required otherwise by utility company. Unless required to be shallower due to physical constraints (see requirements below). Unless under a concrete slab (see requirements below). Conduits contains a grounding electrode conductor shall be 30-inches deep. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-31 2. Conduits that require a buried depth of less than 18 inches shall require a 6-inch-thick concrete covering over that portion of such conduits. Such concrete covers need not be formed but shall be colored red or shall be painted red on top. 3. Conduits under a concrete slab-on-grade shall be separated from the slab and from the supporting soil by at least 3 inches with soft sand on all sides. 4. Provide separation of underground instrumentation conduits from power and control conduits by a minimum of 12 inches. Avoid parallel runs of instrumentation conduits with power and control conduits as much as possible. Where instrumentation conduits are required to crossover power or control conduits, maintain the 12-inch separation using depth and make the crossover as close to 90 degrees as possible. Exception: Provide 18 inches of separation between instrumentation conduits and non-linear power conduits. 5. Run conduits as straight as practicable. Make changes in direction and/or grade of sufficient length to allow a gradual change (3-foot radius minimum). Make slight offsets with 5-degree couplings. 6. Run trenches true and clear of stones or soft spots. Place 4-inches of fine sand in the trench bottom and tamp into place. Provide preformed plastic spacers on top of sand spaced 5-feet on center. After the raceway is placed in the trench, backfill 6 inches with sand, then with native earth backfill passing a No. 8 sieve, free of stones. Do not tamp on top of the conduit until the final backfill is placed. Tamp or water-settle the final backfill to finish the grade. 7. Mark direct buried conduit by placing a red marking tape a minimum of 12 inches below grade during backfilling of the trench. 8. Seal conduit connections to eliminate leakage. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-32 B. CONDUIT TRANSITIONS Where raceway exits from grade or concrete, provide the following: 1. All conduits exiting grade or concrete shall be PVC-Coated RGS. Exception: Raceways used for the containment and protection of bare grounding electrode conductors shall be PVC Schedule 80. No portion of these conduits shall be metallic. 2. For equipment to be moved into place at a later date, install a PVC- Coated RGS coupling flush with the floor slab. Insert a threaded flush plug into the coupling. Provide a pull wire looped backed into the conduit that can be reached after removal of the plug. 3. Only the straight portion of conduits shall exit grade or concrete. No curved portion of a factory or field-bent conduit shall be visible existing the penetration, even when covered or hidden by equipment. C. CONDUIT STUB-UPS INTO EQUIPMENT AND ENCLOSURES 1. Where conduits are stubbed up into open bottom equipment and enclosures, extend the bottom of the conduit threads 1/2 inch above grade. Provide ground bushing and end fittings, flush with fitting and 2-inch stub, above the bottom of the enclosure. Stub conduits to a uniform height (plus or minus 1/8 of an inch) and align within plus or minus 1/4 inch. Exception: Conduits that do not meet the requirements of being 100 percent continuous, stubbing up directly under a Motor Control Center that is mounted on a housekeeping pad, shall be allowed to terminate as a PVC conduit with a bell- end. 2. Locate stub-ups directly under the section gutter into which the conductors they contain are to be routed. Terminate conduit with insulating, grounding type bushing bonded to the ground bus of the equipment. City of Kent 6 MG Reservoir Recoating G&O #21454 16130-33 3. Protect stub-ups from damage where conduits rise through floor slabs. Arrange so curved portion of bends are not visible above the finished slab. 4. Unless otherwise noted on the Plans, spare conduits stubbing up through concrete floors and not adjacent to a wall shall be finished flush with floor with an RGS coupling. Provide an in-set metal plug (male thread) into coupling flush with floor. 5. Unless otherwise noted on the Plans, spare conduits stubbing up through concrete floors or grade, and adjacent to a wall or housekeeping pad shall extend 12 inches above slab/grade. The exterior edge of the conduit shall be a minimum of 1 inch from the wall/pad. 6. All stub-ups shall be provided with pull string. 7. Provide conduit labels on all stub-ups which are not flush mounted. 4.6 PROTECTION Provide final protection and maintain conditions, in a manner acceptable to manufacturer and installer that ensures coatings, and finishes are without damage or deterioration at the time of Substantial Completion. A. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. B. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. 4.7 CLEANING On completion of installation, including outlet fittings and devices, inspect exposed finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions. 4.8 QUALITY CONTROL A. TESTS 1. Conduits identified as meeting the requirements of 100 percent continuity shall be tested between source and destination as follows: City of Kent 6 MG Reservoir Recoating G&O #21454 16130-34 a. Testing shall be performed using a Digital Voltmeter or Biddle ohmmeter. b. Testing values shall not exceed 5 ohms. c. If testing values exceed 5 ohms, then corrective action shall be taken to reduce the resistance to 5 ohms or below. d. These measurements shall be documented, signed, and submitted to the Engineer for approval. *** END OF SECTION *** City of Kent 6 MG Reservoir Recoating G&O #21454 16520-1 SECTION 16520 EXTERIOR LUMINAIRES PART 1 GENERAL 1.1 SUMMARY The work specified in this Section covers exterior lighting devices, including luminaires, lamps, and power supplies; along with outdoor lighting accessories and controls; as well as outdoor mounting hardware, light poles, and accessories; and luminaire mounting, installation, lamping and testing. 1.2 RELATED SPECIFIED ELSEWHERE Section Item 01300 Submittals 16050 Basic Electrical Materials and Methods 1.3 DEFINITIONS A. BALLAST The power circuit of a gas-discharge (fluorescent, HID, etc.) lamp. Ballasts are either inductive or electronic. B. DRIVER The power circuit of an LED Lamp. May be part of a luminaire, or integrated into the lamp itself. C. EXTERIOR LUMINAIRE Any LUMINAIRE mounted in an OUTDOOR AREA (as defined in Specification Section 16050). D. GAS-DISCHARGE LAMP General category of lamps that produce light by discharge of electricity through ionized gas. Types include Fluorescent and High-Intensity Discharge (HID). Powered by a BALLAST. E. LAMP The part of a LUMINAIRE that produces light. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-2 F. LED LAMP A lamp that uses an array of Light Emitting Diodes (LEDs) to produce useful light. Powered by a DRIVER. G. LUMEN MAINTENANCE FACTOR The percent of the rated lumen output of a lamp still available after a specified period of time. A lamp capable of only half of its original output after will have a lumen maintenance factor of 0.50 or L50. H. LUMINAIRE A complete lighting device, exit light, or emergency lighting device. Luminaires consist of one or more LAMPS mounted in a fixture, along with DRIVERS or BALLASTS to power them, and lenses or diffusers to provide the correct lighting distribution. I. PHOTOCELL A control device that switches a lighting circuit in response to ambient light level. J. TOTAL HARMONIC DISTORTION (THD) Total Harmonic Distortion (THD) is defined as the ratio of the sum of the levels of all harmonic components to the level of the fundamental frequency. 1.4 REFERENCES All applicable ANSI standards. American Association of State Highway and Transportation Officials [AASHTO] UL 844, 924, 935, 1029, 1598, 8750. IES LM-79, LM-80, TM-21. NFPA 70 [NEC] (latest edition, with Washington State Amendments). Washington State Energy Code (latest edition). Washington State Administrative Code [WAC] (current edition). International Building Code (latest edition, with Washington State Amendments). 1.5 SUBMITTALS Submit under the provisions of Section 01300. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-3 For each required product, submit data sheets with detailed descriptions of the product to be purchased. Identify each data sheet with the corresponding entry on the Lighting Schedule or Bill of Materials. Where data sheets offer a range of options and accessories, mark or highlight each selection, along with all final part numbers. A. Submit on each luminaire in the Lighting Schedule. Submittal shall contain the following information, as a minimum: 1. Manufacturer and part number. 2. Product dimensions and weight. 3. Environmental rating (NEMA rating). 4. Electrical ratings: a. Voltage, Current, and Power b. Power factor c. Efficacy 5. Lighting metrics: a. Lumen output b. Lumen maintenance factor c. Color temperature d. Color Rendering Index (CRI) e. Lighting distribution 6. Regulatory approvals, certifications, and labels. B. Submit on all lighting controls (photocells, motion detectors, etc.). Submittal shall contain the following information, as a minimum: 1. Manufacturer and part number. 2. Product dimensions and weight. 3. Environmental rating (NEMA rating). 4. Electrical ratings (Voltage, Current, and Power). 5. For luminaires to be mounted on poles: a. Effective Projected Area (EPA) City of Kent 6 MG Reservoir Recoating G&O #21454 16520-4 6. Regulatory approvals, certifications, and labels. 