Loading...
HomeMy WebLinkAboutR-2012-012 Water System Telemetry Upgrades Subcontract with Shannon Industrial 1 1 1 CITY OF YAKIMA 1 1 WATER SYSTEM TELEMETRY UPGRADES 1 City of Yakima Project No. WA2259 CEI Project No. CY1301 1 HLA Project No. 13115 1 . r"� , ■ ∎ 1 ....„,„,,,,,,,,, i t k. 1 1 1 • i r - • • N 6_ ..,/ : : .0" e l 'i ' th, r .... 1 vh‘..,„ ' ....40-- _,....„„......, 1 1 Construction Contract Specifications & Bid Documents 1 DECEMBER 2013 1 Water & Irrigation Division Conley Engineering, Inc. Jj J4j\ 2301 Fruitvale Boulevard Consulting Electrical Engineers Yakima, WA 98902 1433 ta,n,oe court, Si(* u 109 ♦ Huibregtse, Louman Associates, Inc. ono riosningto 98902 1 Phone (509) 575 -6020 Fax (509) 575 -6238 TEL (5o9) 9B5 -ser_ Tax. t5 0 9> 965 -95'3 CH Engineering a Land Surveying. Planning 1 ' ORIGINAL - CITY OF YAKIMA" o ADDENDUM NO. 3 I II i 1 To the Contract Provisions for '' CITY OF YAKIMA, WASHINGTON I N WATER SYSTEM TELEMETRY UPGRADES I 1 City of Yakima Project No. WA2259 CEI Project No. CY1301 0 4 HLA Project No 13115 111 BID OPENING: December 20, 2013 10:00 a.m. To the attention of all bidders for the above project: The following additions, revisions, and /or modifications are made to the Bid Documents for the above I referenced project: 11 SECTION 3 — BID PACKAG I 1 Revise item j) of the Bidder's Checklist to read, "Bidder's Responsibility Statement" in lieu of "Compliance Statement." 1 2. Add the attached "Bidder's Responsibility Statement" form to the Bid Package. This form must be signed by the Bidder and submitted with the Bid. v I This ADDENDUM is to be considered as much a part of the bid documents as if it were included in the body of the bid documents and specifications. 1 All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening II 1 k.N,ir\ 121 r Justin L.'BeI my, PE Date I Huibregtse, ouman Associates, Inc. 801 North 39 Avenue Yakima, WA 98902 , Phone: (509) 966 -7000 1 1 1 1 1 I G:\PROJECTS\2013 \13115 \13115 Addendum No.3.docx 1 ADDENDUM NO. 3 I . II BIDDER'S RESPONSIBILITY STATEMENT 1 CITY OF YAKIMA WATER SYSTEM TELEMETRY UPGRADES ' CITY OF YAKIMA PROJECT',h,NO. WA2259 CEI PROJECT NO. CY1301 HLA PROJECT NO 13115 1 A Bidder will be deemed not ( responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04 350(1), Ijas amended, or does not meet the following Supplemental Criteria. 1. Delinquent State Taxes A. Criterion The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue B. Documentation: The Bidder shall not be listed on the Washington State Department of ' Revenue's "Delinquent Taxpayer List" website. http. / /dor.wa.gov/ content/ fileandpaytaxes /latefiling /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below 1 2. Federal Debarment A. Criterion. The Bidder shall not currently be debarred or suspended by the Federal government. B Documentation The Bidder shall not be listed as having an "active exclusion" on the U S. government's "System for Award Management" database (www.sam gov). 1 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility ' language required ° by RCW 39.06 020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and 1 document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B Documentation The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts 1 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA ' Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations';, and the resolution of each complaint to determine whether the violation ' demonstrate a pattern of failing to pay its workers prevailing wages as required. 5 Claims Against Retainage and Bonds 1 A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds foil public works projects in the three years prior to the bid submittal date, that 1 G:\PROJECTS\2 01 3 11 31 1 5 \13115 Addendum No. 3.docx 2 ADDENDUM NO. 3 _11 demonstrate a lack of effective management by the Bidder of making timely and appropriate ' payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency ' B. Documentation The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: ' • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects listed, ' • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim 6 Public Bidding Crime A. Criterion The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default 1 A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to 1 the Contracting Agency. B Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on ' a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits A. Criterion The Bidder shall not have lawsuits with judgments entered against the Bidder in the ' five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency ' B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that ' demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits 1 demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P M. (noon) of the ' second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) ' demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility The Contracting Agency also reserves G: \PROJECTS\2013 \13115\ 13115 Addendum No. 3.docx 3 ADDENDUM NO. 3 1 the right to obtain information from third - parties and independent sources of information concerning a ' Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information ' obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination If the Bidder disagrees with this determination, it may appeal the ' determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination ' affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, ' describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1 By signing below, bidder acknowledges this Bidder's Responsibility Statement. Le (Au orized Signature) 1 1 1 1 1 1 1 G: \PROJECTS12013 \13115 \13115 Addendum No.3.docx 4 ADDENDUM NO. 3 1 1 ADDENDUM NO. 2 TO THE CONTRACT PROVISIONS AND CONTROL PLANS ' FOR CITY OF YAKIMA 1 WATER SYSTEM TELEMETRY UPGRADES CONLEY #CY 1302 � H• P,q i o WAS, , t , ti O o�A ISSUED THIS DATE: DECEMBER 13, 2013 = ,* ", BID OPENING: 10:00 A.M. (LOCAL TIME) ON \ 37 88 4 w � FRIDAY, DECEMBER 20, 2013 � �SI r` t'`" ' YAKIMA CITY COUNCIL CHAMBERS S 'ONAL \A 129 NORTH SECOND STREET YAKIMA, WASHINGTON 98901 1 Bidder shall acknowledge receipt of this Addendum on Page 3 -3 of the Bid Form. 1 TO PROSPECTIVE BIDDERS: ' The attention of all prospective bidders on the above project is directed to the following additions and modifications to the Contract Provisions and Contract Plans. I I. ADDITIONS, MODIFICATIONS, AND /OR DELETIONS TO THE BID FORM 1 None II. ADDITIONS, MODIFICATIONS, AND /OR DELETIONS TO THE SPECIFICATIONS ITEM NO. 1: Page 16910 -5, Section 16910 -2.6 SOFTWARE PACKAGES REVISE subparagraph 2.6.A.5 to read "5. Not Used" in lieu of "5. FT Historian ' SE — Advanced Server Rockwell Automation Part Number 9518- HSEADV" REVISE subparagraph 2.6.A.6 to read "6. Not Used" in lieu of "6. FactoryTalk ' Historian Site Edition Server Licenses — 1000 Data Points Rockwell Automation Part Number 9518- HCAL1KENF ". .1 1 III. ADDITIONS, MODIFICATIONS, AND /OR DELETIONS TO THE PLANS 1 ITEM NO. 1: I Sheet G-1 — Vicinity Maps NOTE Third Level Pump Station is shown in the incorrect location. It is located I at 46.620404° North, 120.577784° West latitude, longitude respectively. ITEM NO. 2: 1 Sheet E -2 — Schedules and Details REVISE existing Panel "LF" Circuit 1 description to read, `Panel "LB "' in lieu 1 of `Panel "LB" (Note 1)'. REVISE modified Panel "LF" Circuit 1 description to read, `Panel "LB "' in lieu of `Panel "LB" (Note 1)'. ITEM NO. 3: 1 Sheet E -9 — Control Panel Interior Elevations REVISE first sentence of Note 2 to read as follows: I "Demolish existing PLC including rack, module, power supply, processor, communications modules, etc." in lieu of "Remove existing PLC shown Cross 1 Hatched ". ITEM NO. 4: 1 Sheet E -18 — Powerhouse Pump Station I REVISE I/O schedule to read "Flow" in lieu of "Level Input 5 -35 Ft 4 -20ma in % ". ITEM NO. 5: I Sheet E -19A — Powerhouse Pump Station Option "A" I REVISE the analog input to show a connection to a flow meter via a signal isolator as shown on sheet E -18 in lieu of a connection to a level sensor. 1 ITEM NO. 6: Sheet E -19B — Powerhouse Pump Station Option "B" 1 REVISE the label "To Level Sensor" on rung TP -42 to read "To Flow Meter ". 1 1 •1 1 ITEM NO. 7: 1 Sheet E -22 — Equalizing Reservoir I REVISE description of Discrete Input 0 to read, "Intrusion (Note 5)" in lieu of "Intrusion (Note 4) ". I ITEM NO. 8: Sheet E -25A — Third Level Pump Station Option "A" 1 REMOVE wiring from channel 3, module "1762 -IF4 ". ADD wiring for discrete input channel 3, between terminals "9" and "10" to show 1 new wires to existing field mounted, mechanically actuated high level switch. ITEM NO. 9: 1 Sheet E -25B — Third Level Pump Station Option "B" I REMOVE wiring from channel 3, module "1762- IF4 ". ADD wiring for discrete input channel 3, between terminals "9" and "10" to show new wires to existing field mounted, mechanically actuated high level switch. I ITEM NO. 10: 1 Sheet E -26 — Third Level Reservoir REVISE description of Discrete Input 0 to read, "Intrusion (Note 5)" in lieu of 1 "Intrusion (Note 4) ". 1 1 1 1 1 1 1 1 II ADDENDUM NO. TO THE CONTRACT PROVISIONS AND CONTROL PLANS 1 FOR CITY OF YAKIMA WATER SYSTEM TELEMETRY UPGRADES I ' CONLEY #CY 1302 H. H. P, w O „< f I 2 1 O 7 ' ISSUED 4.1 ± o UE THIS DATE: DECEMBER 11, 201 ,, BID OPENING: 10:00 A.M. (LOCAL TIME) ON : , ' 37488 , '� � FRIDAY, DECEMBER 20, 2013 °F ��c o ` �w l YAKIMA CITY COUNCIL CHAMBERS ssr ° G ' tl 129 NORTH SECOND STREET YAKIMA, WASHINGTON 98901 Bidder shall acknowledge receipt of this Addendum on Page 3 -3 of the Bid Form. 1 TO PROSPECTIVE BIDDERS: The attention of all prospective bidders on the above project is directed to the following r additions and modifications to the Contract Provisions and Contract Plans. I. ADDITIONS, MODIFICATIONS, AND /OR DELETIONS TO THE BID FORM None II. ADDITIONS MODIFICATIONS AND /OR DELETIONS TO THE SPECIFICATIONS ITEM NO. 1: i Page 16940 -3, Section 16940 -1.6 QUALITY ASSURANCE REVISE the paragraph A reading "Refer to Section 16010 1.7" to be paragraph ' D. ADD the following to under paragraph A: 1 4. L2 Systems', LLC (Everett, WA) 5. Technical Systems, Inc. (Lynnwood, WA) 1 1 i III. ADDITIONS, (MODIFICATIONS, AND /OR DELETIONS TO THE PLANS i ,$) ITEM NO. 1: I Sheet E -5 — Communications Riser and Elevation i REVISE the PLC Communications Riser Diagram to call out Detail 1/E -2 in lieu ons ser g i of Detail 1/E -6B and to call out "RS -422 Detail 2/E -2 in lieu of Detail 2 /E -6B. ITEM NO. 2: 1 Sheet E-6 — Second Floor Electrical Plans REVISE Note I1 to reference Sheet E -13 in lieu of Sheet E -2. 1 ITEM NO. 3: Sheet E -9 — Control Panel Interior Elevations i REVISE Note to to reference Sheet E -11 in lieu of Sheet E -10. i i 1 1 i i i it i i i 6 1 1 1 CITY OF YAKIMA, WASHINGTON 1 CONSTRUCTION DOCUMENTS FOR i WATER SYSTEM TELEMETRY UPGRADES • c ? �' � - • I. 37488 .G' 7 � G � • L 1 City of Yakima Project No. WA2259 CEI Project No. CY1301 �• HLA Project No. 13115 OWNER: City ELECTRICAL ENGINEER: of Yakima Conley Engineering, Inc. CEI tY I Y (CEI) Water & Irrigation Division 1433 Lakeside Court, Suite 100 2301 Fruitvale Boulevard Yakima, WA 98902 Yakima, WA 98902 ENGINEER: Huibregtse, Louman Associates, Inc. (HLA) 801 North 39th Avenue Yakima, WA 98902 DECEMBER 2013 1 1 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON I CONTRACT DOCUMENTS FOR WATER SYSTEM 1 j TELEMETRY UPGRADES City of Yakima Project No. WA2259 CEI Project No. CY1301 HLA Project No. 13115 TABLE OF CONTENTS II SECTION PAGE NO. ADVERTISEMENT ADVERTISEMENT OR BIDS FOR Bj I SECTION 2 - INFORMATION° FOR BIDDERS INFORMATION FOR BIDDERS ........... 2 -2 ill ... . ........... . ... . SECTION 3 - BID PACKAGE BIDDER'S CHECKLIST ........ 3 -2 BID PROPOSAL. ..... . .. 3 -3 . .. .. . ... .. UNIT PRICE BID PROPOSAL... . ............ .. ... .... ... . . .. .... . .. . 3 -4 I BID PROPOSAL SIGNATURE PAGE 3 -5 BID BOND ... 3 -6 NON - COLLUSION AFFIDAVIT ......... 3 -7 I CITY OF YAKIMA NONDISCRIMINATION PROVISION . .. 3 -8 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ............. ..3 -9 CITY OF YAKIMA RESOLUTION NO. D- 4816.... .3 -10 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN . .. ........ .. ... . . ..3 -11 BIDDER'S CERTIFICATION. .. . ... .......... .3-13 I CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION . .. ..... .. .. .. ...... . ...3 -14 CITY OF YAKIMA MATERIALITY AND RESPONSIVENESS. .. .. ... 3 -15 I COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT. .. 3-17 SURETY. 3 -18 LIST OF REFERENCES . . .... .. ............ . ...... ....... ....... . ...... .. .3-19 I SECTION CONTRACT T AND RELATED MATERIALS .4-2 CONTRACT BOND. I 4 -4 SCHEDULE OF WORKING HOURS 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS PREVAILING WAGE RATES . .5 -2 DWSR LABOR K STANDARDS NDARDS PROVISION MUNICIPAL BORROWERS .. . ..... .. . .5 -3 DLI AOUNTY) EFFECTIVE 12 -20 -2013 BENEFIT CODE KEY EFFECTIVE 08 -31 -2013 I SUPPLEMENTAL TO WAGE RATES EFFECTIVE08 -31 -2013 SECTION 6 - TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS TABLE OF CONTENTS .. .. .6 -2 II APPENDIX A AMENDMENTS TO THE 2012 WSDOT STANDARD SPECIFICATIONS I I I G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Up Specs.docx 1 1 1 1 1 1 1 SECT ON 1 - ADVERTISEMENT FOR BIDS 1 1 1 1 1 1 1 GAPROJECTS \ 2013 \ 13115Wakima Water Telemetry Upgrades Specs.docx 1 -1 1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites', separate sealed BIDS for the construction of the WATER SYSTEM TELEMETRY UPGRADES, City of Yakima Project No WA2259, CEI Project No CY1301, HLA Project No 13115, including the following work: Replacement of existing Square D SyMAX programmable logic control system hardware with Rockwell Automation (Allen Bradley) CompactLogix and MicroLogix based programmable logic control system hardware in new and /or existing control panel enclosures. Work will be performed at the Neches River WateriTreatment Plant (WTP) and ten (10) off -site locations and will coincide with separate ongoing construction at the WTP The work also includes providing a temporary telemetry control panel to facilitate work at the WTP without interruption of the telemetry controlled off -site locations. Programming of the temporary and new programmable logic control system hardware will be by others. Work at the WTP (other than demolition of the temporary telemetry panel) must be completed by April 15, 2014 Work at the remote sites must be completed by A ugust 31, 2014 1 Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901) until 1000 a.m., December 20, 2013, and then shortly thereafter will be publicly opened and read aloud at theliYakima City Council Chambers. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall - Engineering Division, Yakima, Washington Conley Engineering, Inc., (CEI), Yakima, Washington Huibregtse, Louman Associates, Inc. (HLA), Yakima, Washington Copies of the CONTRACT DOCUMENTS may be obtained from the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC! (HLA), 1 ,801 North 39th Avenue, Yakima, Washington, 98902, (509) 966 -7000. Printed copies are also available upon payment of $50.00 for each set, non - refundable. Planholder list and addenda will be available Pon the Internet at www.hlacivil.com. Each bid or proposal must be accompanied by a bond or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the forms bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must bej paid on this project, and the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Sonya Claar Tee City Clerk Publish. December 6, 2013 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 1 -2 �1 1 1 1 1 1 1 1 1 SECTION 2 - INFORMATION FOR BIDDERS 1 1 1 1 1 1 1 G:\PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 2-1 1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER "), at City Hall, 129 North Second Street, Yakima, Washington, 98901, until 1000 a.m., December 20, 2013, and then at the Yakima City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk, 129 North Second Street, Yakima, Washington, 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for WATER SYSTEM TELEMETRY UPGRADES, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR, nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned The BID BOND of the 'successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND, in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. i Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and i' effective dated copy of their Power of Attorney. 1 The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) calendar days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this G:\PROJECTS\2013\13115 \Yakima Water Telemetry Upgrades Specs.docx 2 -2 1 purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will not be accepted. 1 Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ELECTRICAL ENGINEER is Conley Engineering, Inc. (CEI), 1433 Lakeside Court, Suite 100, Yakima, Washington 98902, Phone. (509) 965 -9872, Fax (509) 965 -9873; represented by David A. Bowman, PE, dabconeng.com. The ENGINEER is Huibregtse, Louman Associates, Inc. (HLA), 801 North 39th Avenue, Yakima, Washington 98902; Phone. (509) 966 -7000, Fax: (509) 965 -3800; represented by Justin L. Bellamy, PE, ibellamvCa�hlacivil.com. 1 5 1 1 1. 1 1 G \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 2-3 1 1 1 1 1 1 1 1 SECTION 3 - BID PACKAGE 1 1 1 1 1 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3 -1 i 1 I BIDDER'S CHECKLIST I All forms listed below must be full executed and submitted with the Bid I a) Bid Proposal and Unit Price Bid Proposal 1 b) Bid Proposal Signature Page c) Bid Deposit or Bid Bond 1 Sign the Bid Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid, or complete the Bid Bond Form. This form is to be executed by the bidder and Surety Company The amount of I this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. I d) Non - Collusion Affidavit Must be subscribed ac sworn to before a Notary Public and included with the Bid Proposal. 1 e) City of Yakima Bidder's Certification f) City of Yakima Subcontractor's Certification 1 g) City of Yakima E- Verify Compliance Declaration h) Surety 1 i) List of References I j) Compliance Statement Provide supporting documentation as required. 1 The following forms are to be executed and /or submitted for approval after the Contract is awarded: I 1) Contract: to be executed by the successful bidder and the City of Yakima. 1 2) Contract Bond: To, be executed by the successful bidder and their Surety company Provide Power of Attorney 1 3) Schedule of Working Hours The following shall be provided to the Engineer after the Contract is awarded. I 1) Certificate of Public Liability and Property Damage Insurance: Must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. 2) Statement of Intent t o Pay Prevailing Wages: To be completed by successful bidder and by any and all subcontractors. 1 1 1 1 1 i G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgades Specs.docx 3 -2 1 '� rl 1 1 BID PROPOSAL 1 A Proposal /�++ C6 cI roposal of ��►A✓1�'1D.6 �.TrIQ�KSf721'c+� �7/cgo41 c � , (hereinafter called "BIDDER "), organized and existing under the laws of the State of V(/t j,r�i rl doing business as ' Q cjrzrog&h`D.7 I . To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER "). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the WATER SYSTEM TELEMETRY UPGRADES — City of Yakima Project No. WA2259, ' CEI Project No. CY1301, HLA Project No. 13115, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as ' to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement asi to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1 -08.5 of the Special Provisions: ' BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1 -08.9 of the Special Provisions. 1 BIDDER acknowledges receipt of the following ADDENDA: 1 2 /'2//,3 zAg l ` / ' Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. ' BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 1 1 1 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G. \PROJECTS12013\131151Yakima Water Telemetry Upgrades Specs.docx 3-3 1 1 UNIT PRICE BID PROPOSAL I (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes /corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1 -02.5 of the Special Provisions) ovisions) I CITY OF YAKIMA WATER SYSTEM TELEMETRY UPGRADES CITY OF YAKIMA PROJECT NO. WA2259 I CEI PROJECT NO. CY1301 HLA PROJECT NO. 13115 UNIT PRICE AMOUNT I ITEM ITEM DESCRIPTION UNIT QUANT. DOLLARS- DOLLARS - CTS CTS 1 Mobilization LS - -- X - - -- = 2.6y c2G I 2 Water System Telemetry Upgrades, LS - - -- _ / 7/ 00a Complete i I 3 Minor Change FA - -- X - - -- = $15,000.00 BID SUBTOTAL 2O6/ 0 2 ✓ STATE SALES TAX 8.2% Jl / �GJZ J I BID TOTAL 222��r�2 1 , �� 1 1 1 1 1 . 1 1 1 G:\ PROJECTS l2 01 311 3 1 1 51Yakime Water Telemetry Upgrades Specs dacx 3-4 111 ' 1 1 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON WATER SYSTEM TELEMETRY UPGRADES I CITY OF YAKIMA PROJECT NO. WA2259 CEI PROJECT NO. CY1301 HLA PROJECT NO. 13115 1 $hann» (1c/is f'AI l 64)24( g.5 iz /r)20 7 X 2013 BIDDER (CONT ' TOR DATE / BY iO L AUTHOR ED OFFICIAL'S SIGNATURE TITLE Avidv Pa /1 le C i ( ease print or type name) I ADDRESS: 22 / %� o / �� 1 ?o eo, €8.( Phone: �Xos- 705" a c"o3 0-OP d'Alene_ �T'D S3g /12 FAX: c9O 7b5 =8 g'73 1 - l a 6 i& 6 a/ ( / 0 a /Z�'e.S- "7 e, I Washington State Contractor Lice 5 n se Number: rq/V /v /c- 0 / Data Universal Numbering System (DUNS) Number: gaCQ o: / S / 0 I Unified Business Identifier (UBI) Number: f'&& 753 c 73? 1 Federal ID Number: r&LQ 07 ®J f 1 Industrial Insurance Account Number H , toaar-00 The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of I all persons interested in this Proposal as principals are as follows: /4•ly M4ler , 1 Project Manager: Ch& Ft ✓'A ri KS' Cell Phone: O S - 77/ - '0 O 0 I NOTES: (1) If the bidder is a co- partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly I authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. 1 , (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to Huibregtse, Louman Associates, Inc. (HLA), 801 North 39 Avenue, Yakima, WA 98902. 1 G'\ PROJECTS \2013\13115\Vaklma Water Telemetry Upl rades Specs dccx 3-5 I 1 I - 1 . {�_4,., 1 BID DEPOSIT 1 Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5 %) of 1 our total bid for this project. 1 Sign Here OR i BID BOND 1 KNOW ALL PERSONS BY THESE PRESENTS - That we Shannon Industrial C I tractors, Inc. as Principal, 1 and I he Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of ** *Five Percent of the Amount of Contractor's Bid * ** (5 %) Dollars, for the payment 1 ' of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. I The condition of this obligation is such that if the Obligee shall make any award to the Principal for WATER SYSTEM TELEMETRY UPGRADES — City of Yakima Project No. WA2259, CEI Project No. CY1301, HLA Project No. 13115, according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with I 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 call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall 1 forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED ITHIS 20th DAY OF December , 2013. 1 1".4/— , I Principal I r�P ifi.RJ e (.c,� h 1 �v ,Y�— Z> r ety Judith C Kaiser - Srhith, Attorney -in -Fact I December 20 2013 1 1 1 G.\PRGJECTS12013 \13115Wakima Water Telemetry Upgrades Specs dccx 3-6 1 f 1 I THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. , /fis Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6070315 American Fire and Casualty Company Liberty Mutual Insurance Company I The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY I KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, James E. Majeskey, II; Judith A. Rapp; Judith C. Kaiser - Smith; Nicholas W. Paget; Shawn M. Wilson; Shelly Donovan; Walter W. Wolf I all of the city of Spokane Valley , state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed lr thereto this 6th day of April 2013 American Fire and Casualty Company `° PNO CA.s,; LtY sUp , _ > ur. � ,.� JR Y P Y 4 5, ..SWO4n ?f J ` ' ' � a 4 , ow n,,,,;t ^ r C , t n ,„,. '� 4 f. • to ,z, f P � k :; -, 4. r ,- �' ' � �. � 0 The Ohio Casualty Insurance Company '" � o Liberty Mutual Insurance Company w ( 1906 } 2 o ,9 1.2 > 1912 g 1991 ti West American Insurance Company 3 ° w -yam. ��� ,w�.c,,,, ., a`Lv ,.nu ,,/.. - � . ? �� to to ,ma w /r > .-$10 nu� �n � :a , • C * 1 * t * * By: .0 C STATE OF WASHINGTON ss Greg . Davenport, Assistant Secretary C 6 COUNTY OF KING co ca L On this 8th day of April , 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American v F c) a Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, > f/) execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 1 > W W IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. ` 0. 0:.)1.--1 opj i 1. : NOTARY _ By: L'WJ� —� p • d PUBLIC KD Riley , Not Public L ts 0 C )p l "rASi* ,,, O C a L This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance cn c Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: t c r ..' ci to L ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject 0 C ir Mt to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, > % acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so y 0 4 -' executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under > u° '� > " the the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or author a> s c ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, 4. C9 P ' ` and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, . M 0 1 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their C o0 Z o respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 0 executed such instruments shall be as binding as if signed by the president and attested by the secretary. 0 to O . Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such H attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and I other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. I IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 .tlslay of DP P mh P r , 20 1 3 . 4 �P.;o 4 ,4`O-v JP` h�, 9. ^ o.` 1 3� 'Q a °,,"',` >� I 1906 o 1919 n 1912 ° 1991 a By: ., k w David M. Caret, Secretary 1 LMS_12873_092012 66 of 150 1 12/20/13 wwwi nsurance.wa.g ov/consumertooll4t/CompanytCompanyProfi I e.aspOWAOIC. 1001 A Search > OHIO CASUALTY INSURANCE COMPANY THE 1 OHIO CASUALTY INSURANCE COMPANY THE I General 1 Contact 1 Licensing_ 1 Appointments 1 Complaints 1 Orders 1 National Info 1 Ratings _....._ .__. _ . ..... . , Back to Search I General information Contact information I Name: OHIO CASUALTY INSURANCE COMPANY THE Registered address Mailing address • Corporate family group: LIBERTY MUT GRP yit is this 62 MAPLE AVE 175 BERKELEY ST Organization type: PROPERTY KEENE, NH 03431 BOSTON, MA 02116 I WAOIC: 1001 Telephone Telephone 513-603-2400 617-357-9500 NAIC: 24074 I Status: ACTIVE Admitted date: 04/10/1926 Ownership type: STOCK I - pack to lop • Types of coverage authorized to sell w „ati s „,s, Insurance types I Casualty Disability Marine I Ocean Marine Property Surety I Vehicle tRacl. to top 1 Agents and agencies that represent this company (Appointments) View agents I View agencies I ^ t)a,-,!< to top I Company complaint history [View complaints ! I " P3?c!<. 00 tPil 1 Disciplinary orders 2008-2013 . „ 1 Year Order Number 2012 12-0253 Looking for other orders? Our online orders seard you to search a ten year history of all orders, including I enforcement orders, administrative orders, and general orders. www.insurance.wag ov/consumertool kit/Company/CompanyProfi I e.aspOWAOIC = 1001 1/2 12/20/13 www. insurance. wa. gov /consumertoolIdt/Company/Compaq rofiIe.aspOWAOIC =1001 I ^L•ackt otop ■ National information on insurance companies ■ Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to ' help you understand current insurance issues. ^ to tap 1 Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these I companies charge for their services. A.M. Best Weiss Group Ratings I Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings I Lack tp top 1 1 1 1 1 1 1 1 1 1 1 i www. insurance .wa.g /consumertoolldt /Company /CompanyProfile.asp>C?WAOIC= 1001 2/2 12/20/13 Listing of Certified Companies: Surety Bonds: Programs and Systems: Financial Management Service NATIONA TRUST INSURANCE COMPANY (NAIC #20141) BUSINESS' ADDRESS: 6300 University Parkway, Sarasota, FL 34240 - 8424. PHONE. (800) I 226 -3224 z -2726. UNDERWRITING LIMITATION b/: $3,521,000. SURETY LICENSES c,f /: AZ, FL, GA, IL,' IN, IA, KY, LA, MD, MI, MS, MO, NE, NC, OK, SC, TN, TX. INCORPORATED IN: Indiana. 