7. Detailed wiring diagrams showing both factory- and field-installed wiring for the specific application in this Project. Differentiate between factory- and field-installed wiring. C. Submit on all light poles. Submittal shall contain the following information as a minimum: 1. Manufacturer and part number. 2. Detailed dimensions and weight. 3. Mounting height. 4. Anchor bolt design. 5. Regulatory approvals, certifications, and labels. 6. Color and manufacturer finish. D. Submit maintenance data for luminaires and lighting controls in the operation and maintenance manual specified in Section 01300. 1.6 QUALITY ASSURANCE See Section 16050. Coordinate luminaires, mounting hardware, light poles with all other items to be mounted on the exterior of buildings, or on the facility grounds, including the work of other trades. 1.7 EXTRA MATERIALS Reference Specification Section 16050 for spare parts. 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 the following: 1. Acuity Brands, Inc.; Holophane, Lithonia City of Kent 6 MG Reservoir Recoating G&O #21454 16520-5 2. Eaton Corp.; Crouse-Hinds, Cooper 3. GE Lighting 4. OSRAM Sylvania, Inc. B. Luminaires shall be the products specified in the Lighting Schedule in the Plans, or equal. Substitute products shall: 1. Use the same lighting technology (LED, Fluorescent, etc.) as the specified luminaire, 2. Have the same lumen output, CRI, and IES distribution, 3. Not have an input wattage greater than 110 percent of the specified luminaire, and, 4. Have the same environmental rating. Light poles shall be the products specified in the Lighting Schedule in the Plans, or equal. Substitute products shall: 1. Have the same dimensions (including weight) as the specified light pole, 2. Have the same mounting height and weight/EPA ratings, 3. Meet the harmonic vibration requirements, and, 4. Have the same finish. 2.2 LUMINAIRES A. POWER 1. Luminaires shall be powered at the voltage specified in the Lighting Schedule. 2. Power supplies, including ballasts, drivers, and transformers, shall be self-contained within luminaires. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-6 B. QUALITY 1. Manufacturer Labels and Markings The exterior of lenses and diffusers shall have no visible logos, labels, trademarks, or monograms. 2. Metal Parts a. Metal parts shall be free from burrs, scratches, and sharp corners and edges. b. Sheet metal components shall be corrosion-resistant aluminum, except as otherwise indicated. Sheet metal shall be formed and supported to prevent warping and sagging. c. Exposed structural metal shall be stainless steel. 3. Reflecting Surfaces Minimum reflectance shall be as follows, except as otherwise indicated: a. White surfaces: 85 percent. b. Specular surfaces: 83 percent. c. Diffusing specular surfaces: 75 percent. d. Laminated silver metallized film: 90 percent. 4. Transmitting Surfaces Transmitting surfaces (including lenses, diffusers, covers, globes, etc.) shall be 100 percent acrylic plastic or water-white, annealed crystal glass, except as otherwise indicated. a. Plastic High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-7 b. Lens Thickness Minimum 3mm (1/8 inch), except where greater thickness is specified. 5. Finish indicated, applied over corrosion-resistant treatment or primer. Finish shall be free from streaks, runs, holidays, stains, blisters, and other defects. C. HOUSING 1. Luminaire housings shall be rigidly-formed, light-tight enclosures that will not warp, sag, or deform with use. 2. Luminaire housings shall have one of the following environmental ratings: a. NEMA 3R where not subject to splashing or hose-directed water. 3. Contractor shall provide all materials required to obtain labeled environmental ratings. D. FUSED LUMINAIRES Provide fused luminaires for applications: 1. Installed more than eight feet above the floor, 2. Powered by 277 V circuits, or, 3. Where required by code. Install a listed fuse and fuse holder approved for the application by the luminaire manufacturer. 2.3 LIGHTING TECHNOLOGIES Each luminaire shall use the technology specified in the lighting schedule. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-8 A. LED LUMINAIRES LED Luminaires shall conform to UL 1598 (Luminaires) and UL 8750 (LED Equipment for Use in Lighting Products). LED luminaires shall have a manufacturer warranty of at least two years. 1. Drivers LED Drivers shall be manufacturer approved for the specific model of luminaire to be installed. Drivers shall meet the following specifications: a. UL 8750 listed. b. Certified by NRTL acceptable to the State of Washington. c. Compliant with FCC Part 15, Class A. d. Power Factor: greater than 0.90. e. Supply circuit THD: less than 10%. f. Temperature Rating: -20 to +40 degrees Celsius. 2. Lamps LED Lamps shall be an integral part of the luminaire, and rated to last the entire design lifetime of the luminaire. LED lamps shall have the following specifications: a. Color Temperature: 4000K, unless otherwise indicated. b. CRI: at least 80 CRI. c. Lamp Life: at least 60,000 hours, L80. PART 3 EXECUTION 3.1 INSTALLATION A. COORDINATION WITH OTHER WORK 1. Coordinate lighting with general electrical work, and with other trades. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-9 2. Process equipment and piping has priority over lighting. Luminaires shall be placed to avoid conflict with the process and maintenance thereof. 3. Heating, Ventilation, and Air Conditioning (HVAC) equipment and ductwork has priority over lighting. Luminaires shall be placed to avoid conflict with HVAC. 4. Vehicle access has priority over lighting. Luminaires shall be placed to maintain required clearance above right-of-way. 5. Adjust mounting heights to suit field conditions where indicated heights are not feasible. B. LUMINAIRE SUPPORTS 1. Install luminaires with supports, brackets, and trim recommended by the luminaire manufacturer. 2. Luminaires shall be secured by manufacturer hardware. Nails shall not be used to secure luminaires. 3. Luminaires mounted on light poles shall be installed with manufacturer hardware. Luminaires shall be mounted and wired before raising the light pole. 4. Luminaires mounted on building exterior. C. INSTALLATION METHODS 1. Unless preempted by other work, luminaires shall be installed at the positions and spacings shown on the Lighting Plan(s). Inform the Engineer of all lighting changes in writing. Plan symbols show the required position of the center of each luminaire but may be un-dimensioned. 2. Luminaires in rows or grids shall be installed true to line. Continuous runs of luminaires shall be installed straight and true, 3. Luminaires located in a common area shall be installed at the same level. City of Kent 6 MG Reservoir Recoating G&O #21454 16520-10 D. ELECTRICAL CONNECTIONS 1. All luminaires and light poles shall be grounded. 2. Each luminaire shall be powered by the circuit and operated by the control device(s) shown on the Plans. 3. wiring diagrams. 4. Each light pole shall have a luminaire disconnect, located in the hand hole. The luminaire disconnect shall deenergize all current- carrying conductors serving the light pole, comply with NEC 410.130 (G), and shall be listed. 3.2 FIELD QUALITY CONTROL A. DAMAGED HARDWARE During commissioning, Contractor shall inspect each lighting device. Damaged luminaires, supports, and components shall be replaced at no cost to the owner. Contractor shall replace any transmitting or reflecting surface that is scratched, shattered, or otherwise damaged before completion of work at no cost to the owner. Metal parts that demonstrate corrosion during the project warranty period shall be replaced at no cost to the owner. Contractor shall provide replacements for any lamps that fail prior to completion of work. B. TESTING Contractor shall demonstrate normal operation of each luminaire. Contractor shall interrupt electrical power to demonstrate proper operation of emergency luminaires. Malfunctioning luminaires and components shall be repaired or replaced, then tested again. Contractor shall demonstrate each lighting control to show correct operation, and repair or replace malfunctioning controls. *** END OF SECTION *** 6MG1 Reservoir/Bond A – 2 December 13, 2021 Project Number: 20-3006 KENT STANDARD PLANS WATER 3-7 Valve Box and Operating Nut Extender 3-9a Concrete Blocking Sheet 1 of 2 3-9b Concrete Blocking Sheet 2 of 2 3-22 Typical Water Main Trench SEWER 4-5 Manhole Grade Ring, Safety Steps & Ladder STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II OLYMPIC FOUNDRY VB C/L 940 WITH TWO (2) INCH "DEEP SKIRT" COVER. THE COVER SHALL BE MARKED "WATER". SEE SLOPE AWAY 2% MAX (TYP) NOTES 3, 4, AND 5. X C nd np a 41I 0 ri CARE SHALL BE TAKEN IN BACKFILL OPERATIONS ENSURING OPERATING NUT IS IN CENTER AT ALL TIMES BASE SECTION: RICH 24" I OPERATING ? VALVE BOX BOTTOM, NUT EXTENDER OLYMPIC NO. VB1C OR I AS NEEDED PRE -APPROVED EQUAL AND (BELOW RIGHT) SHALL BE COMPATIBLE (n WITH TOP SECTION _ I L VALVE BOX WITH OPERATING NUT EXTENDER NOTES: 1. EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE SIZED AS NEEDED, AND PAINTED WITH TWO (2) COATS OF METAL PAINT. 3. EARS, LUGS OR STAINLESS CAP SCREWS (TRANSMISSION MAINS ONLY) ON COVER SHALL BE ALIGNED �y F R WITH DIRECTION OF WATER FLOW,Ef SEE PLAN VIEW. S� OF WAq�j 4. FOR ADDITIONAL REQUIREMENTS AND USE SEE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS 3.19.B AND C. d� 38296 5. VALVE BOX SHALL BE CENTERED OVER O� dal,$T 2" SQUARE OPERATING NUT. �SSIOnrerl 3' SEE NOTE 3 d d d d a d O Q d d a d ° r 7 WATER MAIN WATER LJ d p a° DIRECTION la I d a --- — ---L-- °— —ate-- ----- o ° � 4 d d 3'x3'x4" THICK CONCRETE (3,000 PSI) PAD AROUND VALVE COVER IN UNPAVED AREAS PLAN VIEW 0 w 0 w z 2" SQUARE OPERATING NUT ROCK GUARD, 4 1/4" DIA. 1/8" MIN. THICK 3/4" SOLID STEEL ROD. OPERATING NUT EXTENDER NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT VALVE BOX AND WASNINOTON OPERATING NUT EXTENDER DESIGNED COK SCALE _ NONE STANDARD PLAN DRAWN COK CHECKED COK DATE 12/2019 Z APPROVED ENGINEER J SEE STRAP DETAIL BELOW FUSION BONDED EPDXY COATED SHACKLE RODS (TYP.) j d ° d°°d d d dd d° / d ° ° ° ° °\ d ° d //i < /\Q° d \w _ � ° ° d a a ° ° ° d ° odd ° \ cn d ° °O ° A \/ ° d °d ° ° S FUS COP TYPE A 0 STRAP DETAIL TYPE B BLOCKING FOR 450 VERTICAL BENDS VB S d L Lu w C7 w z 1 O z Ym w Y V .. .