1 I I National Union Fire Insurance Company of Pittsburgh, PA (NAIC #19445) BUSINESS ADDRESS: 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038. PHONE: (212) 770 -7000. UNDERWRITING LIMITATION b/: $630,620,000. SURETY LICENSES c,f /: AL, I AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. i I NATIONS BONDING COMPANY (NAIC #11595)5 Nationwide Mutual Insurance Company (NAIC #23787) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - 2220. PHONE: (614) 249 -7111. UNDERWRITING LIMITATION b/: $1,054,290,000. SURETY I LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Ohio. I NAVIGATORS INSURANCE COMPANY (NAIC #42307) BUSINESS ADDRESS: 6 International Drive, Rye Brook, NY 10573. PHONE: (914) 934 -8999. UNDERWRITING LIMITATION b/: $68,288,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. New Hampshire Insurance Company (NAIC #23841) I BUSINESS ADDRESS' 175 WATER STREET, 18TH FLOOR, NEW YORK, NY 10038. PHONE: (212) 770 -7000. UNDERWRITING LIMITATION b/: $92,272,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, M;O, MP, MT, NE, NV, NH, N], NM, NY, NC, ND, OH, OR, PA, PR, RI, SC, SD, TN, TX, I UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. NGM Insurance Company (NAIC #14788) BUSINESS ADDRESS: 55 WEST STREET, KEENE, NH 03431. PHONE: (904) 380 -7282. I UNDERWRITING LIMITATION b/: $80,735,000. SURETY LICENSES c,f /: AL, AZ, AR, CO, CT, DE, DC, FLI GA, ID, IL, IN, IA, KS, KY, ME, MD, MA, MI, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Florida: 1 NORTH AMERICAN SPECIALTY INSURANCE COMPANY (NAIC #29874) BUSINESS ADDRESS• 650 ELM STREET, MANCHESTER, NH 03101. PHONE: (603) 644 -6600. UNDERWRITING LIMITATION b/: $29,431,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, I CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. NORTHWESTERN PACIFIC INDEMNITY COMPANY (NAIC #20338) I BUSINESS ADDRESS. 15 Mountain View Road , Warren , N3 07059. PHONE: (503) 221 -4240. UNDERWRITING LIMITATION b/: $1,575,000. SURETY LICENSES c,f /: CA, OK, OR, TX, WA. INCORPORATED IN: Oregon. I NOVA Casualty Company (NAIC #42552) BUSINESS ADDRESS: 2 WATERSIDE CROSSING, SUITE 400, WINDSOR, CT 06095 - 1567. PHONE: (860) 683 -4250. UNDERWRITING LIMITATION b/: $9,496,000. SURETY LICENSES I c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WI, WY. INCORPORATED IN: New York. I . - _ _ . - — Return to, top of page or select a letter to ju r s an item. A i C G K L M N O P Q U V W X Z 1 • hio Casualty Insurance Company (The) (NAIC #24074) I BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE. (617) 357 -9500. UNDERWRITING LIMITATION b/: $95,052,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, i NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, W , 1A /T 1A /V TN(YIRPcPATFr1 TN. Np,n, Hamnchira vwvw.fms.treas.g ov/c570 /c570_a- z.html 16/25 I 1 1 NON- COLLUSION AFFIDAVIT STATE OF WASHINGTON ); i4 ,fn NON - COLLUSION AFFIDAVIT COUNTY OF Ja ('4 a- )l 6/eY' , being first duly sworn, 1 on oath says t t the bid above 'submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in 1 a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. (Cont actor's Signature) 1 1 Signed and sworn to (or affirmed) before me on I ep/Y 6 . , 2013, by i c2/a/Mt- 1 )7 4,6a zity) : FR;4N Notary Public p �Q; •' • ••: � tP My Appointment Expires 7,6/0 1 ?:�01AR Pu Boo I 4 �nnuim" 1 1 1 1 G 4PROJECTS \2013113115 \ Yakima Water Telemetry Upgrades Specs docx 3-7 1 CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follows: The Contractor shall not discriminate in violation of any applicable federal, state and /or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following. employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the 1 Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. ' The Contractor will comply with all provisions of Executive Order No 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor The Contractor will furnish all information and reports required by Executive Order No 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. � In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the revisions of Paragraphs 1 ra hs through in every subcontract or purchase p 9 P (1) 7 9 (7) �Y P order unless exempted by rules, j regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions Q including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. a Q G. \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3 -8 11 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 a U 11 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3-9 e gESOtUT'tox xo . D - 4 8 1 6- A RESOLUTION. adopting a "Women And Minority Business Enterprise Policy" or the City of Yakima. 11 WBEREAS, the City of Yakima is the recipient of federal and state assistance which assistance (`1 des with it the obli- gatian of contracting with_Womea And Minority Business Enter- prises for the performance of public works, and e WHEREAS., it is the intention of the City of Yakima that Trlamen Az d Minority Business Enterprises shall have the maximum 11 practicable opportunity to participate is the performance of such public works, and. WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportuuiti`s for parti- O cipation in its competitive bidding process through the adoption of the- "Waraeei: And Minority Business Enterprise Policy" statement attached. hereto, moot, therefore, BE IT RESOLVED D BY THE CITY COUNCIL OF THE CITY OF YAKIMA: ' The City Council hereby adopts the "Women And Minority Business Enterprise Policy a copy of which is attached hereto and by reference made a. part hereof. ADOPTED BY THE CITY COUNCIL this $ dog of r 1 1983. i . 00A i ' ' Mayor • ATTEST: City Cie* 1 1 1 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to ' demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed ' at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the Engineer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or l woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. ' d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual, by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3 -11 ' g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's ' recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their ' friends and relatives. i. The contractor shall validate all man specifications, selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall 'develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. ' m. The contractor shalflmake sure that seniority practices, job classifications, etc., do not have a discriminatory effect. 1 n. The contractor shall make, certain that all facilities and company activities are non - segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged lin the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non - cooperation: In the event the union is unable to provide the contractor with a reasonable flow ' of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive ' Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the Engineer 1 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3 -12 1 1 CITY OF YAKIMA BIDDER'S CERTIFICATION ' A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 1 anti o I _Lts f - l C' irLttc.-7 ZS certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract: 1 and; ' As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: I I 1 w �l Au• r sa 1 00 c0 (1. reltA aPri far e cu 1 and; 2. It will obtain from each oflits subcontractors and submit to the contracting or administering agency ' prior to the award of,lany sub - contract under this Contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 1 1 1 ( 1 � G \ PROJECTS \2013\13115 \Yakima Water Telemetry Upgrades Specs dacx 3-13 1 1 1 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by 1 each subcontractor prior to award of any subcontract: 1 certifies ertifies that: 1 It intends to use the following listed construction trades in the work under the subcontract: 1 1 and; As to those trades for which it is required by these Bid Conditions to comply with these Bid ' Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action' steps for all construction work (both federal and non - federal) in the Yakima, Washington area' subject to these Bid Conditions, those trades being 1 1 1 and; i 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this 111 subcontract the Subcontractor Certification required by these Bid Conditions 1 ;(Signature of Authorized Representative of Bidder) 1 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3 -14 1 1 CITY OF YAKIMA MATERIALITY AND RESPONSIVENESS This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the 1 certification will render the bid non responsive COMPLIANCE AND ENFORCEMENT 1 - Contractors are responsible for in forming their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree'ito refrain from entering into any contract or contract modification subject to I Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such I sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be I deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with ,Executive Order 11246, as amended, and the Equal Opportunity Clause of I its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor I covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended I Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer I represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. I In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal I sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into I consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency I shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good I faith" requirements of these , Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables The pendency of such formal proceeding shall be taken into consideration by 1 Federal agencies in determining whether such contractor or subcontractor can comply with the G: \PROJECTS12013 \131151Yakima Water Telemetry Upgrades Specs.docx 3 -15 i I requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. I It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 1 I The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such 1 a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days! Requests for exemptions from these Bid Conditions must be made in writing, with justification, to 1 Director Office of Federal Contractor Compliance I U S Department of Labor Washington, D.C. 20210 � and shall be forwarded through and with the endorsement of the agency head. Contractors and 111 subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 1 1 1 I I 1 1 1 1 1 I G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 3 -16 1 ' a *! - „.C a 'r . z �i.. Kh a a� ; om l ance with Imtnigration and Naturalization Act }' gy t 1,0 1 The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended The City requires that all contractors or business entities that contract with the City for the award of any;City contract for public works in excess of Five Thousand Dollars ($5,000), ' or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the &Verify program( or its successor, . and thereafter to verify its employees' proof of citizenship and authorization to in the United. States: ' E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. i The Contractor must re enrolled in the program for the duration of the contract and be ' responsible for verificat of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below Failure to do so may be cause for rejection of bid. F', COMPLIANCE DECLARATION 1 The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the 1 Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of ' Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use'dE- Verify for all newly hired employees during the length of the contract. 3. I certify that I' am duly authorized to sign this declaration on behalf of my company. 1 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name: 6rt. C.V1 ton 6 G( (40 r'krZ – OCU v,s 1 Dated this O % day of 4 ` (1 1 ' , 20 V 4pr Sig G'.1 — rA �. Printed Name: A . Plan Cie r) y Address: 1 .. b7s' . 3 . (61,0 re) to u r /�l e �� 3 1 ( k 7 J 09 7 (03 Email Address: t /2 //Us / et r ti! � h 2/!d ,1 L�' g4%tS./J Phone #: aa� : �i I Homeland Security's Web Address is: htt'. / /wwwdhsdov /e- verify prations can be mailed to: City of Yakima Purchasing, 129 No. 2 Street, Yakima, WA 98901, faxed to 509 -576 -6394 or scanned and emailed to sownby@ci.yakima.wa.us 1 1 1 1 SURETY 1 CITY OF YAKIMA, WASHINGTON ' WATER SYSTEM TELEMETRY UPGRADES CITY OF YAKIMA PROJECT NO. WA2259 CEI PROJECT NO CY1301 HLA PROJECT NO. 13115 1 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be Ohl D Ca 5 it a, ' / Jfl 5i( /l4 /( ce l f7 whose address is: 9,572 &ar l a g/g4ki 4-(5-o/ Street City State Zip 1 1 1 1 1 1 1 1 G 1PROJECTS12013 \131151Yakima Wafer Telemetry Upgrades Specs dacx 3 -18 1 LIST OF REFERENCES CITY OF YAKIMA WATER SYSTEM TELEMETRY UPGRADES CEI PROJECT NO CY1301 CLIENT PROJECT NO WA2259 HLA PROJECT NO. 13115 List all projects of a similar nature completed by the BIDDER during the previous five (5) years. Similar projects are considered to be those projects with a contract amount of not less than 50 percent of the amount bid on this project with the type of construction, materials, and methods necessary for completion of this project. Provide name of contact person and phone number Failure to complete this List of References may be cause for rejection of the BID. Previous Similar Projects Contact Person Phone Number SEE Art I \c Ft E D 1 1 1 1 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgl ades Specs.docx 3 -19 i i — — i — — — — — — • Project History Shannon Companies Year Value Project Name/Work Description Owner/Location Engineer 2013 $139,222 Well House & Telemetry Improvements City of Winchester JUB Engineers Winchester, ID Michelle Johnson 208 - 762 -8787 - 2013 $459,000 Lind Waste Water Treatment Upgrades Town of Lind Kearsley Construction Electrical Contractor Only Lind, WA 509 -509- 924 -2234 2013 $1,612,000 Grangeville WWTP Phase II City of Grangeville JUB Engineers General contractor on major upgrade Grangeville, ID Amy Uptmor 208 - 746 -9010 2013 $322,000 Vantage Waste Water Treatment Plant Upgrade Kittitas County Water Dist #6 Varela Engineers General contractor on major upgrade Vantage, WA Hugh Theiler 509 387 - 7128 2012 $848,000 Yakima Regional Waste Water Treatment Plant City of Yakima Pharmer Engineering - - Boiler Replacement - Yakima, WA - Jordi Figueras 208= 433 =1900 2012 $679,000 Yakima Regional Waste Water Treatment Plant City of Yakima Pharmer Engineering Struvite System Implementation Yakima, WA Jordi Figueras 208 - 433 -1900 2012 $205,000 Idaho Department of Corrections State of Idaho Musgrove Engineering Replace Standby Generator Orofino, ID Nick Shafer 208 - 684 -0585 2011 $121,000 Lucky Friday Ball Mill Hecla Mining, Ltd. Dan Piva Electrical Reagent Consolidation Coeur d'Alene, ID 208- 771 -2911 2011 $1,000,000 Stevensville Phase 1 Waste Water Treatment Plant Town of Stevensville HDR Engineering, Inc. General contractor on major upgrade Stevensville, MT 406 - 777 -5271 Thomas Hanou 406 -532 -2200 2011 $849,000 Libby Phase 1 Waste Water Treatment Plant Upgrade City of Libby Morrison - Maierle, Inc. General contractor on major upgrade Libby, MT 406 - 293 -2731 Denise Hanson 406 - 752 -2216 2011 $148,000 WRF Oxidation Ditch Rotors VFDs City of Ephrata Gray & Osborne Ephrata, WA Nancy Morter 509- 453 -4833 2011 $103,000 Vista Vue Arsenic Filter Installation Vista Vue Water Users Hammond Collier Wade Livingston Omak, WA Larry Cordes 509- 664 -4834 Shannon Industrial Contractors, Inc. Project History Page 1 OM Mil OM OM Mil NM Min NM MO 01. MO iii iii. MN iii OM ii. iii Niii 2011 $201,000 Colville Tribal Hatchery – Water Quality Improvement Confederated Tribes Colville Reservations Cascade Design General Contractor providing water system Upgrades. Jill Phillips 509- 686 -9330 Paul Knox 503- 652 -9090 2010 $1,400,000 Lucky Friday Tailing Pump Project Hecla Mining, Ltd. JHI Engineering New building, site work, piping and Equipment Chris Gypton 208- 769 -4135 David Gierke 509- 444 -2277 2010 $1,170,000 Coeur d' Alene Low Phos Demonstration Project City of Coeur d' Alene HDR Engineering General contractor for low phosphorus Sid Frederickson Dan Harmon demonstration project. 208- 769 -2277 406- 532 -2207 2010 $672,000 Avery Water System Improvements Avery Water & Sewer Dist Welch -Comer Engineers General contractor providing water system Upgrades. 208- 245 -2479 Larry Comer 208- 664 -9382 2010 $455,000 Enaville Well Offsite Utilities Central Shoshone Water Dist. JUB Engineers — —" General contractor providing offsite water piping Kellogg, ID Mike Conn to new well. 208- 786 -9141 208- 762 -8787 2010 $368,000 Chiller & HVAC Upgrades Spokane Airport Board Dumais Roman Spokane, WA 509- 893 -9646 2009 $1,585,000 Cheney WWTP Upgrade City of Cheney, WA Hoffman Contractors Electrical subcontractor for major WWTP Alan Douglas upgrades for City of Cheney, WA 509- 922 -5642 2009 $190,000 Coeur d Alene Ammonia Reduction Improvements City of Coeur d' Alene, ID HDR Engineering General contractor for ammonia reduction Sid Frederickson Mike Zeltner improvement project. 208- 769 -2277 208- 387 -7089 2009 $190,000 Coeur d Alene Stormwater Lift Station _ City of Coeur d Alene, ID HDR Engineering General contractor for new stormwater lift station Sid Frederickson Dan Harmon 208- 769 -2277 406- 532 -2207 2008 $4,400,000 Sandpoint WWTP Upgrade - City of Sandpoint, ID JUB Engineers General contractor on major upgrade for Larry Hull Coeur d'Alene, ID City of Sandpoint WWTP facility. 208- 263 -3433 208- 762 -8787 2007 $3,195,000 Brewster WWTP Upgrade City of Brewster, WA JUB Engineers General contractor on major upgrade for Lynn Lawson Coeur d'Alene, ID City of Brewster WWTP facility. 509- 689 -0350 208- 762 -8787 Shannon Industrial Contractors, Inc. Project History Page 2 • • MI • MI M OM • • MO MI MI • • • ' MO MO MO 2006 1,825,000 Mullan WWTP Upgrade South Fork Sewer Dist. JUB Engineers General contractor on major upgrade for Osburn, ID Coeur d'Alene, ID South Fork Sewer District WWTP facility Ross Stuart 208- 762 -8787 at Mullan, ID. 208- 753 -8041 2005 510,000 Heat Pump Replacement Little Goose Dam Dayton, WA US Army Corps of Engineers General contractor on heat pump replacement Same as Engineer- Walla Walla, WA at Little Goose Lock & Dam facility. 509- 527 -7200 2004 1,800,000 Kootenai Medical Center Central Plant Kootenai Medical Center Coffman Engineers Mechanical subcontractor for complete replacement Coeur d'Alene, ID Mark Sipe of hospital central plant facilities. Hospital remained Gordon Bronson 509- 328 -2994 open during all phases of construction, including 406- 461 -4852 installation of new piping/equipment and then demolition of old. 2003 1,400,000 Dworshak Fish Hatchery Boiler & Unit Substations Ahsahka, ID US Army Corps of Engineers General contractor - for - replacement of boiler & — Walla Walla, WA unit substations for working fish hatchery. 509- 527 -7200 2002 616,000 Gravity Belt Thickener, Spokane WWTP City of Spokane, WA Hoffman Contractors Mechanical subcontractor on major Alan Douglas addition to Spokane WWTP facility. 509- 922 -5642 2001 615,000 Medical Lake WWTP City of Medical Lake, WA Hoffman Contractors Mechanical subcontractor on new WWTP Alan Douglas for City of Medical Lake, WA. 509- 922 -5642 2001 2,100,000 New Post Falls High School Post Falls, ID Leone & Keeble, Inc. Plumbing subcontractor on new high school. Spokane, WA 2001 1,700,000 Gonzaga School of Law Spokane, WA Walker Construction Plumbing /mechanical subcontractor for Spokane, WA new Law School Building. 1998 3,000,000 Spokane Valley Mall, Anchors & Tenants Spokane Valley, WA Garco Construction Plumbing subcontractor on new mall, Lydig Construction two anchor stores and numerous tenant Baugh Construction improvements simultaneously. Various Generals Shannon Industrial Contractors, Inc. Project History Page 3 (_npIire 7 1 ev4 e 1 BIDDER'S RESPONSIBILITY STATEMENT ' CITY OF YAKIMA WATER SYSTEM TELEMETRY UPGRADES CITY OF YAKIMA PROJECT NO. WA2259 CEI PROJECT NO. CY1301 1 HLA PROJECT NO. 13115 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria. 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of ' Revenue's "Delinquent Taxpayer List" website: http: / /dor.wa.gov/ content /fileandpaytaxes /latefiling /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below ' 2. Federal Debarment ' A. Criterion: The Bidder Ishall not currently be debarred or suspended by the Federal government. B Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S government's "System for Award Management" database (www.sam.gov). 1 3. Subcontractor Responsibility 1 ' A. Criterion: The Bidderjs standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also 'responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its ' standard subcontractiform for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages ' A. Criterion: The Bidder 'shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern ' of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 1 5. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or ' payment bonds for public works projects in the three years prior to the bid submittal date, that G: IPROJECTS‘201 3 113115 \13115AddendumNo 3doa 2 ADDENDUM NO. 3 1 1 ' demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. ' B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects ' listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A. Criterion: The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not 1. been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default ' A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are exte 1 uating circumstances- and such circumstances are deemed acceptable to ' the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided' by the Contracting Agency) that the Bidder has not had any public works ' contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. ' 8. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms ' of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on ' a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency `shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts 1 As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder ' meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves G:IPROJECTS12013113115\13115 Addendum No, 3 docx 3 ADDENDUM NO. 3 1 1 1 the right to obtain information from third - parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in 1 determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) 1 including but not limited to: (1) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. 1 If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with 1 the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination 1 affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1 Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, 1 describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1 By signing below, bidder acknowledges this Bidder's Responsibility Statement. (Authorized Signature) 1 1 1 1 1 1 1 G\ PROJECTS12013t13115 \13115 Addendum No.3.docx 4 ADDENDUM NO. 3 1 1 1 1 1 1 1 SECTION 4 - CONTRACT AND RELATED MATERIALS 1 1 1 1 1 G: \PROJECTS\2013113115 \Yakima Water Telemetry Upgrades Specs.docx 4-1 1 1 CONTRACT THIS AGREEMENT, made and entered into in quadruplicate, this I /, day of /--e1.9,,,-µ.r , 2014, by and between the CITY OF YAKIMA, hereinafter called the OWNER, an,' $6 /N0usTR //96 CO VTRACT QS / NC hereinafter called the CONTRACTOR, WITNESSETH I That in consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties hereto covenant and agree as follows. I. The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for WATER I SYSTEM TELEMETRY UPGRADES - City of Yakima Project No WA2259, CEI Project No CY1301, HLA Project No. 113115, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, I which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof Work shall start within ten (10) calendar days after Notice to Proceed and shall be completed by I. the dates set forth in Section 1 -08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed, or the first day the I Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1 -08.9. The CONTRACTOR shall provide and bear the expense of all equipment, work, and labor of any I sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Specifications to be furnished by the OWNER. 1 II The OWNER 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 attached Plans and Specifications and the terms and conditions herein contained, and hereby contracts to pay for the same according to 1 the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. I III INDEMNIFICATION The I Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the I Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV The CONTRACTOR for himself, and for his /her heirs, executors, administrators, successors, and II assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. I 1 V It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. ..11 G: \PROJECTS12013 \131151Yakima Water Telemetry Upgrades Specs docx 4 -2 A. 1 1 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and III year first herein above written. OWNER. ' Cit of / ima Washin . (SEAL) le ,e , ..). /Loa. V - ATTEST. Name: Ton O'''urke i Title City Manager 0 ' ( v . Name. Son a Claar Tee - �� w .. Title. Cit Clerk .. . d ‘ 0, , , :. fr .14... ':•.;...) 11 . i ; r k o„x. ,� 1 CONTRACTOR: `p��uunWU�ii, -.• �i,. O T A .F . .. . By (SEAL) _ ' N Y • Name. A/tY /1 t JQ / '„ ATTEST S , PUBLIC (Please Print or Type) a S �: •• 0 I / l ?0 , i3ax 3 o. 4�3(Qf 1p � '' � q P `� Address. G 7J/1 d ,4LEN� /, / ; f. i OF 1 0 `` ` � Phone: (Z ) 7 f&5 — 2 V g FAX: (zoe) 7(5- 883 dGt.-n . � �/L1.rr.//° IN E -mail Address: /. ✓ cius/Vd tJe v�han.�a 1CC Y e s . N e. JEj 4.114 Ni. Fe- le-5 (Please Print or Type) I Employer Identification Number: City of Yakima Contract No.: 1 y-- 0e/ Resolution No • R- 2012 -12 1 I , 1 I 1 i G:IPROJECTS12013\13115\Yakima Water Telemetry Upgrades Specs.docx 4 -3 1 1 CONTRACT BOND Bond No. 023017840 BOND TO CITY OF YAKIMA I KNOW ALL PERSONS BY THESE PRESENTS: That we the undersigned, Shannon Industrial Contractors, Inc. , 1 as principal, and The Ohio Casualty Insurance Company _ , a corporation organized and existing under the laws of th'e Slate of New Hampshire , as a I Surety corporation, and qualified under the laws of the State of WNashington to become Surety upon bonds of contractors with municipal corporations, as Surety, are Jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $222,892.00 * * * * * * * * * * * * for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal I representatives, as the case may be. This obligation is entered Into In pursuance of the statutes of the State of Washington and the Ordinances . of the CITY OF YAKIMA. 1 Dated at Spokane , Washington, this 29th day of January , 2014. • Nevertheless, the conditions of the above obligation are such that WHEREAS, under and pursuant to action of the CITY OF YAKIMA, on4'"atA ,ar4 4? , 2014, the City Manager of said CITY OF YAKIMA has let or is about to let to the said (7 Shannon Industrial Contractors, Inc. , the above bounden Principal, a certain Contract, the said I Contract being numbered City of Yakima Project No. WA2259, CEI Project No. CY1301, HLA Project No. 13116, and providing for the construction of WATER SYSTEM TELEMETRY UPGRADES (which Contract Is referred to herein and is made a part hereof as though attached hereto), and I WHEREAS, the said Principal has accepted, or Is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Shannon Industrial Contractors, Inc. I shall faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial Insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the CITY OF YAKIMA harmless from any damage or expense by reason of I failure of performance as specified in said Contract or from defects appearing or developing In the material or workmanshlp provided or performed under said Contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but I otherwise it shall be and remain In full force and effect. 