-. cn w .� za �UO Q w= Lu U LLw� _ BV V ct� VJ�)m co 0wDV LL p Vw Oz w O LU Op z u� z O U) w i F w w ~ zpi U Lu a 4" 300 45 27 3 % 20 6" 64 4 8„ 125 5 12" 216 6 1 1 30 TYPE A BLOCKING FOR 11 Y4" AND 22 Y2" VERTICAL BENDS VB S d L QLu a Z u- C7 O 2-- w J Y H cn Ln w '� Y coV .-..-. 0 w wOw LU �w Q -O Vm VH wwU xw�wO Lo wz. aV w w U O z O V U O z v af OzO O V w a w H w > w a 11 8 2 18 4" 22/2 12 2% 11 % 12 2 6" 300 22 Y2 27 3 24 11 Y4 16 2 X 8 22 Y2 43 3 Y2 11 Y4 64 4 12" 1 22 Y2 125 5 36 S TYPE B L "I WRAP PIPE AND FITTINGS WITH 8-MIL POLYETHYLENE SHEETING AS BOND BREAK BETWEEN PIPES AND CONCRETE THRUST BLOCK CONCRETE THRUST BLOCK BOTTOM FACE TH AREA REFERS TO FACE OF BLOCK N IN SQUARE FEET TYPE C TYPE C BLOCKING FOR 11 V4", 22,", 450, AND 900 VERTICAL BENDS THRUST BLOCK AREA IN SQUARE FEET PIPE FIRM SILT OR COMPACT SAND COMPACT SAND SIZE FIRM SILTY SAND AND GRAVEL a a a zN z N 0 Z N W Z = w W 0 0 o 0 w W o w W W U N Z rnw co [ap o Q Zw Q m rnw m "o o Q Zw Q m rnw m coo o Q Zw Q m ins W vo W � vo W � vo W a a � ,� .. � ,� r. Lu 4" 5.8 4.2 1.7 2.9 2.1 1.0 2.2 1.6 1.0 6" 13.3 9.4 3.8 6.7 4.7 1.9 5.0 3.5 1.4 8" 23.3 16.7 6.7 11.7 8.4 3.4 8.8 6.3 2.5 12" 53.0 37.5 15.0 26.5 18.8 7.5 20.0 14.0 5.6 AREAS CALCULATED ON 300 PSI TEST PRESSURE AND 3'-0" MIN COVER OVER WATER MAIN vFREY WAA o NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12" DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING FOR VERTICAL FITTINGS (POURED IN PLACE) SHALL BEAR AGAINST UNDISTURBED NATIVE GROUND. 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED MINIMUM COMPRESSIVE STRENGTH. 4. ALL BLOCKING SHALL BE COMMERCIAL CLASS 3000 CONCRETE. 5. AFTER INSTALLATION, SHACKLE RODS AND PIPE SADDLES SHALL BE CLEANED AND COATED WITH 2 COATS OF ASPHALTIC VARNISH, ROYSTON ROYKOTE #612M OR APPROVED EQUAL. 6. SHACKLE RODS SHALL BE FUSION BONDED EPDXY COATED ROUND MILD STEEL, ASTM A 36, WITH THREADS ON ENDS ONLY. 7. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS. REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. L UNPAVED AREAS PAVED AREAS PAVEMENT RESTORATION PER STANDARD PLANS 6-64 THRU 6-67 EXISTING PAVEMENT SURFACE RESTORATION AS SAWCUT (TYP.) SURFACE I SPECIFIED ON APPROVED PLANS i GRAVEL BORROW PER WSDOT 9-03.14 OR SUITABLE EXCAVATED MATERIAL COMPACT TO 90% MINIMUM OF MAXIMUM DENSITY IN UNPAVED AREAS ° a a ao a aF7�777 SEE NOTE 1 NOTE: UNPAVED AREAS 1. MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE: 30" FOR PIPE UP TO AND INCLUDING 12" NOMINAL DIAMETER. O.D. PLUS 16" FOR PIPE LARGER THAN 12" NOMINAL DIAMETER. SEE STANDARD PLANS 6-64 THRU 6-67 FOR TRENCH RESTORATION UNDER i PAVEMENTS 12" MIN. 36" MIN. 48" MIN. 10" OR 12" OR GREATER GREATER PIPE SIZE PIPE SIZE PIPE ZONE MATERIAL SHALL BE 5/8" CSTC PER WSDOT 9-03.9. �- PIPE 4" MIN. SEE NOTE 2 PAVED AREAS 2. WHEN POOR QUALITY FOUNDATION MATERIAL IS ENCOUNTERED BELOW THE BEDDING MATERIAL, THE CONTRACTOR SHALL OVER -EXCAVATE AND IMPORT BACKFILL MATERIAL MEETING THE REQUIREMENTS OF WSDOT STANDARD SPEC 9-03.9(2) OR WHEN DIRECTED BY THE ENGINEER. THE USE OF GEOTEXTILE SEPARATION FABRIC MAY ALSO BE REQUIRED TO STABILIZE THE BASE. 3. BENCH AS NEEDED FOR SHORING OR TRENCH BOX (TYP.) WHEN DEPTH OF TRENCH IS 4 FT. AND GREATER. vFREY WAA L 12" MIN. 12" MIN. 3" 6 1/2" 3 1/2" SEE NOTE 4-F:=:l MIN. DROP RUNG HANDHOLD MANHOLE STEP 12" MIN. 6" 9 1/2" SEE NOTE 4 MIN. MANHOLE STEP GALVANIZED DROP RUNG MANHOLE STEP 1" RADIUS 3" 12" 11 3/4" MIN. x a CENTER TO CENTER 6" SEE NOTE 4 a, SEE NOTE 5 GALVANIZED PREFABRICATED LADDER 12" 11 1/2" c0 Ca 12" SEE NOTE 4 11 3/4" MIN. CENTER TO CENTER 9 1/8" FOR STEP 6 1/8" FOR HANDHOLD 6" FOR STEP 3" FOR HANDHOLD SEE NOTE 5 POLYPROPYLENE DROP RUNG MANHOLE STEP POLYPROPYLENE PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SECTION R, ASTM C-478. AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND 5 ASTM A-615 FOR 1/2" GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE 24" 5" STEPS, AND ALL WISHA AND OSHA SPECIFICATIONS, ARE ACCEPTABLE PROVIDED THEY ARE PRE -APPROVED BY THE ENGINEER. _ v 2. PREFABRICATED LADDERS ARE TO BE #7 GALVANIZED SMOOTH STEEL. #4 BAR 1" CLEARANCE 3. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. GRADE RING 4. PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER LEG IS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT PROHIBITED. USE FLANGED END FOR BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY BOLTING TO WALL. THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON 5. EMBED FOOT OF GALVANIZED �V F REf FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON PREFABRICATED LADDER IN CONCRETE �F WASh,I REQUEST. IN POURED OR CHANNELED FLOOR. CITY OF KENT ENGINEERING DEPARTMENT 6. MANHOLE STEPS OR LADDERS ARE NOT REQUIRED WHEN THE COVER TO KENT MANHOLE GRADE RING, BOTTOM OF MANHOLE IS LESS THAN 4'. 10 38296 �' W,,.„INGTON SAFETY STEPS & LADDER � � 0� IST- �S's10NAL DESIGNED COK SCALE NONE STANDARD PLAN DRAWN- COK CHECKED COK DATE 12/2019 5 4-5 ENGINEER APPROVED NOTES: Y2" TO 9" EPENDING ,N FRAME ND GRATE EQUIRED FRAME AND GRATE SEE STANDARD PLANS 5-4 THRU 5-9 AND 5-12 ti� dp„ 5� 16" OR 12" ONE #3 BAR HOOP FOR 6" HEIGHT 6" WEIGHS 200 LBS. TWO #3 BAR HOOPS FOR 12" HEIGHT--)12" WEIGHS 580 LBS. RECTANGULAR ADJUSTMENT SECTION STATION AND OFFSET POINT WHEN DESIGN AND LAYOUT PROVIDED BY THE CITY OF KENT, UNLESS OTHERWISE NOTEC "'"' "' "" #3 BAR EACH CORNEI #3 BAR EACH SIDE #3 BAR EACH PRECAST BASE SECTION (WEIGHS 2170 LBS.) PIPE ALLOWANCES PIPE MATERIAL MAX. INSIDE DIAMETER ��� W �� REINFORCED OR OF hr1� PLAIN CONCRETE 12 ALL METAL PIPE 15" 38296 SOLID WALL PVC O� GIST (WSDOT STD. SPEC. 15" NAL 9-05.12(1)) 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478, & ASTM C 890) UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATE TO REBAR, WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221 (ASTM A 1064). WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. 4. ALL JOINTS IN THE BRICKS, GRADE RINGS, RISERS AND CASTINGS SHALL BE SEATED IN MORTAR. PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. DEPTHS GREATER THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE. 6. NON-CEMENTITIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE. PIPE SHALL NOT PROTRUDE MORE THAN 2" INTO STRUCTURE INSTALL MANHOLE ADAPTER,"SAND COLLAR" FOR PVC AND HDPE PIPES OR AS REQUIRED BY OTHER PIPE TYPES 18" (TYP.) 30" TYPICAL SECTION MORTAR (TYP.) 44" MORTAR (TYP.) CATCH BASIN FRAME AND GRATE. (SEE STANDARD PLANS 5-5, 5-6, 5-7a AND NOTES: 5-7b AND 5-9) FOR SOLID LOCKING CIRCULAR FRAME 1. CATCH BASINS TO BE CONSTRUCTED IN AND COVER SEE WSDOT ACCORDANCE W/ AASHTO M 199, (ASTM C 478, STANDARD PLAN B-30.70 AND ASTM C 890) UNLESS OTHERWISE SHOWN X HANDHOLD ON PLANS OR NOTED IN THE WSDOT STD. SPECS. < RECTANGULAR ADJUSTMENT - SECTION OR CIRCULAR 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION coADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN FLAT SLAB TOP CATCH BASIN SHALL HAVE 6" MIN. CLEARANCE. a GASKET PIPE SHALL NOT PROTRUDE NO STEPS ARE REQ'D WHEN 'B' IS 4' OR LESS. ,zL, BETWEEN 48", 54", 60", MORE THAN 2" INTO z RISERS (TYP.) 72", 84" OR 96" STRUCTURE 3. THE BOTTOM OF THE PRECAST CATCH BASIN MAY a BE SLOPED TO FACILITATE CLEANING. � MORTAR (TYP.) 0 4. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF STEPS OR 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" a LADDER INSTALL MANHOLE MINIMUM GAP BETWEEN THE KNOCKOUT WALL � (SEE STANDARD ADAPTER, 'SAND COLLAR' FOR PVC AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE _ PLAN 4-5) — AND HDPE PIPES OR IS INSTALLED, FILL THE GAP WITH JOINT N a AS REQUIRED BY MORTAR IN ACCORDANCE WITH WSDOT m r OTHER PIPE TYPES STANDARD SPECIFICATION 9-04.3. 5. ALL BASE REINFORCING STEEL SHALL HAVE A z N x REINFORCING STEEL (TYP.) MIN. YIELD STRENGTH OF 60,000 PSI & BE PLACED IN THE UPPER HALF OF THE BASE WITH N r, CRUSHED SURFACING TOP COURSE PIPE 1" MIN. CLEARANCE. / ZONE BEDDING 61f 12" 6. PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. ( CORRUGATED POLYETHYLENE STORM SEWER PIPE (WSDOT STD. SPEC. 9-05.20) (2) (WSDOT STD. SPEC. 9-05.12(1)) CATCH BASIN DIMENSIONS (3 (WSDOT STD. SPEC. 9-05.12(2)) BASE REINFORCING PIPE ALLOWANCES CATCH WALL BASE MAXIMUM MINIMUM DISTANCE STEEL inz/ft. IN EACH DIRECTION CATCH PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER BASIN THICKNESS THICKNESS KNOCKOUT SIZE BETWEEN BASIN ALL SOLID PROFILE DIA. KNOCKOUTS SEPARATE INTEGRAL DIAMETER CONCRETE METAL CPSSP WALL WALL BASE BASE (1) PVC (2) PVC 3� 48" 4" 6" 36" 81, 0.23 0.15 48" 24" 30" 24" 27 30" 54" 4.5" 811 42" 8" 0.19 0.19 54" 30" 36" 30" 271' 36" 60" 5" 811 48" 8" 0.25 0.25 60" 36" 42" 36" 36" 42" 72" 6" 811 60" 12" 0.35 0.24 721' 42" 54" 42" 36" 48" 84" 8" 12" 72" 12" 0.39 0.29 84" 54" 60" 5411 36" 48" 96" 8" 12" 84" 12" 0.39 0.29 96" 60" 72" 1 60" 3 ' 4811 NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN DUPLICATE.ELECTRONIC SIGNED Y H ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE TTHE CITY OF �� OF WA,q�l �� KENT. A COPY MAY BE OBTAINED UPON REQUEST. DQ CITY OF KENT ENGINEERING DEPARTMENT KENT WA•HINGTON CATCH BASIN TYPE II O�</ 38296 � IST DESIGNEDCOK SCALE NONE STANDARD PLAN DRAWN COK �gIOIVAL � DATE 9/2020 C — n J L CHECKED COK � ENGINEER APPROVED 6MG1 Reservoir/Bond A – 3 December 13, 2021 Project Number: 20-3006 EXISTING EXTERIOR COATING RCRA 8 METAL TEST REPORT Sincerely, Nick Ly, Technical Director RE: Total Metal Analysis Method: EPA 6010/7471B (RCRA 8) <paint> Item Code: ICP-G2 April 2, 2021 HCI Industrial & Marine Coatings INC. Randy Cornelious P.O. Box 1573 Brush Prairie, WA 98606 Enc.: Sample results NVL Batch # 2105868.00 Client Project: Gray and Osborne Location: 23825 98th Ave. S Kent, WA 98032 Dear Mr. Cornelious, NVL Labs received 3 sample(s) for the said project on 3/31/2021. Preparation of these samples was conducted following protocol outlined in EPA 3051/6010D/7471B, unless stated otherwise. Analysis of these samples was performed using analytical instruments in accordance with EPA 6010/7471B (RCRA 8) <paint> . The results are usually expressed in mg/kg and ppm. Test results are not blank corrected. For recent regulation updates pertaining to current regulatory levels or permissible exposure levels, please call your local regulatory agencies for more detail. At NVL Labs all analyses are performed under strict guidelines of the Quality Assurance Program. This report is considered highly confidential and will not be released without your approval. Samples are archived after two weeks from the analysis date. Please feel free to contact us at 206-547-0100, in case you have any questions or concerns. page 1 of 4 Total Metals Lab ID Client Sample # Sample wt (g) Results in mg / kg RL mg / kg Results in ppmElements Analysis Report 23825 98th Ave. S Kent, WA 98032 HCI Industrial & Marine Coatings INC.Client: P.O. Box 1573 Brush Prairie, WA 98606 Mr. Randy CorneliousAttention: Address: Project Location:Samples Received: 3 Samples Analyzed: 3 Batch #: 2105868.00 Date Received: 3/31/2021 Matrix: Paint Method: EPA 3051/6010D/7471B Client Project #: Gray and Osborne 0.2090 19.019.0Silver (Ag)<<19.0 19.019.0Arsenic (As)<<19.00.2090 ..3300.019.0Barium (Ba)3300.00.2090 19.019.0Cadmium (Cd)<<19.00.2090 ..47.019.0Chromium (Cr)47.00.2090 19.019.0Lead (Pb)<<19.00.2090 19.019.0Selenium (Se)<<19.00.2090 Mercury (Hg)<<1.00.2090 1.01.0 21042163 Interior Coatings 0.2172 18.018.0Silver (Ag)<<18.0 18.018.0Arsenic (As)<<18.00.2172 ..3800.018.0Barium (Ba)3800.00.2172 18.018.0Cadmium (Cd)<<18.00.2172 18.018.0Chromium (Cr)<<18.00.2172 ..26.018.0Lead (Pb)26.00.2172 18.018.0Selenium (Se)<<18.00.2172 Mercury (Hg)<<0.90.2172 0.90.9 21042164 Exterior Roof 0.2156 19.019.0Silver (Ag)<<19.0 19.019.0Arsenic (As)<<19.00.2156 ..4000.019.0Barium (Ba)4000.00.2156 19.019.0Cadmium (Cd)<<19.00.2156 19.019.0Chromium (Cr)<<19.00.2156 ..24.019.0Lead (Pb)24.00.2156 19.019.0Selenium (Se)<<19.00.2156 Mercury (Hg)<<0.90.2156 0.90.9 21042165 Exterior Shell ICP-G2 ClientSampled by: Shalini PatelAnalyzed by: Nick LyReviewed by: Note : Method QC results are acceptable unless stated otherwise. Bench Run No:2021-0401-02 mg/ kg = Milligrams per kilogram RL = Reporting Limit ppm = Parts per million '<' = Below the reporting Limit 04/01/2021Date Analyzed: 04/02/2021Date Issued: Unless otherwise indicated, the condition of all samples was acceptable at time of receipt. Nick Ly, Technical Director page 2 of 4 HCI Industrial & Marine Coatings INC.2105868.00 3 Company NVL Batch Number Total Number of Samples 23825 98th Ave. S Kent, WA 98032 4 DaysTAT 4/6/2021Due Date 2:45 PMTime (360) 260-0096Fax randy@hci-coatings.comEmail Project Manager Mr. Randy Cornelious (360) 260-9250Phone Rush Samples Rush TAT NoAH Gray and OsborneProject Name/Number:Project Location: Sample ID Description A/RLab ID METAL LABORATORY SERVICES Subcategory Item Code Inductively Coupled Plasma (ICP) - Group Tests Metals ICP-G2 EPA 6010/7471B (RCRA 8) <paint> P.O. Box 1573 Brush Prairie, WA 98606 Address Interior Coatings1 A21042163 Exterior Roof2 A21042164 Exterior Shell3 A21042165 Office Use Only Print Name Company Date TimeSignature Faxed Emailed Company Date TimeSignature ClientSampled by Kelly AuVuReceived by UPSRelinquished by Shalini PatelAnalyzed by Results Called by NVL NVL 3/31/21 4/1/21 1445 Print Name Entered By: Fatima Khan Date: 3/31/2021 Time: 4:24 PM Special Instructions: page 3 of 4 page 4 of 4 6MG1 Reservoir/Bond A – 3 4 December 13, 2021 Project Number: 20-3006 RECORD DRAWINGS The following best available record drawings are provided for information only. o It F- 0 o U s a co\�' 10 14 � A J rL J 2 = o 0 AW h '- - d a Id = o Y C a. Z� ( I n S J w N i I i o _ r La CI - 'A7Y e a O V J f }4 oll", � > - i • n � I�t,f It 1 • , ij Pl 1\ Ir In S t �4r�0t IL tv ; y\. 3 Q4 00la�1 a UU :JI+r y�i. 1 G / � t. • ph Cf p O «'OO W l % 0W0 :311.F_I 4(i wxNi.t a\ QOf W^ tW 43 rDIUZ W('7 w t £�- • t $fQn° .so11 � .tW z �. tt In arl7oagain 4 a i 9 uu���Hi� ap?u �=z -1 �W awh ¢ �Z MHz 6o n mo�c Z/YIrW VO^4 AQ z �I r Ya�hga_W� Fv42 Wm}>, Z��J 3Q Zw on J •1 f N A ~) 0 2 2 1�.1-1�'aJ U i t= `»� ryyy=�-"l7p �[,O Nz Nz dal 11 y1 i p Wqa YI�_(i nA H 3 Z` Jpz +.,.SOW IC~ O ZO��= W ja i�� UZ mul n .7>riinQ �ay21 ga N Q �i4.T ZO a W ' I.lr- <9D4) r , nrY �LI�iZ y (s ,"Qzi�w4fO�za�=�j 22 YO M W J Y 1`•21 rc Y WN F W rc- n h J = P oza4 a <� r, M 44 tr. LJ zZE •m 4 n F C P r` 4W O 4 1N� i 2A yl a U�01 � H uN CY U Y V b\e.4 YlY • � 2 �.► Ir ��.1 m li Lcc p Rao �vtu 4=y1 I�pr, r I !.1 W o 114 4 dN N N Q • � n NI •il i f r , •r J � Y O 1 I I oc �, g (S) O to0 0 I C = 5 l) 4& o m �, 1W- Q z oh J it •w� r a,w W 0 ro I I r(n O or) -+ 00m ro �� � O ' Q _ Ul 0) m m m oa w� Oil ux! � T _ � ccO W 0) 0)�_, � �S vi7 W 'n ' m J ZZ wJ a � m� x W Z 0 O �W e X X _ —'�( 1 Z W p_ w cn�a uj cOf 0 w�JZ LL QUW U:L iZ'= �w Lu U WV= O Yw aw Z= ai -W Fra < i� U)U. �n sp Py �P bii 190 -Ljo Y W O Z 5� 6 r� �N to W Lnitn via'D , Q C i t5 R� 1z. ���111 i� a ;n fir d 9 S f W O v F E lal E 1 a 1 :1 AAA c u ;z 11 i L'Z Z 0Z1 .tZ 1 z 1 Ch 1 J F -0s _ r �` _ N4 3 `4 j� N = was h �IJQ'NJH����' IOM M rPLy _a 11177?777111111 Q Z Q 3 m C I uac Off` JQ.a �'-.� ••-- r,1 . Y LL W W I X N N, Q-w- a1 u ,� N IIL, 0 A nl J I a lu i- TL z Ul w Q- 4 w x D x W C' ter" W m on � `� F '�✓ y C uj i u p i � fI •C _ Y u W y E5Ld Ua r gJW k5 ( 4 i�: 1� tc9 •J .. `� 0; �' Y `� LL A Z =�`= J r vi Q WiV 1 2 �n V, 0t W 4 a a� o•x.a w -CQ 1 lii — y x �� n i a' 1�� N z' 1 3 O Z �! ci T LU Oow br Ki a p �r 0 ►.l i cn v ; �n T-41 1 1 iLU ;n M FY � d - (i' Q � �fl �i � I _1 & IL r LLI ILI • . IY 7 z - cq 1 s v _Q. 00 Q tl! ` � � LEI 1 I —IUDLS u' U v h s � Q • i' o . a _'' 'sly: :� r �� ' '•i ,� �r^.' ' 4. K __ � I °'^w w�NK,N`r tr ,Cdsa Ca• < ♦ f f'f if .•. � J'J(�/ IQII{�tf1 mffl in n N d) J �I 1L • I A V N N P H Y O� SDI N ty � z°► �� E� S 'lam �d3�7R9 du• �.�i � �+ , ct, ID �' VSl�, i �1 q 0� N � r a k O 0 ba N � N tttLLL a 4 f LL' Z 0 Q .. 0� .,: (Y$ Wq� Q rc 0 o1 S O w ' �E g a YZ < a -- o v W i fij I-taoj ,.,p & w.an I a+Naw Q•s i Ir!� : Z 41V1 9r a ' 3 � Q z'^ W 0U) �=QO vU ¢PW� IY ' W� r LLI (9 tL W tr. Z W a T N3�34� i W F- LL �c 1 N nrs,-� U z Z OW QtK Q nj Q OZ S A9,�'�, 9-L�h' �,3 r aBNMd. vi3cj oj. fi =N j W V1 a-j 4 w - a)) A" L — A li at Ix z u ir ui q a �R hp ID o Via: \ �6 •� ,;.I � �� • 1 w' ■ L�111,4, C6 L r `'!ei n v 1 ft d V 54`I a.Y'` ♦� �t� � • i "FMa z '� `Y� up e _J N vp TTi- ac di J • 1 as O L � �L t W v0 = W Z � � Z cWs. }. C a g N 4 w o z� W 1-4 a H m is ro E 00 o9u oA m C b 3 > C to £ m u ° o u O 3.4 wy N m m ww V ° �d C m� u 0 0 A N p � CC MC O a a 0 >, m m 0 i0 0 .-1 w N c .� 44 m mimes arvv m c L0 O X X N m ro O` s F�•I < ~ urn ECm 0 m•u wroalg `� Z c y .Ar .00 m A �-4 W q 3 U' la. 01 ca y al >1 3 13 - 1 0 •N g GO Z N H ues ° dA o°IU W V 1 0 O -mi 41 '•1 O mro W to •N .0 N ro O '•AO{ •l?� � m mN7Z 41 41 a ubWaW -H W m° M 41 41 0 [OH 0 4 N O roCro ca C Ow u 14 w�o n m V) wm o a m o L (J>, w O ro 0 ,-.1 m -H ro ++ A m$4 N C a 3 -H Lo u to r.. a) w m N µ an 'Q W '0 lmi at ^� d •'1 a •.01 Q -.,I X F .•1 '4 •� �9 .. .(a u a1 u''w .0�o � � o C� ro'�oo h0 $4 ro 41 m9 AA y �i 7 m 'O H A C '�i m 7 .�1 A of maro uroal W row 314 mw lyA ° mal A�Cm w ^aE . •N 3 ro�0>°34a1 C c..34 m 34 >. a+ 74 H CI a A to �_mroNYam043 m c ) '3 . AA A A 34 F.0 'u to 04 -1 a) mro �- •'1 Aj Ski 0. N" N o r >:' al 0 4N o •.Ci 41i J c Ida m a w Ali a 0 Q-A A 3 w m 01A al w-.0 C 0 0 0 o C A 'o a 0 .0 ro •.+ u 43 a co O 441 <a .iA a roWa 0 .0 a 2 0 41 JU a a a -A . 4 0 '-1 j, q w a it m .! 4 9 u ° :14 u o '-1 43 a C H 34 = w 13 A It N 04 to ✓� a 3. uaroQo°� a' u 3 dNww ,3 40 . p M a O fn M a w -.a 0 Z o 0 0 a x �► o a o.a. a s .a- o A 1 W a+ a 34 43 ai G� 0� s ��� tv, W Af A m w a o �.a �.0 11.a a a 0.4 J Sa. sax Qr304.�d� r a ae'o<H a 1 I d SO s � %n wo ou- A •pv/ 00 amco 4d ti W0 1- <=s> qua at O wG Cm 'ia Z .0. LL .4 N _ Q o M_ r 6 a4-1 W 4J u N y od O , J• ,�J Y L11�I 2 2 Qf U N > J J La v UUUUUU> CE mro ' 0 c I v 0 •3 J +....>. ammi A w aws G O ro of •a Ao0 >I pNp v A 3 C 0 a9 MA $4 Sri m Z •'°+ r? O) f 1n ,aaa m E 0 A Q .81 1°00 0 .�0-A U _ LL 0 0 m r 1. a 13In1 �71 y0 ��vnen a yo do1 r0 LLlp • a Fay z W6 T W1 �ti >2'wW Ct}• .+ rI d d Q y IL U, •w. > } 6 6 ZW W W if u� y W 0 . > D. w R+ � d u N CC � i YC o W0 '•j M:. '.� i �a t� ' i9 .9 LL .yl LL 0 u 09 zco 3 �� <.'+ t `�:,.'•, i d 2N ~LL i071 a Q� oc o Z a w� z� woo tu 3 3 I ve:a Z i i -na L 2 • m 0 q Ot F ` a p( • � _ � W '2 LL « w89;£ L C ¢ n,vVr d• l� q ~ 0 VK ie 10� � tq C W p 0 if o r m� i V U. q N h i Wr 4L = ? W %, ►- a ? T I ly �z a W R = J n n Q. \ \ \ I r ;tl 'o Z 14 W J Qr kt(„ S)1 `! f Q ::5 lu n�eoyIm V w � Y � 1 Kz&5� U 4 \ S O Q 4eWJI Qj��Q,�I J U J QL J ca N j/ I i Q W W i a J m cv � W ^ i P/�O/� 0 V F' a¢z>Ino Fq� ri O U Z A �\ J Q: - mTC?•P�PPI� - s RE- Q - 3 r �,n19 i I _A-- Q ni l) 2 j ilff W u V tl ru z� JJ �y r z '� ZIN k (j ltl 3 QQ w W ' ?