1 1 , 1 G'UFFm'CZ[d »eLlfLileti ticg`A'- -:rtsvl "45SVCns!Te ray'+! tnt FFltt!CdY.entCkGY.NIiTHE47lSQN. el'+na iYe!3! TC'::rxryt'(SaCiFSCO :,7U BVY7 • AF.SSFO dv:R 4-4 1 1 1 1 SURETY: The Ohio Casualty Insurance Company • (SEAL) , ATTEST. By: ScActl,1 Scy, ' Name: Shawn M. Wilson, Attorney -in -Fact (Please Print or Type) Agent: James E. Majesk1ey, II O I 7903 E Broadway Address: Spokane Valley, WA 99212 Name: Jody Hampshire (Please Print or Type) 1 CONTRAC OR: Shaun Industrial Contractors, Inc. By: Name: Aid, h rrd e " - (Please Print or Type) Appro - • as to F rm: City At o ; e / ) 1 1 1 1 1 0.lUsers karo!:neldppDa; all .ocaPhLcrosoR7NvManslTemporary Internet ReslContenLOuUOOk Water Telemetry Upgrades Contract Bond - Reva A etl dote �}-5 I ' • THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 6070276 American Fire and Casualty Company Liberty Mutual Insurance Company ' The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY I KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute ' and appoint, James E. Majeskey, II; Judith A. Rapp; Judith C. Kaiser - Smith; Nicholas W. Paget; Shawn M. Wilson; Shelly Donovan; Walter W. Wolf all of the city of S pokane Valley , state of WA each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge I and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 8th day of April , 2013 N ` ��D r SG J� � `P ��� American Fire and Casualty Company co , ■ � •P 4 4 4. o F e we - ..4' e0 r The Ohio Casualty Insurance Company N J 1905 0 0 1919 o >- 1912 ti a 1991 r Liberty Mutual Insurance Company West American Insurance Company as Y d ��1� "N ; >+ w i ti �y"y,. !v"A^ � 3�'. �'� b rs A��n: h am` tr.::h z 7 N 4 C y * * By: � � . �' as C STATE OF WASHINGTON SS Gregory . Davenport, Assistant Secretary c COUNTY OF KING to C ` rn On this 8th day of April , 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American co i_ o w Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, > V) execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W 111 o I > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. F. E ++R O a 12 B = NQTARv y: F- � i�t"il. PUBLIC • 1 KD Riley , Not Public s - - 0 a. This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance fn o us Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: s o of to w ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject p c a at to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, aa; = acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective :a w powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so — d O to executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under > "- - the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. d 2 CV v ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, .r coo and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, E M 0 '5 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their E o0 Z o respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o executed such instruments shall be as binding as if signed by the president and attested by the secretary. V r Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such 12 c9 attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and I other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 29 day of January , 20 14 . 040 0Yit95UA a `tNSUq� a N1NSt.14 Z w m n r. v 1905 �' 0 1919 1912; 1991 i By: 4 . 442, 7',.. ,4, - 1 s'a ', * . o4 '�k hr* s . . i" . 6, , . `,' v /auR A David M Carey, 4ssistant Secretary yt t 1 LMS_12873_092012 27 of 150 1/30/2014 www. i nsuran e.wa.g ov/consumertool ki t/Company/C ompanyProfi I e.aspOWAOIC= 1001 I it Search > OHIO CASUALTY INSURANCE COMPANY THE 1 OHIO CASUALTY INSURANCE COMPANY THE I „p„,,, 1 1 AppointmentS 1 CoMplaints 1 Orders 1 National info 1 Ratings Backto Search .__._ ... ._. 1 General information Contact information • Name: OHIO CASUALTY INSURANCE COMPANY THE Registered address Mailing address Corporate family group: LIBERTY MUT GRP vsi;is. ts 62 MAPLE AVE 175 BERKELEY ST Organization type: PROPERTY KEENE, NH 03431 BOSTON, MA 02116 I WAOIC: 1001 Telephone Telephone NAIC: 24074 513-603-2400 617-357-9500 1 Status: ACTIVE Admitted date: 04/10/1926 Ownership type: STOCK I -.' Wk I9, op 1 Types of coverage authorized to sell Insurance types III Casualty Disability Marine I Ocean Marine - --- -' - _ Property Surety I 'Vehicle - w: 4 [cp Agents and agencies that represent this company ' (Appointments) +‘yhat is i-1: - I View agents View agencies t); t !oF Company complaint history 1 View complaints Ock to top 1 Disciplinary orders 2008-2014 What :5 thiS ? Year r Order Number _ 1 ' 2012 12-0253 ,. ..„.. . Looking for other orders? Our online orders searchallows you to search a ten year history of all orders, including I enforcement orders, administrative orders, and general orders. http://wwwinsurance.wa.g ov/consumertool kit/Company/C ompanyProfi I e.aspOWAOIC. 1001 1/2 1/30/204 vwwmnouranoeva.gowtonoumamm|Nt/Company/comnanyProfi|a.aopx?W4Oo~ ^t::o< t( c?» N� National information on insurance companies Want more information about this company? The MAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ^vo�� Ratings by financial organizations ^^~~~^^^ ~'� ^^ `~''~-'~-' The following organizations rate insurance companies on their financial strength and stability. Some of these �- companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poors Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings ~ tap 1 1 h«p:0wwweinouranco.xm.govInonovmommmxCompany/ComvanyP ��� 1/30/2014 Listing of Certified C Surety Bonds: Programs and Systems: Financial Management Service ' Return to to of oaoe.or -s tter to jump to an item. / t ---- E F G i J K L — 1 0 P • S T U V W X Y Z I Ohio Cas Insurance Company (The) (NAIC #24074) BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE: (617) 357 -9500. UNDERWRITING LIMITATION b/: $95,052,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, 111 NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, W , WI, WY. INCORPORATED IN: New Hampshire. O•'• ar nsurance Company (NAI . 4104) I BUSINESS' ADDRE . • • I: , V estfield Center , OH 442 - oil.. PHONE: (330) 887 -0101. UNDERWRITING LIMITATION b/: $152,556,000. SURETY LICENSES c,f /• AL, AZ, AR, CO, DE, DC, FL, GA, IL, IN, IA, KS, KY, LA, MD, MA, MI, MN, MS, MO, MT, NE, NV, NJ, NM, NY, NC, ND, OH, OK, PA, RI, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED I IN: Ohio. Ohio Indemnity Company (NAIC #26565) BUSINESSI ADDRESS: 250 East Broad Street, 7th Floor, Columbus, OH 43215. PHONE: (614) 228 -2800. UNDERWRITING LIMITATION b/: $4,519,000. SURETY LICENSES c,f /: AL, AK, AZ, I AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. I Ohio Security Insurance Company (NAIC #24082) BUSINESS ADDRESS: 62 Maple Avenue, Keene, NH 03431. PHONE: (617) 357 -9500. UNDERWRITING LIMITATION b/: $1,477,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, Ni, , NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. Oklahoma Surety Company (NAIC #23426) I BUSINESS ADDRESS: P.O. Box 1409, Tulsa, OK 74101. PHONE: (918) 587 -7221. UNDERWRITING LIMITATION b/: $1,873,000. SURETY LICENSES c,f /: AR, KS, LA, OH, OK, TX. INCORPORATED IN: Ohio. OLD DO INSURANCE COMPANY (NAIC #40231) BUSINESS ADDRESS: 55 WEST STREET, KEENE, NH 03431. PHONE: (904) 642 -3000. UNDERWRITING LIMITATION b/: $3,109,000. SURETY LICENSES c,f /: CT, DE, FL, GA, ME, MD, MA, NH, NY, NC, PA, RI, SC, TN, VT, VA. INCORPORATED IN: Florida. I OId Republic General Insurance Corporation (NAIC #24139) BUSINESS ADDRESS: 307 NORTH MICHIGAN AVENUE, CHICAGO, IL 60601. PHONE: (312) 346 -8100. UNDERWRITING LIMITATION b/: $33,261,000. SURETY LICENSES c,f /: AL, AK, I AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Illinois. I OId Republic Insurance Company (NAIC #24147) BUSINESS ADDRESS: P.O. Box 789, Greensburg, PA 15601 - 0789. PHONE: (724) 834 -5000. UNDERWRITING LIMITATION b/: $87,492,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Pennsylvania. OId Republic Surety Company (NAIC #40444) I BUSINESS ADDRESS: P.O. BOX 1635, MILWAUKEE, WI 53201 - 1635. PHONE: (262) 797- 2640. UNDERWRITING LIMITATION b/: $4,872,000. SURETY LICENSES c,f /: AL, AZ, AR, CA, CO, DC, FL, GA, ID, IL, IN, IA, KS, MD, MN, MS, MO, MT, NE, NV, NM, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VA, WA, WV, WI, WY. INCORPORATED IN: Wisconsin. II I OneBea America Insurance Company (NAIC #20621) BUSINESS ADDRESS: 150 Royal! Street , Canton, MA 02021 - 1030. PHONE: (781) 332- 7000. UNDERWRITING LIMITATION b/: $7,507,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, I CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Massachusetts. I OneBeacon Insurance Company (NAIC #21970) BUSINESS ADDRESS: 150 Royal! Street , Canton, MA 02021 - 1030. PHONE: (781) 332- 7000. UNDERWRITING LIMITATION b/: $11,958,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, 1 MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, \IUD \AM 1/1/1 \A/Y TN(lPPTIRATFn TN• Panncvlvania http:/ Mnnnnr .fms.treas.gov/c570 /c570_a z.html 17/25 1 1 , SHANIND-01 CPESSUTTI DATE (MM(DDlYYYY} � � CER OF LIABILITY INSURANCE 2/312014 I 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. I IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(!es) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). CONTACT PRODUCER NAME: J im Majeskey Spokane Valley Office PHONE 509 455 - 6767 I FAX Re): I 79 E. est Insurance, Inc. E -MAIL ma eske a newest,com 7903 E. Broadway ADDRESS: J j Y @P Y Spokane, WA 99212 INSURER(S) AFFORDING COVERAGE NAIL 5 INSURER A: Continental Western Insurance Company 10804 INSURED INSURERB:Liberty Northwest INSURER C: Shannon industrial Contractors, Inc. P. O. Box 3886 INSURER D : Coeur d'Alene, ID 83814 INSURERE: I INSURER F : - COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: PEIOD THIS IS TO THAT THE POLICIES OF INDICATED. CERTIFY INSURANCE LISTED NOTWITHSTANDING ANY REQU REMENT, TERM OR CONDITION A OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO L WHICHTHIS I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUER POLICY EFF POLICY EXP LIMITS 1LTR TYPE OF INSURANCE INSR wvn POLICY NUMBER {MMIDDIYYYYI (MMJDDIYYYY) FJtCH O $ 1,000,000 GENERAL LIABILITY " DAMAGE TO RE NTED 100,000 A X COMMERCIAL GENERAL L IA BILITY X X CWP295966423 12131!2013 12/ 31/2014 PREMISES (Ea occurrence) s I MED EXP (Any one person) $ 10,000 1 CLAIMS-MADE X OCCUR _ 1 PERSONAL 8 ADV INJURY $ GENE AGGREGATE _S 2,000,000 )( PD Ded:1,000 2,000,000 PRODUCTS - COMP /OP AGG $ i GEN•LAGGREGATE LIMIT APPLIES PER: WA Stop Gap $ 1,000,000 POLICY I X 1 LOC • COMBINED SINGLE 2111117 1 �40Q�000 AUTOMOBILE LIABILITY (Ea accident) S A X ANY AUTO X X CWP295966423 12/31/2013 12/31/2014 BODILY INJURY (Per person) S ALL OWNED SCHEDULED • BODILY INJURY (Per accident) $ _ AUTOS ,AUTOS PROPERTY DAMAGE $ X HIRED AUTOS X AU ODULED (Per accident) X -0- Deductible $ 5,000,000 x UMBRELLA LIAB X OCCUR _ EACH OCCURRENCE $ I A EXCESS LIAB J CLAIMS-MADE X X CU295966523 • 12/3112013 12/31/2014 AGGREGATE $ 5,000,040 $ Retention DED 1 X I RETENTIONS -0- Ret et S tiofl OTH WORKERS COMPENSATION X I TORY LIMITS I I ER AND EMPLOYERS' LIABILITY EACH ACCIDENT $ 1,000,000 WC41NC016604014 111!2014 1!112015 Et B ANY PROPRIETOPoPARUNEWEXECUTIVE 1 N I N 1A 1,000,000 (Mandatory NH) E EXCLUDED? .L. DISEASE - EA EMPLOYEE $ (Mandatory In NH) I It yyes. descrioe under PERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF O A Installation Floater I CWP295966423 12/31/2013 12/31/2014 Location Limit 250,000 I A 500 Deductible CWP295966423 121 12f31/2014 Temp Loclln Transit 25,000 DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space Is required) Continental Western Insurance Company: #10804, A +XV I Liberty Northwest: #41939, AXV RE: Water System Telemetry Upgrades, Project No WA2259 City of Yakima and Its officers, elected officials, agents, and volunteers, Conley Engineering Inc, and Hulbregtse, Lounlan Associates Inc are additional insureds per policy forms with primary and non - contributory wording. Waiver of subrogation per policy forms. 30 Day Notice of Cancellation. i CERTIFICATE HOLDER 1 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN I City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. 129 North Second Street Yakima, WA 98901 AUTHORIZED REPRESENTATIVE 1 I &MU,. 2 441 ,4 ii l O 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 1 1/30/2014 vtww.i nsurance.wa.g ov/consumertoolW t/Company/CompanyProfi I e.aspx/MIAOIC = 116648 1 .. fit Search > CONTINENTAL WESTERN INSURANCE COMPANY 1 CONTINENTAL WESTERN INSURANCE COMPANY I „„ ,- , 1 1c,n.,(4 1 I,AcC . in9 1 Appointments 1 cc I Qic.lezr; I !` qfc? 1 izt:ifi5 Back to Search 1 General information Contact information 1 Name: CONTINENTAL WESTERN INSURANCE COMPANY Registered Mailing address Corporate family group: WR BERKLEY CORP GRP WCiS address 11201 DOUGLAS AVE t,,,s- 11201 DOUGLAS Organization type: PROPERTY URBANDALE, IA 50322 URBANDALE, IA 50322 Telephone 1 WAOIC: 116648 Telephone 800-235-2942 NAIC: 10804 800-235-2942 1 Status: ACTIVE Admitted date: 08/23/1995 I Ownership type: STOCK - 4: to ; 1 Types of coverage authorized to sell Insurance types , I Casualty Marine • Property 1 : Surety Vehicle - back to I Agents and agencies that represent this company 1 (Appointments) View agents . View agencies ' '3.C.!<, to 1 g Company complaint history View complaints , ..)CK to to tynat ■!:, 115? Disciplinary orders 2008-2014 . . 111 ,Year Order Number ---; 2010 10-0156 I Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. to ( 111 http://wwwinsurance.wa.g ov/consumertool kit/Company/ConpanyProfi I e.aspOWAOIC= 116648 1/2 1/30/2014 vwwmi nsurancomm.gov/cons"momm|N |o.aopmVWAOIC~11ss4a National information on insurance companies Want more information about this company? The NAIC's Consumer Information kCIS)page aflows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. . to top Ratings by financial ������'���^���� ^^`~�`'':�~~ ~' ^' -''--' organizations -�� The following organizations rate insurance companies on their financial strength and stability. Some of these ~~ companies charge for their services. AM Best Weiss Group Ratings St�ndanda�dpoV�s�or� - - Moodys Investors Service Fitch IBCA, Duff and Phelps Ratings �=!ck. tq? 1 1 1 htpi/wmwxinouranco.we.gnv/cvneumomm|mt/Company/Comvanftoh|n.aspOVWw ��� 1/30/2014 . i nsurance.wa.g ov/consumertool ld t/Company/CompanyProf I e.asp OWAOIC =734 1 A- Search > LIBERTY NORTHWEST INSURANCE CORPORATION 1 LIBERTY NORTHWEST INSURANCE CORPORATION I Gen 1 Contact 1 Licen.iing_ 1 App9intrrent> 1 Complaints 1 Orders 1 National Info 1 Ratings Back to Search 1 General information Contact information I Name: LIBERTY NORTHWEST INSURANCE Registered address Mailing address CORPORATION ONE LIBERTY CENTRE 175 BERKELEY STREET Corporate family group: LIBERTY MUT GRP :;oral is PORTLAND, OR 97232- BOSTON, MA 02116 2038 I Organization type: PROPERTY Telephone Telephone WAOIC: 734 503 - 239 -5800 617-357-9500 I NAIC: 41939 Status: ACTIVE Admitted date: 07/16/1984 1 Ownership type: STOCK ^b I Types of coverage authorized to sell u ".ha { is F i -, I Insurance types — _.__.__..._.. Casualty Marine Ocean Marine Property Surety I Vehicle _ _ ' bai:k to top 1 Agents and agencies that represent this company (Appointments) tvn.at;,:„, 1 View agents View agencies. ^ back to !op Il Company complaint history ,,,.t,_rh,,, I View complaints ^u,x totop 1 Disciplinary orders 2008 -2014 : "Jhat this? No disciplinary orders are found 1 Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ',;i< to top I http: //vwwv. insurance .wa.goVconsumertoollat / Company /CompanyProfile.asp(?WAOIC =734 1/2 1/30/2014 mon/. nsurance.wa.g ovIconsumertooll4t/Company/CompanyProfi I e.asp)OWAOIC = 734 1 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. - t Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M, Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service g Fitch IBCA, Duff and Phelps Ratings bck to to 1 1 1 1 1 1 1 1 1 1 1 1 http://www.insurance.wa.g ov/consumertool kit/Company/CompanyProfi le.aspOWAOIC = 734 2/2 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I GENERAL LIABILITY PLATINUM ENDORSEMENT - 1 This endorsement modifies insurance provided under the following: 1 COMv1MERCIAL GENERAL LIABILITY COVERAGE PART ! A. MEDICAL PAYMENTS 11 SECTION I — COVERAGE 0 MEDICAL PAYMENTS is not otherwise excluded from this Coverage I Part: 1, The Medical Expense Limit provided by this policy, subject to the terms of SECTION III - LIMITS OF INSURANCE, shalI be the greater of: 1 a. $10,000: or b. The Medical Expense Limit shown In the Declarations of this Coverage Part. I B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT , If damage to premises rented to you under Coverage A. Is not otherwise excluded from this policy, the following applies: 1 1. The last paragraph of SECTION I — COVERAGE A.2. Exclusions is deleted and replaced by the following: Exclusions o, through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to your or temporarily occupied by you with permission of the I owner. A separate limit of Insurance applies to this coverage as described in SECTION 111 -, LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III — LIMITS OF INSURANCE Is deleted and replaced by the following: 1 6, Subject to Paragraph 5. above, the greater of: a. $300,000; or b. the Damage To Premises Rented To You Limit shown In the Declarations; . I Is the most we will pay under COVERAGE A for damages because. of "property damage" to any one premises, while rented to you or temporarily occupied by you with the permission of the owner. . 3. Paragraph 4.b.(1 )(a)(11) Other Insurance of SECTION IV — COMMERCIAL GENERAL I LIABILITY CONDITIONS Is deleted and replaced by the following: I (11) premisesFrentedLightning, otempararliy occupied Sprinkler you with iho Leakage permisslon of the , owner; 4. Paragraph 9.a. of SECTION V — DEFINITIONS is deleted and replaced by the following: I a. A contract for a lease of premises. However, that portion of tho contract for a lease of premises that indemnities any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an Insured contract "; I C. LIMITED NON -OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION 1 — COVERAGE A.2. Exclusions Is deleted and replaced by the following: A watercraft you do not own that Is: I a. Less than 51 tent long; and Page 1 of 6 CL CG 0013 01 12 Includes copyrighted material ial of insurance a Services I 1 1 1 b. Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS i SECTION 1— SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: 1. The limit of Insurance In paragraph 1.b. Is Increased from $250 to $2,500; and 2. The limit of insurance In paragraph 1.d. Is Increased from $250 to $500. E. AUTOMATIC ADDITiONAL INSURED — SPECIFIED RELATIONSHIPS — PRIMARY NON - CONTRIBUTORY The following is added to Paragraph 2. of SECTION II - WHO IS AN INSURED; e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured on your policy. When required by virtue of a written contract or agreement, coverage provided to any additional insured will be on a primary basis and will not seek contribution front the additional insured's policy. Only the following persons or organizations are additional Insureds under this endorsement: (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and suoject to the following additional exclusions: This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily Injury', ''property damage" or "personal and advertising injury" caused, in whole or In part, by your maintenance, operation or use of equipment leased to you by such person(s) or organtzation(s). However, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property damage" arising out of "your products shown In the Schedule which are distributed or ./ sold In the regular course of the vendor's business, subject to the following additional exclusions; a. The insurance afforded the vendor does not apply to: 1. "Bodily Injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability In a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have In the absence of the contract or agreement; 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product made Intentionally by the vendor; 4. Repackaging, unless unpacked solely for the purpose of Inspection, demonstration, testing, or the substitution of parts under instructions from the manufaelurer, and then repackaged In the original container; 5. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises In connection with the sale of the product; CL CG 00 13 01 12 Includes copyrighted material of Insurance Services Page 2 of 6 Office, Inc with Its permission 1 1 1 I 7. Products which, after distribution or safe by you, have been labeled or relabeled or used as a container, part or Ingredient of any other thing or substance by or for the i endor. b. This Insurance does not apply to any Insured person or organization, from whom you I have acquired such products, or any ingredient, part or container, entering Into, accompanying or containing such products. (4) State Or Political Subdivision -. Permits Or Authorizations Relating To Premises. I Any state or political subdivision, subject to the following additional provision: This Insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with promises you own, rent, or control and to which this insurance applies: 1 (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or i (b) The cons ruction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. Limits of insurance for such ch additional Insured are the limits in this coverage form or the limits you and such additional Insured agreed to by virtue of a contract or agreement, whichever Is less. These limits are inclusive of and l ate not In addition to the Limits Of Insurance shown In the Declarations. When required by virtue of a written contract or agreement, coverage provided to any additional I Insured AUTOMATIC ADDITIONAL INSURED -- SPECIFIED RELATIONSHIPS - PRIMARY NONCONTRIBUTORY Will be on a primary basis and will not seek contribution from the additional insured's policy. I F. BROADENED NAMED INSURED - NEWLY ACQUIRED 180 DAYS Paragraph 3. of SECTION II - WHO 1S AN INSURED Is deleted and replaced by the following: Any organization you newly acquire or form, other than a Joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there is no other similar I Insurance available to that organization. However. a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the pofioy period, whichever is earlier. I b. COVERAGE A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to "personal and advertising Injury" arising out of an offense committed before you acquired or formed the organization. G. AGGREGATE LIMITS OK INSURANCE The General Aggregate Limit under SECTION III - LIMITS OF INSURANCE applies separately to each of your; 1 1. Projects away from premises owned by or rented to you. 2. "Locations" owned by or rented to you. I "Location" means premises involving the same or connecting lots, or premises whose connection is Interrupted only by a street, roadway, waterway or right -of -way of a railroad. H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Sult I of SECTION iV - COMMERCIAL GENERAL LIABILITY CONDITIONS: ` e. A report of an "occurrence ", offense, claim or "suit" to: I ( 1) You, if you arel an individual, (2) A partner, If you are a partnership, CL CG 0013 01 12 liictudes copyrtgghted material of insurance Services Page 3 of 6 Office, Inc with Its permltssion 1 1 1 (3) An executive officer, If you are a corporation, or (4) A manager, If you are a limited liability company; is considered knowledge and requires you to notify us of the 'occurrence", offense, claim, or "suit" as soon as practicable, f. We are considered on notice of an 'occurrence ", offense, claim or "stilt" that Is reported to your Workers' Compensation insurer for an event which later develops Into an "occurrence ", offense, claim or "suit" for which there is coverage under this policy. However, we will only be considered on notice If you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy. UNINTENTIONAL OMISSIONS The following is added to paragraph 6, Representations of SECTION IV COMMERCIAL GENERALL, LIABILITY CONDITIONS: d. if you unintentionally fall to disclose any exposures existing at the Inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. This provision does not apply to any known Injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH Paragraph 3. of SECTION V -- DEFINITIONS is deleted and replaced by the following: 3, "Bodily injury" means bodily injury, sickness or disease sustained by a person, Including mental anguish or death resulting from any of these at any time. K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract requiring such waiver with that person or organization and Included In the "products - completed operations hazard ". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The Insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. L. OTHER INSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or limit of insurance In the policy applies to loss or damage Insured by this coverage. M. NON - EMPLOYMENT DISCRIMINATION LIABILITY (DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising Injury" SECTION V — DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non - employment discrimination. Non - employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or local statutes, rules or regulations. Non - employment discrimination does not Include violation of civil rights arising out of past, present or prospective employment. Our obligation under the Personal and Advertising Injury Liability Coverage to pay non - employment discrimination liability damages on your behalf applies only to the amount of damages In excess of $5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. CL CO 00 13 01 12 Includes copyrighted material of insurance Services Page 4 of 6 Office, Inc with its permission 1 1 1 The most we will pay for all damages for non- employment discrimination Is $15,000 annual 1 aggregate. No other liability to pay sums or perform aots or services Is covered. Supplemental Payments — Coverages A and 8 do not apply to non - employment discrimination coverage. I N, ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS OR OTHERS AUTOMATIC, INCLUDING PRIMARY NON- CONTRIBUTORY 1. SECTION II — WHO IS AN INSURED Is amended to include as an additional insured any person I or organization for vihom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional insured on your policy, but only with respect to 'bodily injury ", "property damage" or "personal and advertising injury" is caused, In whole or in part, by: I a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; , in the performance of your ongoing operations for the additional Insured. I This Insurance does not apply to "bodily Injury ", "property damage ", "personal and advertising injury" Included within the "products - completed operations hazard ". This insurance does not apply to any additional Insured scheduled on your policy by separate I endorsement 2. Limits of Insurance Limits of insurance for such additional Insured are the limits In this coverage form or the limits you I and such additional insured agreed to by virtue of a contract or agreement, whichever Is less. These iirnfts are inclusive of and are not In addition to the Limits Of insurance shown in the Declarations. 3. Exclusions I A, With respect to the Insurance afforded to these additional Insureds, the following additional exclusions apply to bodily injury", property damage or "personal and advertising injury" arising out of: I 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others In your capacity i as an engineer, architect or surveyor; and I b. Providing or hiring independent professionals to provide, engineering, architectural or surveying services In connection with construction work you perform. 2. Subject to Paragraph 3. below, professional services Include: a. Preparin approving, or failing to prepare or approve, maps, shop drawings, opinions; reports, surveys, field orders, change orders, or drawings and specifications; and I b. Supervisory or Inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the I construction manager, Its employees or its subcontractors in connection with your ongoing operations. t3. "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 • Cl_ CG 00 13 01 12 ; Includes copyrighted material of insurance Services page 5 of 6 1 Office, Inc with Its permission 1 1 1 1 2. That portion of "your work" out of which the injury or damage arises has been put to Its Intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same i 1 project. 4. Primary NonsContrlbutory When required by virtue of a written contract or agreement, coverage provided to any additional ; 1 insured by ADDITIONAL INSURED -- OWNERS, LESSEES, CONTRACTORS OR OTHERS — ONGOING OPERATIONS -- AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and wIll not seek contribution from the additional Insured's policy, .1 1 . 