�� W J W m a 1, of 41 L4 o> J Ip Ln i as o i sue. W LL i' ,. Joy •la� tad 3 of W a J 9 q CQ - V v O Q o � a O m J � I � - I � I I Z U -I © 11 • 1 _1 cv10, 7 _ F1 W d --9 cY) 3 c*m ccn CO _9 m N aQQQ �G No z Z o UI — Z C- Z Z � Q Q v Vb -i ap D � l� c V Cfi O cxL�1© Q x V Qm Z LjM -� m W �a, Z3 F _� bc i N i c" m OLet2 — curn � d — Cl i f r � 3 Ma a0 �m g� N I L.1 u Q � d) I A Z Ji W ---- - -- ____ •J' a - i V' � rQ W z �� � S _ r, :- I �o Y w z U) LLI �. 1 J w w Z F U 0O m W F- �. 0-1 Q Q U O 0 C Go= r C N e.. MLo Q Y.J �+-+ N 0- Zw W Z = ■� cm W CiJ ' O p U Q O O Z W cr z U o LAMA t- � p o Q = LLI _ C= Q U Q Z W Q �. F- O (f) J ~_ 0 W Q CO a c J O C- p 0 0 Z _Z O ~ w (� Z W W N a = F- W z Z U H Y x W x w < C) z d5 0 w z z a- z w < 0 (L m < U) z z 0 J Z z w 0 < (L -j — N rl) -t C) w w x uj x 0 > M _j u) w <4 LLJ Uj z m U) - Ne in—j 4 z m w Ld < a- wo Ir zuj LLj z LLj 0 z z 0 W O � a H s p` N ZZppZZZ u HMO N W� NZ Q� W ~ Oy o LL o' ° m �� �"' a t 3 U1 wJ wx 3 V 29 f G o wo zw si W € z I q O^^ J (DLL a i b � 2 a= Ig a I o ?F W �W ZD l n Q 3; N ~ ? o ir �° � k� qq7. u� °& �- o doe Q �5i? W .:•�.. ems_\t ot 7i YWI > U � I JU La �O � N J W II u J i 8u - 3a W _�I o� °w •ww.oy Zo 2ti a ~ 4 W Q J w p j'jq Ljj. 2 W cl W N 3 y aF V Q N Q gym "�3Fa _ mi 9 a N o of Z 7 �.5 YZN Lu °��0 ddLL WWN 0 L N 6 °Y 3-6 z LL 1 Q Y pj ~ Z a ro 21 N Q — Y / tyZZy� LL 4 uK' d. S SJJ = g • a ?i� z°R N F V Od a� d �k: t w _.w W ir N W4 wN Unl 4 tl��F a II' m 3 0 �2tl1 F n F O Wa a U 333 S O u LU Z$$ ][ II _ /I otw o zs d `I a o W nR �_ 8 X W Z O S Ow N Y ° J c° p W NI 43 on o� LL j NWH i� oa � z � 4 5 � < m o 32 d ey �� g W F- Q� 3 V 3 ./ I 11 •.°-.= w N ynyA u g �5 o j ` W N`Y-' TMu O9 W?{m F W N n, am w N3 Ng u ?x� a JElQ W< �. syu Omz ° W0 t.a A z F� 3� SW n 2 ZW mLL z Q $ P � ' ro _ � II k•�� I m z� � 3i I � s N 1 °JF J �Z4 •e �Z�F ya N I ,y' yyy m F g cc ~ ■ U-�t w m W b j .9'.aFA .9 a f 3 I - W ....__,- bo I O — — W- ._ � --i-----.: pX W .. - - j ti �--- --- a an � ; z �, _.. i I rNo� iaoieasno ' 1 l 1 :INa1, - VI L R 3 g� wQ F jig = `� =' I �noiw aac z w3 �aJ "a r a - 12"!All !fi W mm mF ° ap_ o> o r z our art �� i' "I'3 A � "a �< "3 wy3y� i c naF m j O1F era m�3i N J9e�w" 1'_' Zz w J a�- m � w (J7 Ll C ~ E - Will d - C4 m o cr 3's3A6'p B6 �_ C U2i �fl¢=ot yf ° W W Z Z z m V ° �r eJ I`Oy j Q Y } Pt e H •i� Ub 2 J W a C ? < v }} W '^4 -� =4`,pY QC Q 3 x0 N �'A iL p IF rt f _ Fzq, f f <O �tlggyJ N 2 j J�IOVP b WIEL^JJ VIG �LL QF F �• 312 J0.F Z LL „j vri Nh=� uV j a Q Z JL x 2 _n J VQ i Fk�m� Jtl Je LLoN Q u �zo-1 .� �' Y iL dW � p� fg a z dw� < ��;� rR� a a aQ s b VI ] HY p �Gw 4c'T �� ?YG Z Z F< w WiI `�.aQ �� mWr d K''' J § zu r F��ih wl iN `� `�°F d ° �/� w WQ a °� JF ZRQ1- 2� ` °W o ) Yi?C 2 0 5Iz U' '»33 pt 2 F s w£ Q IW3J . FLL i I < NwtJd G= W o� Z Y IF Z�E�4 zo i i� ri �O Zt� 1,41 zN-�5 Fia" Was E z�u�+Vo^uLU af 0 o€`hm�ntW u�i.u8W x N 2v u rgyN.F®_tn �>0 a° tnQ uu } O Q= �F TFawrW 3v~ E3 t7 C � w i N.V lO'4 P t'F �x32 4/�Z VW h�b I Z rl—T z x . o f s •� •MI � � I g � " J � Q UX •y, / �N� I •HI XI � F���� J � o u W i. ax k cQ cq x •" `f •„It � I � N N`� x x OUOyW W t I / • � 3 ' � �I � I I i } FW •ro � \VI � 'll//�� u a� M ; •N III Q ZQ�9Z / } Spo10 363�0 •M N .N i x i a1N�J] Zj r~ xx I E p]Nyjd an` I �pm�g w n Irh i u ° „b,:33° g •� � z � FN- Q d FI- F to Y H w 3 w 0 w 3 � 3 F N N o J � � J Y Z w O o a Q a o o Z W w N g W O a- 2^ `` ca Q W o o O •z0 n W< J_- } rc U O Z }Q } U F- Z o ' m J Z V) <m 3 � � m O 0 r^ oz m Q o F— '� OL. O .- U z 0 U � ova =w 17 Y CC= F- a Z rc 3 z %V L Q O CC m J U(0 U J vJ m } U K 5 ; r) w C ) wLLJ a ' , e wzo NYrn obi i IYUH °LLB e 0 P t W yy Q$ a ~ k MA D: _ELF 0y kaut' g IY Vi F m; d VjNW fo a�js ;W'o S M� 7� NYrn 0 0 N coW :�aaR� Wa m i 5 N f 1 s it m r- p fi p � O p � p ji ii i ,i i� I j < jai ��s �Q 6MG1 Reservoir/Bond A – 4 5 December 13, 2021 Project Number: 20-3006 SAMPLE PROJECT SIGN O C� 0 CL N C d N O N Q cn r. a� E O 0 s r 5 c.i 6MG1 Reservoir/Bond A – 4 6 December 13, 2021 Project Number: 20-3006 PREVAILING WAGE RATES State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 12/14/2021 "Risk County Trade Job Classification Wage Holiday Overtime Note Class King Asbestos Abatement Workers Journey Level $54.62 5D 1 H View King Boilermakers Journey Level $70.79 5N 1C View King Brick Mason Journey Level $63.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $63.32 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.98 5S 2F View King Cabinet Makers In Shop), Journey Level $22.74 1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Bridge, Dock And Wharf Carpenters $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $67.41 7A 4U View King Cement Masons Application of all Epoxy Material $66.91 7A 4U View King Cement Masons Application of all Plastic Material $67.41 7A 41.1 View King Cement Masons Application of Sealing Compound $66.91 7A 41.1 View King Cement Masons Application of Underlayment $67.41 7A 41.1 View King Cement Masons Building General $66.91 7A 41.1 View King Cement Masons Composition or Kalman Floors $67.41 7A 4U View King Cement Masons Concrete Paving $66.91 7A 4U View King Cement Masons Curb li Gutter Machine $67.41 7A 4U View King Cement Masons Curb li Gutter, Sidewalks $66.91 7A 4U View King Cement Masons Curing Concrete $66.91 7A 41.1 View King Cement Masons Finish Colored Concrete $67.41 7A 41.1 View King Cement Masons Floor Grinding $67.41 7A 41.1 View King Cement Masons Floor Grinding/Polisher $66.91 7A 41.1 View King Cement Masons Green Concrete Saw, self -powered $67.41 7A 4U View King Cement Masons Grouting of all Plates $66.91 7A 4U View King Cement Masons Grouting of all Tilt -up Panels $66.91 7A 4U View King Cement Masons Gunite Noaleman $67.41 7A 4U View King Cement Masons Hand Powered Grinder $67.41 7A 41.1 View King Cement Masons Journey Level $66.91 7A 41.1 View King Cement Masons Patching Concrete $66.91 7A 41.1 View King Cement Masons Pneumatic Power Tools $67.41 7A 41.1 View King Cement Masons Power Chipping 8 Brushing $67.41 7A 4U View King Cement Masons Sand Blasting Architectural Finish $67.41 7A 4U View King Cement Masons Screed Et Rodding Machine $67.41 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $66.91 7A 4U View King Cement Masons Troweling Machine Operator $67.41 7A 41.1 View King Cement Masons Troweling Machine Operator on Colored Slabs $67.41 7A 41.1 View King Cement Masons Tunnel Workers $67.41 7A 41.1 View King Divers Ft Tenders Bell/Vehicle or Submersible Operator (Not $118.80 7A 4C View Under Pressure) King Divers Et Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers Et Tenders Diver $118.80 7A 4C 8V View King Divers Et Tenders Diver On Standby $76.98 7A 4C View King King King King King King King King King King King King Divers Et Tenders Diver Tender $69.91 7A 4C View Divers It Tenders Manifold Operator $69.91 7A 4C View Divers It Tenders Manifold Operator Mixed Gas $74.91 7A 4C View Divers Et Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View Divers Et Tenders Remote Operated Vehicle Tender $65.19 7A 4C View Dredge Workers Assistant Engineer $73.62 5D 3F View Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View Dredge Workers Boatmen $73.62 5D 3F View Dredge Workers Engineer Welder $75.03 5D 3F View Dredge Workers Leverman, Hydraulic $76.53 5D 3F View Dredge Workers Mates $73.62 5D 3F View Dredge Workers Oiler $73.05 5D 3F View Drywall Applicator Journey Level $67.54 5D 1 H View Drywall Tapers Journey Level $67.91 5P 1 E View Electrical Fixture Maintenance Workers Journey Level $33.19 5L 1E View Electricians - Inside Cable Splicer $92.57 7C 4E View Electricians - Inside Cable Splicer (tunnel) $99.46 7C 4E View Electricians - Inside Certified Welder $89.44 7C 4E View Electricians - Inside Certified Welder (tunnel) $96.02 7C 4E View Electricians - Inside Construction Stock Person $44.78 7C 4E View Electricians - Inside Journey Level $86.30 7C 4E View Electricians - Inside Journey Level (tunnel) $92.57 7C 4E View Electricians - Motor Shop Journey Level $47.53 5A 1 B View Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View Electricians - Powerline Construction Groundperson $49.17 5A 4D View Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View Electricians - Powerline Construction Journey Level Lineperson $75.64 5A 4D View Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View Electricians - Powerline Construction Powderperson $56.49 5A 4D View Electronic Technicians Journey Level $55.32 7E 1E View Elevator Constructors Mechanic $100.51 7D 4A View Elevator Constructors Mechanic In Charge $108.53 7D 4A View Fabricated Precast Concrete Products All Classifications - In -Factory Work Only $18.25 5B 1R View Fence Erectors Fence Erector $46.29 7A 4V 8Y View Fence Erectors Fence Laborer $46.29 7A 4V 8Y View Flaggers Journey Level $46.29 7A 4V 8Y View Glaziers Journey Level $72.41 7L 1Y View Heat Et Frost Insulators And Asbestos Workers Journey Level $82.02 15H 11C View Heating Equipment Mechanics Journey Level $91.83 7F 1 E View Hod Carriers It Mason Tenders Journey Level $46.42 7A 4V BY View Industrial Power Vacuum Cleaner Journey Level $13.69 1 View Inland Boatmen Boat Operator $61.41 5B 1K View Inland Boatmen Cook $56.48 5B 1K View Inland Boatmen Deckhand $57.48 5B 1K View Inland Boatmen Deckhand Engineer $58.81 5B 1K View Inland Boatmen Launch Operator $58.89 5B 1K View Inland Boatmen Mate $57.31 5B 1K View Inspection/Cleaning/Sealing Of Sewer & Water Cleaner Operator, Foamer Operator $31.49 1 View Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer It Water Grout Truck Operator $13.69 1 View Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Head Operator $24.91 1 View Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Technician $19.33 1 View Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Tv Truck Operator $20.45 1 View Systems By Remote