1 1 1 1 1 11 CL CG 00 13 01 12 Includes copyrighted material of insurance Services Page 6 of 6 Office, Inc with its permission 3 � 111 1 1 1 I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR GENERAL LIABILITY PLATINUM ENDORSEMENT I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART I A. PROPERTY DAMAGE TO BORROWED EQUIPMENT 1, Paragraph 2.J. of SECTION I • COVERAGES, COVERAGE A BODILY INJURY AND I PROPERTY DAMAGE LIABILITY Is amended as follows: Paragraphs (3) and I(4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not, bbeing used to perform operations at the time of loss. 2. SECTION Ili — LIMITS OF INSURANCE Is deleted and replaced by the following: I The most we will pay In any one "occurrence" for "property damage" to borrowed equipment Is $15,000. This limit of Insurance Is the most we will pay regardless of the number of: a. Insureds; 1 b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits'. 3, Deductible I a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as applicable to "property damage" as the result of any one " occurrence", regardless of the number of persons or organizations who sustain damages because of that "Occurrence ". b. The terms of this insurance, Including those with respect to our right and duty to defend the insured against any "suits" seeking those damages; and your duties In the event of an "occurrence', claim, or "suit" apply Irrespective of the application of the deductible amount. I c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the • deductible amount as we have paid. B. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMIT 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under ;COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: I a. A Single Construction Project General Aggregate Linilt applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown In the Declarations. b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum I 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: (1) Insureds; 1 I (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing " suits ". c, Any payments made under COVERAGE A for damages or under COVERAGE C for medical I expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the Insured. Such payments shall not reduce the General Aggregate Limit shown In the Declarations nor shall they reduce any other Single; Construction Projeot General Aggregate Limit for any other separate 1 construction project away from premises owned by or rented to the Insured. CL CG 00 20 01 12 Includes copyrighted material of Insurance Setvlces Page 1 of 4 ■ Office, Inc with its permission 1 i i 1 1 d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, Instead of being subject to the General Aggregate I Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. 2. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by • accidents under COVERAGE C (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project away from premises owned by or rented to the Insured: a. 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 b. Such payments shall not reduce any Single Construction Project General Aggregate Limit. 3. When coverage for liability arising out of the "products- completed operations hazard" is provided, J' any payments for damages because of "bodily injury" or "property damage" included In the products- completed operations hazard' will reduce the Products - Completed Operations i Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project ; General Aggregate Limit, I' 4. if the applicable construction project away from premises owned by or rented to the insured has been abandoned, delayed, or abandoned and then restarted, or If the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the protect will still be deemed to be the same construction project. I 5. The provisions of Limits Of insurance (SECTION 1Il) not otherwise modified by this endorsement shall continue to apply as stipulated. C. LIMITED JOB SITE POLLUTION r, 1. Exclusion f. under Section I — Coverage A Is replaced by the following: 2. Exclusions ■ This Insurance does not apply to: ,ii f. Pollution Injury" arising (1) disch dispersal "property damage release or "pollutants'' threatened (a) At or from any premises, site or location on which any Insured or any contractors or subcontractors working directly or Indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or In any way respond to, or assess the effects of, "pollutants "; or (b) At or from a storage tank or other container, ducts or piping which Is below or partially below the surface of the ground or water or which, at any time, has been burled under the surface of the ground or water and then subsequently exposed • by erosion, excavation or any other means If the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants" arises at or from any premises, site or location which any Insured or any contractors or subcontractors working directly or indirectly on any Insured's behalf are performing operations if the "pollutants" are brought on or to the premises, site or location in connection with such operations by such insured, contractor or subcontractor. Subparagraph (b) does not apply to "bodily Injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire ", (2) Any loss, cost or expense arising out of any: I (a) Request, demand, order or statutory or regulatory requirement Issued or made pursuant to any environmental protection or environmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, 1 "pollutants"; or CL CO 00 20 01 12 includes oopyrightod material of Insurance Services Page 2 of 4 Office, inc with Its permission 1 1 1 1 I (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, or neutralizing or in any way responding to or assessing the effects of, "pollutants ". However, this paragraph does not apply to liability for those sums the Insured becornes legally obligated to pay as damages because of "property damage" that the I insured would have In the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority, 2. With respect to "bodily Injury" or "property damage" arising out of the actual, alleged or I Threatened discharge, dispersal, seepage, migration, release or escape of "pollutants ": a. The "Each Occurrence Limit" shown in the Declarations does not apply. b. Paragraph 7. of Limits Of Insurance (Section III) does not apply. I c. Paragraph 1, of Section III -- Limits Of Insurance Is replaced by the following: The Limits Of insurance shown In this endorsement, or In the Declarations and the rules r below fix the most we will pay regardless of the number of. I (1) Insureds; (2) Claims made or "suits" brought; or (3) Persons or organizations making claims or bringing "suits ". I d. The following are added to Section 110 -- Limits Of Insurance: 8. Subject to 2 ] or 3. above, whichever applies, the most we will pay for the sum of: . a. Damages under Coverage A; and I b. Medical expenses under Coverage C because of "bodily Injury' or "property damage" arising out of the •actual, alleged or threatened discharge, dispersal, seepage,.migratlon, release or escape of "pollutants" is $100,000 aggregate. I 9. Subject to 81 above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person arising out of the actual alleged or threatened discharge, dispersal, seepage, migration, release or escape of "pollutants ". I D. VOLUNTARY PROPERTY DAMAGE 1. The following is added to Section 1 - COVERAGES: We wilt pay, at your Ir equest for "property damage" to that part of any property: I a. Which you or any subcontractors working directly or indirectly on your behalf are performing operations; or b. That must be restored, repaired or replaced because "your work" was Incorrectly performed on it. I This insurance applies only to "property damage" to property of others while in your care, custody, or control, and arising out of operations away from your insured premises and incidental to yotir business. Exclusions j.(3),(4),(5) and (6) do not apply to this coverage. I This insurance does not apply to "properly damage" included within the "explosion hazard ", the "collapse hazard" or the underground property damage hazard'. 2. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, I SECTION 111 - LIMITS OF INSURANCE Is replaced by the following: A. Limits of Insurance 1. Unless a higher limit Is shown in the Declarations, the most we will pay in any one I "occurrence" for "property damage" under this endorsement Is $16,000. Unless a higher limit Is shown in the Declarations, the most we will pay for ail covered "occurrences" during any one policy period Is $15,000 Aggregate Limit of Insurance. 1 CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 3 of 4 1 Office, Inc with Its permission 1 r The Limits of Insurance of this endorsement apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown In the Declarations, unless the policy period Is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. 3. Deductible a, Our obligation to pay damages on behalf of the insured applies only to the amount of damages In excess of $250 as the result of any ono "occurrence ", regardless of the number of persons or organizations who sustain damages because of that "occurrence ". b. The terms of this Insurance, Including those with respect to our right and duty to defend the Insured against any "suits" seeking those damages; and your duties in the event of an "occurrence ", claim, or "suit" apply Irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. 4. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended as follows: a. The following Is added to paragraph 2. Duties in The Event Of Occurrence, Offense, Claim or Suit: in the event of loss covered by this endorsement, the insured shall, If requested by us, replace the property or furnish the tabor and materials necessary for repairs at actual cost to the insured, excluding prospective profit or overhead charges of any nature, Any property so paid for or replaced shall, at our option, become our property. Any payment made by us shall not constitute an admission of liability by an Insured, or by us. b. Paragraph 4, Other Insurance Is amended as follows: (1) Paragraph 4.a. Primary insurance is deleted. (2) Subparagraphs (1) and (2) of paragraph 4.b. Excess Insurance are deleted and replaced with the following: This Insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis. All other provlstons that apply to paragraph 4. Other Insurance contained In the Commercial General Liability Coverage Form are applicable. 5. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, the following definitions are added to SECTION V — DEFINITIONS: a. "Collapse hazard" includes 'structural property damage" and any resulting "property damage" to any other property at any time. b. "Explosion hazard" Includes "property damage" arising out of blasting or explosion. The "explosion hazard" does not include "property damage" arising out of the explosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment. c. "Structural property damage" means the collapse of or structural injury to any building or structure due to: (1) Grading of land, excavating, borrowing, filling, back - filling, tunneling, pile driving, cofferdam work or caisson work; or (2) Moving, shoring, underpinning, raising or demolition of any building or structure or (, removal or rebuilding of any structural support of that building or structure, d. "Underground property damage hazard" includes "underground property damage" and any resulting 'property damage" to any other property at any time. e. "Underground property damage" means "property damage" to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus used with them beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading iand, paving, excavating, drilling, borrowing, filling, back - filling or pile driving. CL CCU 00 20 01 12 Includes copyrighted material of Insurance Services Page 4 of 4 Office, Inc with its permission 1 1 I 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO iS AN INSURED Is amended to Include as an additional insured any person(s) or I organization(s) when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured to your policy, but only with respect to "bodily injury ", "property damage" or 'persona! and advertising Injury" caused, in whole or in part, by: I 1. Your acts or omissions; or 2. The acts or omissions of (hose acting on your behalf; for that additional Insured and included in the "products- completed operations hazard ". I B. LIMITS OF INSURANCE Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional Insured agreed to by virtue of a contract or agreement, whichever Is less. These limits are inclusive of and are not In addition lb the Limits Of Insurance shown In the Declarations, I C. With respect to the Insurance afforded to these additional insureds, the following additional exclusions apply to "bodily Injury ", "property damage" or "personal and advertising Injury" arising out of: 1. The rendering of or failure to render any professional services by or on your behalf, but only I t with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and I b. Providing, or hiring independent professionals to provide, engineering, architectural or • surveying services In connection with construction work you perform. I 2. Subject to paragraph 3. below, professional services Include: a. Preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,' field orders, change orders, or drawings and specifications; and I b, Supervisory or inspection activities performed as part of any related architectural or engineering a ctivitles, 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, Its I employees or its subcontractors in connection with your products - completed operations. D. P RIMARY NON- CONTRIi3UTORY When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED -- OWNERS, LESSEES, CONTRACTORS OR OTHERS — COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY will be on a primary basis 1 1 ' CL CG 20 48 01 12 Includes C O�No cwit Sery P e 1of1 1 � ices 1 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY 1 COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM 1 This endorsement modifies Insurance provided under the following: 1 BUSINESS AUTO COVERAGE FORM The following provides a broad range of coverage In addition to that provided by the basic policy. In 1 some instances, a higher limit or broader coverage is available. Should the policy indicate broader coverage or higher limits than provided by this endorsement, the higher limits or broader coverage shall apply. A. BROADENED NAMED INSURED those specified in the written con- i 1 The Named Insured shown in the Declarations is tract or agreement, or in this cover- amended to Include: age form, whichever is less. These limits of Insurance are inclusive of Any organization, other than a joint venture, over and are not in addition to the Limits w 1 hich you maintain ownership or majority inter- of Insurance shown in the Declare - est of more than 50 %, unless that organization lions. is an "insured" under any other automobile pol- icy or would be an "Insured" under such a policy (4) This insurance applies on a primary ,' but for the exhaustion of Its Limit of insurance, and non-contributory basis if that is i however; requireed d contributor by the written contract or i agreement. 