Control Insulation Applicators Journey Level $64.94 7A 4C View Ironworkers Journeyman $78.53 7N 10 View Laborers Air, Gas Or Electric Vibrating Screed $54.62 7A 4V BY View Laborers Airtrac Drill Operator $56.31 7A 4V BY View Laborers Ballast Regular Machine $54.62 7A 4V 8Y View Laborers Batch Weighman $46.29 7A 4V 8Y View Laborers Brick Pavers $54.62 7A 4V 8Y View Laborers Brush Cutter $54.62 7A 4V 8Y View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Laborers Brush Hog Feeder $54.62 7A 4V BY View Laborers Burner $54.62 7A 4V 8Y View Laborers Caisson Worker $56.31 7A 4V 8Y View Laborers Carpenter Tender $54.62 7A 4V 8Y View Laborers Cement Dumper -paving $55.62 7A 4V 8Y View Laborers Cement Finisher Tender $54.62 7A 4V BY View Laborers Change House Or Dry Shack $54.62 7A 4V BY View Laborers Chipping Gun (30 Lbs. And Over) $55.62 7A 4V BY View Laborers Chipping Gun (Under 30 Lbs.) $54.62 7A 4V BY View Laborers Choker Setter $54.62 7A 4V 8Y View Laborers Chuck Tender $54.62 7A 4V 8Y View Laborers Clary Power Spreader $55.62 7A 4V 8Y View Laborers Clean-up Laborer $54.62 7A 4V 8Y View Laborers Concrete Dumper/Chute Operator $55.62 7A 4V BY View Laborers Concrete Form Stripper $54.62 7A 4V BY View Laborers Concrete Placement Crew $55.62 7A 4V BY View Laborers Concrete Saw Operator/Core Driller $55.62 7A 4V BY View Laborers Crusher Feeder $46.29 7A 4V 8Y View Laborers Curing Laborer $54.62 7A 4V 8Y View Laborers Demolition: Wrecking Et Moving (Incl. Charred $54.62 7A 4V 8Y View Material) Laborers Ditch Digger $54.62 7A 4V 8Y View Laborers Diver $56.31 7A 4V BY View Laborers Drill Operator (Hydraulic, Diamond) $55.62 7A 4V BY View Laborers Dry Stack Walls $54.62 7A 4V BY View Laborers Dump Person $54.62 7A 4V BY View Laborers Epoxy Technician $54.62 7A 4V 8Y View Laborers Erosion Control Worker $54.62 7A 4V 8Y View Laborers Faller li Bucker Chain Saw $55.62 7A 4V 8Y View Laborers Fine Graders $54.62 7A 4V 8Y View Laborers Firewatch $46.29 7A 4V BY View Laborers Form Setter $54.62 7A 4V BY View Laborers Gabian Basket Builders $54.62 7A 4V BY View Laborers General Laborer $54.62 7A 4V BY View Laborers Grade Checker Et Transit Person $46.42 7A 4V 8Y View Laborers Grinders $54.62 7A 4V 8Y View Laborers Grout Machine Tender $54.62 7A 4V 8Y View Laborers Groutmen (Pressure) Including Post Tension $55.62 7A 4V 8Y View Beams Laborers Guardrail Erector $54.62 7A 4V BY View Laborers Hazardous Waste Worker (Level A) $56.31 7A 4V BY View Laborers Hazardous Waste Worker (Level B) $55.62 7A 4V BY View Laborers Hazardous Waste Worker (Level C) $54.62 7A 4V BY View Laborers High Scaler $56.31 7A 4V 8Y View Laborers Jackhammer $55.62 7A 4V 8Y View Laborers Laserbeam Operator $55.62 7A 4V 8Y View Laborers Maintenance Person $54.62 7A 4V 8Y View Laborers Manhole Builder-Mudman $55.62 7A 4V BY View Laborers Material Yard Person $54.62 7A 4V BY View Laborers Motorman -Dinky Locomotive $55.62 7A 4V BY View Laborers nozzleman (concrete pump, green cutter when $46.42 7A 4V BY View using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) Laborers Pavement Breaker $55.62 7A 4V 8Y View Laborers Pilot Car $46.29 7A 4V 8Y View Laborers Pipe Layer (Lead) $46.42 7A 4V 8Y View Laborers Pipe Layer/Tailor $55.62 7A 4V 8Y View Laborers Pipe Pot Tender $55.62 7A 4V BY View Laborers Pipe Reliner $55.62 7A 4V BY View Laborers Pipe Wrapper $55.62 7A 4V BY View Laborers Pot Tender $54.62 7A 4V BY View Laborers Powderman $56.31 7A 4V 8Y View Laborers Powderman's Helper $54.62 7A 4V 8Y View Laborers Power Jacks $55.62 7A 4V 8Y View Laborers Railroad Spike Puller - Power $55.62 7A 4V 8Y View Laborers Raker- Asphalt $46.42 7A 4V BY View King Laborers Re-timberman $56.31 7A 4V BY View King Laborers Remote Equipment Operator $55.62 7A 4V BY View King Laborers Rigger/Signal Person $55.62 7A 4V BY View King Laborers Rip Rap Person $54.62 7A 4V 8Y View King Laborers Rivet Buster $55.62 7A 4V 8Y View King Laborers Rodder $55.62 7A 4V 8Y View King Laborers Scaffold Erector $54.62 7A 4V 8Y View King Laborers Scale Person $54.62 7A 4V BY View King Laborers Sloper (Over 20") $55.62 7A 4V BY View King Laborers Sloper Sprayer $54.62 7A 4V BY View King Laborers Spreader (Concrete) $55.62 7A 4V BY View King Laborers Stake Hopper $54.62 7A 4V 8Y View King Laborers Stock Piler $54.62 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $46.29 7A 4V 8Y View King Laborers Tamper li Similar Electric, Air Et Gas Operated $55.62 7A 4V 8Y View Tools King Laborers Tamper (Multiple Ft Self-propelled) $55.62 7A 4V BY View King Laborers Timber Person - Sewer (Lagger, Shorer 8 $55.62 7A 4V BY View Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 7A 4V BY View King Laborers Topper $54.62 7A 4V BY View King Laborers Track Laborer $54.62 7A 4V 8Y View King Laborers Track Liner (Power) $55.62 7A 4V 8Y View King Laborers Traffic Control Laborer $49.50 7A 4V 9C View King Laborers Traffic Control Supervisor $52.45 7A 4V 9C View King Laborers Truck Spotter $54.62 7A 4V BY View King Laborers Tugger Operator $55.62 7A 4V BY View King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $142.82 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 30.01- $147.85 7A 4V 9B View 44.00 psi King Laborers Tunnel Work -Compressed Air Worker 44.01- $151.53 7A 4V 9B View 54.00 psi King Laborers Tunnel Work -Compressed Air Worker 54.01- $157.23 7A 4V 9B View 60.00 psi King Laborers Tunnel Work -Compressed Air Worker 60.01- $159.35 7A 4V 9B View 64.00 psi King Laborers Tunnel Work -Compressed Air Worker 64.01- $164.45 7A 4V 9B View 68.00 psi King Laborers Tunnel Work -Compressed Air Worker 68.01- $166.35 7A 4V 9B View 70.00 psi King Laborers Tunnel Work -Compressed Air Worker 70.01- $168.35 7A 4V 9B View 72.00 psi King Laborers Tunnel Work -Compressed Air Worker 72.01- $170.35 7A 4V 9B View 74.00 psi King Laborers Tunnel Work-Guage and Lock Tender $57.41 7A 4V 8Y View King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Vibrator $55.62 7A 4V BY View King Laborers Vinyl Seamer $54.62 7A 4V BY View King Laborers Watchman $42.08 7A 4V BY View King Laborers Welder $55.62 7A 4V BY View King Laborers Well Point Laborer $55.62 7A 4V BY View King Laborers Window Washer/Cleaner $42.08 7A 4V 8Y View King Laborers - Underground Sewer li Water General Laborer Et Topman $54.62 7A 4V 8Y View King Laborers - Underground Sewer li Water Pipe Layer $55.62 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or $42.08 7A 4V 8Y View Planting Laborers King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $67.54 5D 1H View King Marble Setters Journey Level $63.32 7E 1 N View King Metal Fabrication In Shop). Fitter/Certified Welder $40.39 151 11 E View King Metal Fabrication In Shop). General Laborer $28.86 151 11 E View King Metal Fabrication In Shop). Mechanic $41.78 151 11 E View King Metal Fabrication In Shop). Welder/Burner $37.64 151 11 E View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View King Modular Buildings Plumber $13.69 1 View King Modular Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King Modular Buildings Welder $13.69 1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0- $80.76 7A 4C View 30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $85.76 7A 4C View 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $89.76 7A 4C View 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $94.76 7A 4C View 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $97.26 7A 4C View 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $102.26 7A 4C View 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $104.26 7A 4C View 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $106.26 7A 4C View 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker $108.26 7A 4C View 72.01 - 74.00 PSI King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $64.14 7_Q 1R View King Plasterers Nozzleman $67.64 M 1R View King Playground Et Park Equipment Installers Journey Level $13.69 1 View King Plumbers Ft Pipefitters Journey Level $93.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High $72.28 7A 3K 8X View Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount With Boom $73.49 7A 3K 8X View Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With Boom $72.84 7A 3K 8X View Attachment Up To 42m King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of $74.22 7A 3K 8X View boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $72.84 7A 3K 8X View Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom $74.99 7A 3K 8X View including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of boom $75.72 7A 3K 8X View including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of $73.49 7A 3K 8X View Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A- $72.28 7A 3K 8X View frame over 10 tons King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 8 Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft $69.12 7A 3K 8X View Type King Power Equipment Operators Finishing Machine, Bidwell And Gamaco B $72.84 7A 3K 8X View Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, $72.84 7A 3K 8X View Etc King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road $73.49 7A 3K 8X View Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating Off -road $72.84 7A 3K 8X View Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. li Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 $73.49 7A 3K 8X View Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over $74.22 7A 3K 8X View Mechanic) King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, $73.49 7A 3K 8X View Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch $69.12 7A 3K 8X View Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air $72.28 7A 3K 8X View Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through $72.84 7A 3K 8X View 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 $73.49 7A 3K 8X View Tons King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In $69.12 7A 3K 8X View Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber Tired $73.49 7A 3K 8X View Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators RoRagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete It Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 $72.28 7A 3K 8X View Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric $73.49 7A 3K 8X View Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 $72.84 7A 3K 8X View Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric $74.22 7A 3K 8X View Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric $74.99 7A 3K 8X View Tons King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider Et Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175' through 250' in height, $74.99 7A 3K 8X View base to boom King Power Equipment Operators Tower Cranes: over 250' in height from base to $75.72 7A 3K 8X View boom King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farman Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Asphalt Plant Operators $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Assistant Engineer $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Barrier Machine (zipper) $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Batch Plant Operator, Concrete $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Bobcat $69.12 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Brooms $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Bump Cutter $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Cableways $73.49 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Chipper $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Compressor $69.12 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Concrete Pump - Mounted Or Trailer High $72.28 7A 3K 8X View Sewer Et Water Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $73.49 7A 3K 8X View Sewer Et Water Attachment Over 42 M King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $72.84 7A 3K 8X View Sewer li Water Attachment Up To 42m King Power Equipment Operators- Underground Conveyors $72.28 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Cranes friction: 200 tons and over $75.72 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Cranes: 100 tons through 199 tons, or 150' of $74.22 7A 3K 8X View Sewer Et Water boom (including jib with attachments) King Power Equipment Operators- Underground Cranes: 20 Tons Through 44 Tons With $72.84 7A 3K 8X View Sewer Et Water Attachments King Power Equipment Operators- Underground Cranes: 200 tons- 299 tons, or 250' of boom $74.99 7A 3K 8X View Sewer Et Water including jib with attachments King Power Equipment Operators- Underground Cranes: 300 tons and over or 300' of boom $75.72 7A 3K 8X View Sewer li Water including jib with attachments King Power Equipment Operators- Underground Cranes: 45 Tons Through 99 Tons, Under 150' Of $73.49 7A 3K 8X View Sewer li Water Boom (including Jib With Attachments) King Power Equipment Operators- Underground Cranes: A -frame - 10 Tons And Under $69.12 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes: through 19 tons with attachments, A- $72.28 7A 3K 8X View Sewer Et Water frame over 10 tons King Power Equipment Operators- Underground Crusher $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Derricks, On Building Work $73.49 7A 3K 8X View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Sewer £t Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer 8 Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer B Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Dozers D-9 Et Under $72.28 7A 3K 8X View Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View Drilling Machine $74.22 7A 3K 8X View Elevator And Man -lift: Permanent And Shaft $69.12 7A 3K 8X View Type Finishing Machine, Bidwell And Gamaco 8 $72.84 7A 3K 8X View Similar Equipment Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View Grade Engineer: Using Blue Prints, Cut Sheets, $72.84 7A 3K 8X View Etc Gradechecker/Stakeman $69.12 7A 3K 8X View Guardrail Punch $72.84 7A 3K 8X View Hard Tail End Dump Articulating Off- Road $73.49 7A 3K 8X View Equipment 45 Yards. Et Over Hard Tail End Dump Articulating Off -road $72.84 7A 3K 8X View Equipment Under 45 Yards J_ Horizontal/Directional Drill Locator $72.28 7A 3K 8X View Horizontal/Directional Drill Operator $72.84 7A 3K 8X View Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View Loader, Overhead 8 Yards. li Over $74.22 7A 3K 8X View Loader, Overhead, 6 Yards. But Not Including 8 $73.49 7A 3K 8X View Yards Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View Loaders, Plant Feed $72.84 7A 3K 8X View Loaders: Elevating Type Belt $72.28 7A 3K 8X View Locomotives, All $72.84 7A 3K 8X View Material Transfer Device $72.84 7A 3K 8X View Mechanics, All (leadmen - $0.50 Per Hour Over $74.22 7A 3K 8X View Mechanic) Motor Patrol Graders $73.49 7A 3K 8X View Mucking Machine, Mole, Tunnel Drill, Boring, $73.49 7A 3K 8X View Road Header And/or Shield Oil Distributors, Blower Distribution B Mulch $69.12 7A 3K 8X View Seeding Operator Outside Hoists (Elevators And Manlifts), Air $72.28 7A 3K 8X View Tuggers, Strato Overhead, Bridge Type Crane: 20 Tons Through $72.84 7A 3K 8X View 44 Tons Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View Overhead, Bridge Type: 45 Tons Through 99 $73.49 7A 3K 8X View Tons Pavement Breaker $69.12 7A 3K 8X View Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View Posthole Digger, Mechanical $69.12 7A 3K 8X View Power Plant $69.12 7A 3K 8X View Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Quick Tower - No Cab, Under 100 Feet In $69.12 7A 3K 8X View Sewer Et Water Height Based To Boom King Power Equipment Operators- Underground Remote Control Operator On Rubber Tired $73.49 7A 3K 8X View Sewer li Water Earth Moving Equipment King Power Equipment Operators- Underground Rigger and Bellman $69.12 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Rollagon $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Roller, Other Than Plant Mix $69.12 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Roller, Plant Mix Or Multi -lift Materials $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Roto-mill, Roto-grinder $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Saws - Concrete $72.28 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Scrapers - Concrete Ft Carry All $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Service Engineers - Equipment $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Shotcrete/Gunite Equipment $69.12 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoe, Tractors Under 15 $72.28 7A 3K 8X View Sewer li Water Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoe: Over 30 Metric $73.49 7A 3K 8X View Sewer li Water Tons To 50 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes, Tractors: 15 To 30 $72.84 7A 3K 8X View Sewer Et Water Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 50 Metric $74.22 7A 3K 8X View Sewer Et Water Tons To 90 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 90 Metric $74.99 7A 3K 8X View Sewer Et Water Tons King Power Equipment Operators- Underground Slipform Pavers $73.49 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Spreader, Topsider li Screedman $73.49 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Subgrader Trimmer $72.84 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Tower Bucket Elevators $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Tower Crane: over 175through 250' in height, $74.99 7A 3K 8X View Sewer Et Water base to boom King Power Equipment Operators- Underground Tower Cranes: over 250' in height from base to $75.72 7A 3K 8X View Sewer li Water boom King Power Equipment Operators- Underground Transporters, All Track Or Truck Type $73.49 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Trenching Machines $72.28 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Mount Portable Conveyor $72.84 7A 3K 8X View Sewer Et Water King Power Equipment Operators- Underground Welder $73.49 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Wheel Tractors, Farman Type $69.12 7A 3K 8X View Sewer li Water King Power Equipment Operators- Underground Yo Yo Pay Dozer $72.84 7A 3K 8X View Sewer li Water King Power Line Clearance Tree Trimmers Journey Level In Charge $55.03 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $52.24 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $55.03 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $49.21 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $37.47 5A 4A View King King King King King King King King King King King King King King Refrigeration Ft Air Conditioning Mechanics Journey Level $88.51 6Z 1G View Residential Brick Mason Journey Level $63.32 7E 1 N View Residential Carpenters Journey Level $36.44 1 View Residential Cement Masons Journey Level $46.64 1 View Residential Drywall Applicators Journey Level $64.94 7A 4C View Residential Drywall Tapers Journey Level $36.36 1 View Residential Electricians Journey Level $48.80 1 View Residential Glaziers Journey Level $28.93 1 View Residential Insulation Applicators Journey Level $28.18 1 View Residential Laborers Journey Level $29.73 1 View Residential Marble Setters Journey Level $27.38 1 View Residential Painters Journey Level $23.47 1 View Residential Plumbers Ft Pipefitters Journey Level $93.69 6Z 1G View Residential Refrigeration B Air Conditioning Journey Level $88.51 6Z 1G View Mechanics Residential Sheet Metal Workers Journey Level $91.83 7F 1 E View Residential Soft Floor Layers Journey Level $51.91 5A 3J View Residential Sprinkler Fitters (Fire Protection) Journey Level $53.04 5C 2R View Residential Stone Masons Journey Level $63.32 7E 1 N View Residential Terrazzo Workers Journey Level $57.71 7E 1 N View Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View Residential Tile Setters Journey Level $21.04 1 View Roofers Journey Level $57.30 5A 3H View Roofers Using Irritable Bituminous Materials $60.30 5A 3H View Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1 E View Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View Shipbuilding & Ship Repair New Construction Carpenter $39.58 7V 1 View Shipbuilding & Ship Repair New Construction Crane Operator $39.58 7V 1 View Shipbuilding Ft Ship Repair New Construction Electrician $39.58 7V 1 View Shipbuilding Ft Ship Repair New Construction Heat Ft Frost Insulator $82.02 15H 11C View Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View Shipbuilding Et Ship Repair New Construction Operating Engineer $39.58 7V 1 View Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View Shipbuilding Ft Ship Repair New Construction Pipefitter $39.58 7V 1 View Shipbuilding & Ship Repair New Construction Rigger $39.58 7V 1 View Shipbuilding Ft Ship Repair New Construction Sheet Metal $39.58 7V 1 View Shipbuilding Ft Ship Repair New Construction Shipfitter $39.58 7V 1 View Shipbuilding Et Ship Repair New Construction Warehouse/Teamster $39.58 7V 1 View Shipbuilding Et Ship Repair New Construction Welder / Burner $39.58 7V 1 View Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.45 7X 4J View Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J View Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View Shipbuilding Ft Ship Repair Ship Repair Electrician $47.42 7X 4J View Shipbuilding Ft Ship Repair Ship Repair Heat Ft Frost Insulator $82.02 15H 11C View Shipbuilding Ft Ship Repair Ship Repair Laborer $47.35 7X 4J View Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4J View Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View Shipbuilding Ft Ship Repair Ship Repair Rigger $47.45 7X 4J View Shipbuilding Ft Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View Shipbuilding Ft Ship Repair Ship Repair Shipwright $47.35 7X 4J View Shipbuilding Ft Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View Sign Makers Ft Installers (Electrical), Journey Level $51.56 0 1 View Sign Makers Et Installers (Non -Electrical), Journey Level $33.20 0 1 View Soft Floor Layers Journey Level $51.91 5A 3J View Solar Controls For Windows Journey Level $13.69 1 View Sprinkler Fitters (Fire Protection), Journey Level $87.99 5C 1X View Stage Rigging Mechanics (Non Structural) Journey Level $13.69 1 View Stone Masons Journey Level $63.32 7E 1N View Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View Surveyors Chainman $69.12 7A 3K 8X View Surveyors Construction Site Surveyor $73.49 7A 3K 8X View Telecommunication Technicians Journey Level $55.32 7E 1E View Telephone Line Construction - Outside Cable Splicer $38.27 5A 2B View King King King King King King King King King King King King King King King King Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Terrazzo Workers Tile Setters Tile, Marble Et Terrazzo Finishers Traffic Control Stripers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers - Ready Mix Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Hole Digger/Ground Person Telephone Equipment Operator (Light) Telephone Lineperson Journey Level Journey Level Finisher Journey Level Asphalt Mix Over 16 Yards Asphalt Mix To 16 Yards Dump Truck Dump Truck li Trailer Other Trucks Transit Mix Irrigation Pump Installer Oiler Well Driller $25.66 5A 2B View $31.96 5A 2B View $36.17 5A 2B View $57.71 7E 1 N View $57.71 7E 1 N View $48.54 7E 1 N View $50.51 7A 1 K View $64.55 5D 4Y 8L View $63.71 5D 4Y 8L View $63.71 5D 4Y 8L View $64.55 5D 4Y 8L View $64.55 5D 4Y 8L View $64.55 5D 4Y 8L View $17.71 1 View $13.69 1 View $18.00 1 View Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 1 of 14 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 2 of 14 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 3 of 14 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. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 4 of 14 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 (1½) 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. I. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 5 of 14 Overtime Codes Continued 4. J. 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 ½) 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 6 of 14 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. Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 7 of 14 D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 8 of 14 Holiday Codes Continued 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). 6. 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. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the followingMonday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 9 of 14 Holiday Codes Continued 7. 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. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holidaywhich 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. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 10 of 14 Holiday Codes Continued 7.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. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 11 of 14 Holiday Codes Continued 7. 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. 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. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 12 of 14 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 13 of 14 Note Codes Continued 8. 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.) 9. 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. Benefit Code Key – Effective 9/1/2021 thru 3/2/2022 14 of 14 Note Codes Continued 9. 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. 6MG1 Reservoir/Bond A – 7 December 13, 2021 Project Number: 20-3006 ADDITIONAL PHOTOS w w LL w O F H w U m Z �O DG LL F-w 00 006 Cl)� w� J w Z LL QQ w F- M O w LLI H LL LLI 1 O A LLI J 0 Z Q e4or, F- w 0 CL Cl) LL 0 0 w z 0 U w LLI F- z LLI C-) w H LL Q OC LU F- M O a z a oc LU 0 140, O H Fn 9 H w LU H LL Q LU H O LU z z 0 d z w H O u.i J 0 z a z O F- (L) z z O U LU H LL W F- O 6MG1 Reservoir/Bond A – 8 December 13, 2021 Project Number: 20-3006 GENERAL CLARIFICATIONS 1. Question: Who is responsible for removal and replacement of the site security camera. Response: During the site visit a security camera housing was observed. This item will be removed by owner and is not considered a part of the contract. 2. Question: On Plan sheet R6 – Details 10 & 11. Can you quantify how much will be required for adding the FB to the channels and angles? Response: Information on that item is stated in Section 01200-1.3 of the Technical Specifications and an estimate is provided in the bid document. Additional photos are provided herein. 3.Question: This project specifically calls out Plumbing as a requirement to be listed but does not include any Plumbing Division specifications. Please advise if it is acceptable to list N/A for plumbing on the subcontractor listing or provide us with the plumbing scope and pertinent specifications. Response: Plumbing specifications are interspersed throughout the specifications. As an example, see Technical Specification Section 02500 - Water Distribution. This project includes HVAC, plumbing and electrical work for purposes of RCW 39.30.060. Bidders must comply with the requirements of this statute. RCW 39.30.060 provides in pertinent part: RCW 39.30.060 Bids on public works—Identification, substitution of subcontractors—Review, report of subcontractor listing requirements. (1) Every invitation to bid on a prime contract that is expected to cost $1,000,000 or more for the construction, alteration, or repair of any public building or public work of the state or a state agency or municipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW 28B.10.016 shall require each prime contract bidder to submit: (a) Within one hour after the published bid submittal time, the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work; … 4. Question: The project specifically calls out HVAC as a requirement during tank recoating and does not include any HVAC division specifications. This scope of work is typically considered temporary and is performed by the painting contractor personnel and does not require use of a specialty contractor. Please confirm it is acceptable to list our paint subcontractor for this scope of work on the subcontractor listing or to list it as self-performed. Response: HVAC specifications are interspersed throughout the specifications. As an example, see Technical Specification Section 09970 – Reservoir Surface Preparation and Painting. This project includes HVAC, plumbing and electrical work for purposes of RCW 39.30.060. Bidders must comply with the requirements of this statute. RCW 39.30.060 provides in pertinent part: RCW 39.30.060 Bids on public works—Identification, substitution of subcontractors—Review, report of subcontractor listing requirements. (1) Every invitation to bid on a prime contract that is expected to cost $1,000,000 or more for the construction, alteration, or repair of any public building or public work of the state or a state agency or municipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW 28B.10.016 shall require each prime contract bidder to submit: (a) Within one hour after the published bid submittal time, the names of the subcontractors with whom the bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work; …