1. Coverage under this provision is afforded (5) This insurance does not apply only until the 180th day after you acquire or 1 form the organization or the end of the policy unless the written contract or i period, whichever Is earlier. agreement has been executed prior { to the "bodily Injury" or "property !� 2. Coverage does not apply to "bodily injury" or damage ". i "property damage" that occurred before you C. ADDITIONAL INSURED - EMPLOYEES 1 acquired or formed the organization. B. ADDITIONAL INSURED BY CONTRACT OR The following is added to the Section II - Liability AGREEMENT Coverage, Paragraph A.1. Who Is An Insured Provision: The following is added to Section II - Liability Any "employee" of yours is an "insured" while us- Coverage, Paragraph A.1.: ing a covered "auto" you don't own, hire or borrow d. Any person or organization for whom you in your business or your personal affairs. are performing operations if you and such D. EXTENDED COVERAGE - BAiL BONDS 1 person or organization have agreed in writ - f ing in a contract or agreement that such Section iI — Liability Coverage, Paragraph i person or organization be added as an addl- A.2.a.(2). Is deleted and replaced by the follow - tionai insured on your policy. ing: (1) Such person or organization is an (2) Up to $3,000 for cost of bail bonds t 1 additional insured only with respect (Including bonds for related traffic to liability for "bodily injury' or 'prop- law violations) required because of erty damage ": an "accident" we cover. We do not 1 (a) Caused by,an "accident ", and have to furnish these bonds. (b) Resulting from the ownership, E EXTENDED COVERAGE - LOSS OF EARN- I maintenance or use of a cov- ING ered "auto ". Section II — Liability Coverage, Paragraph 1 (2) A person's or organization's status A.2.a.(4) is deleted and replaced by the follow - as an additional insured exists only in g' while you are performing operations (4) All reasonable expenses incurred by for that additional insured. the "Insured" at our request, Includ- (3) Section 11, Paragraph C. Limits of ing actual loss of earning up to $500 1 Insurance for person or organization a day because of time off from work. added as additional insured are 1 CW 34 68 01 10 Includes Copyrighted material of insurance Services Page 1 of 5 Office, Inc., wail Its permission 1 1 I . I F. FELLOW EMPLOYEE COVERAGE (3) Security deposits not returned by The Fellow Employee Exclusion contained In the lessor; 1 Section II — Liability Coverage does not apply. (4) Costs for extended warranties, This coverage Is excess over any other collect- Credit Life insurance, Health, Acci- able insurance, dent or Disability Insurance pur- G. AUTO MEDICAL PAYMENTS COVERAGE chased with the loan or lease; and I INCREASED LIMIT (5) Carry-over balances from previous If the insured" is wearing a seat belt at the time loans or leases. an "accident" occurs, the LIMIT OF INSUR- K. GLASS DEDUCTIBLE ANCE for AUTOMOBILE MEDICAL PAYMENTS Section III — Physical Damage Coverage, Para- ' COVERAGE shown in the Declarations will be graph D. Is deleted and replaced by the follow - double the limit shown. All other terms and con- ditions applicable to MEDICAL PAYMENTS re- ing: main unchanged D. DEDUCTIBLE I H. COVERAGE EXTENSION AS A CONSE- For each covered "auto" our obligation to QUI =NCE OF THEFT OF AN "AUTO" pay for, repair, return or replace damaged or 1. Transportation Expense stolen property will be reduced by the appli- cable deductible shown in the Declarations. Section 111 — Physical Damage Coverage, Any Comprehensive Coverage deductible Paragraph A.4.a. Is deleted and replaced by the following: shown in the Declarations does not apply to: 1. a. We will also pay up to $75 per day to a 2. "Loss" caused you by fire or lightning; or elect maximum of $2,500 for temporary glass r they than replace. place. L. EXTEN patch or repair I - transportation expense incurred by you because of the iotal theft of a covered EXTENDED COVERAGE - ELECTRONIC "auto" of the "private,' passenger type ". EQUIPMENT We will pay only for those covered The following is added to Section III - Physical I autos" for which you carry either Com- Damage Coverage, Paragraph A 4.: prehensive or Specified Causes of Loss Coverage. We will pay for temporary c. Physical Damage Coverage on a cov- transportation expenses incurred during ered "auto" also applies to "loss" to any the period beginning 48 hours after the electronic equipment that receives or I theft and ending, regardless of the pol- transmits audio, visual or data signals icy's expiration, when the covered "auto" and that Is not designed solely for the Is returned to use or we pay for its reproduction of sound. This coverage "loss ". applies only if the equipment is perma- 1 Wendy installed in the covered "auto" at We will also pay reasonable and return of " eery expenses to facilitate the return of the time of "loss or the equipment is the stolen "auto" to you. removable from a housing unit which is i permanently Installed In the covered I. EXTENDED COVERAGE - AIRBAGS auto" at the time of the "loss ", and such 111 Section III — Physical Damage Coverage, Para equipment is designed to be solely op graph B.3.a. does not apply to the unintended erated by use of the power from the discharge of an airbag. Coverage is excess auto's" electrical system, In or upon the covered "auto ". over any other collectible insurance or warranty 1 specifically designed to provide coverage. J. LEASED OR FINANCED "AUTOS" - PHYSI- We will pay with respects to a covered "auto" for `loss" to antennas and other CAL DAMAGE COVERAGE accessories necessary for use of the electronic equipment. However, this I The following is added to Section III — Physical does not include tapes, records or discs. Damage Coverage, Paragraphs C. M. EXTENDED COVERAGE - PERSONAL EF- 4. In the event of a total "loss" to a covered FECTS "auto ", we will pay any unpaid amount due The following is added to Section III -- Physical I on the lease or loan for a covered "auto ", Damage Coverage, Paragraph A.4.: less: a. The amount under the Physical Damage d. Physical Damage Coverage on a cov Coverage section of the policy; and ered `auto may be extended to "loss" to your personal property or, if you are an I b. Any: individual, the personal property of a (1) lease/loan a family member, that is in the covered (} Overdue le A payments at the "auto" at the time of "loss ". time of the loss`; (2) Financial penalties imposed under a The most we will pay for any one "loss" 1 lease for excessive use, abnormal under this coverage extension is $500. wear and tearer high mileage; CW 34 68 01 10 Includes Copyrighted material of Insurance Services Page 2 of 5 Office, Inc_, with its permission 1 1 N. TOWING AND LABOR COVERAGE b. Pay, in addition to the limit set forth in 1 Section III -- Physical Damage Coverage, Para- P.1. above, up to $500 per day, not to graph A.2, is deleted and replaced by the follow- exceed $3,500 per loss" for: 1 ing: (1) Any costs or fees associated with If a private passenger type "auto" or Tight truck the "foss" to a hired "auto "; and "auto" (0- 10,000 Lbs. GVW) Is provided both (2) Loss of use, provided it is the con- - Comprehensive and Collision Coverage, we will sequence of an "accident" for which pay up to $100 for towing and labor costs in you are legally liable, and as a result 1 curred each time such "auto" is disabled. How- of which a monetary loss is sus - ever, the labor must be performed at the place tained by the leasing or rental con - of disablement. cern, O. EXTENDED COVERAGE - CUSTOMIZED Q. RENTAL REIMBURSEMENT COVERAGE 1 FURNISHINGS We will pay for rental reimbursement expenses The following Is added to Section III — Physical incurred by you for the rental of an "auto" be- Damage Coverage, Paragraph A.4.: cause of "loss" to a covered "auto ". e, Physical Damage Coverage on a cov- 1. Payment applies in addition to the otherwise ered "auto" may be extended to "loss" to applicable amount of each coverage you custom furnishings including, but not have on the covered "auto ". limited to special carpeting and Insole- 2, No deductible applies to this coverage. tion, height - extending roofs, and custom murals, paintings or other decals or 3, We will pay only for those expenses Incurred graphics. during the policy period beginning 24 hours after the "loss" and ending, regardless of the Our limit of liability for loss to custom furnishings shall be the least of: expiration date of the policy, with the lesser of the following: (1) Actual cash value of the stolen or a. When the covered "auto" has been re- damaged property; paired or replaced, or (2) Amount necessary to repair or re- place the property; or b. When the total amount paid under this coverage extension reaches $2,500. (3) $500. 4. Our payment is limited to the lesser of the This coverage extension does not apply following amounts: to electronic equipment, a. Necessary and actual expenses in- P. PHYSICAL DAMAGE COVERAGE - HIRED curred. "AUTOS" b. Not more than $75 per day. You may extend the Comprehensive, Specified 5, We will pay up to an additional $300 for the 1 Causes of Loss and Collision coverages pro- reasonable and necessary expenses you !n- video on your owned "autos" to any "auto" you lease, rent, hire or borrow from someone other cur to remove your materials and equipment than your employees or partners or members of from the covered "auto" and r eplace such 1 their households subject to the following: materials and equipment on the rental "auto". 1. The most we wilt pay in any one "loss" is the least of $50,000, the actual cash value of 6, This coverage does not apply white there the "auto" or the cost to repair or replace the are spare or reserve "autos" available to you for your operations. "auto ", 'except that such amount will be re d 1 uced by a deductible to be determined as 7. If "loss" results from the total theft of a cov- i follows: ered "auto" of the "private passenger type ", we will pay under this coverage only that a. The deductible shaft be equal to the amount of the highest deductible shown amount of your rental reimbursement ex- for any owned "auto" of the same c[assi penses which is not already provided for un- fication for that coverage. In the event der the Physical Damage Coverage t=xten there is no owned "auto" of the same Sion. classification, the highest deductible for R. DRIVE OTHER CAR COVERAGE 1 any owned "auto" will apply for that GOV- 1. Changes In Liability Coverage erage. b. No deductible will apply to "loss" caused a. Any "auto" you don't own, hire or borrow is by fire or lightning. a covered "auto" for Liability Coverage 1 while being used by. 2. Coverage provided under this extension will. (1) You if you are designated in the a. Be excess over any other collectible Declarations as an Individual; insurance; 1 CW 34 68 01 10 includes Copyrighted material of Insurance Services Page 3 of 5 1 Office, Inc., with Its permission 1 1 1 (2) Your partners or members, if you owned private passenger type "autos ", the are designated in the Declarations deductible shall be $50 for Comprehensive as a partnership or joint venture; Coverage and $100 for Collision Coverage. I (3) Your members or managers, if you No deductible will apply to "loss" caused by are designated In the Declarations fire or lightning. as a limited liability company; E. Additional Definition I (4) Your `executive officers ", If you are As used in this section; R. DRIVE OTHER designed in the Declarations as an CAR COVERAGE: organization other than an individ- "Family member" means a person related to ual, partnership, joint venture or Hal- the individual named in R.1.a by blood, mer- ited liability company; and riage or adoption who is a resident of the indi I (5) The spouse of any person named in vidual's household, Including a ward or foster R.1.a.1. through R.1.a.(4) while a child. resident of the same household. S. KNOWLEDGE OF OCCURRENCE I except. (a) Any "auto" owned by that individ- The following is added to Section IV — Business Auto Conditions, Paragraph A.2.: ual or by any member of his or d. Notice of an "accident" or "loss" will be her household. I (b) Any "auto" used by that individual reported to you, if you are an individual, or his or her spouse w considered knowledge of yours only if while working a partner, an executive officer or an em- in a business of selling, servicing, ployee designated by you to give us repairing or parking "autos ", such notice. I 2. Changes In Auto Medical Payments And uninsured And underinsured Motorists e. Notice of an "accident" or "loss" to your Workers Compensation insurer, for an Coverages event which later develops Into a claim The following is added to Who is An Insured: for which there Is coverage under this policy, shaft be considered notice to us, Any Individual named in R.1.a and his or her but only If we are notified as soon as "family members" are "insured" while "occupy you know that the claim should be ad- ing" or while a pedestrian when being struck dressed by this policy, rather than your by any "auto" you don't own except: Workers Compensation policy. I i Any "auto" owned by that individual or by any f. Your rights under this policy shall not be "family member". prejudiced if You fail to give us notice of 3. Changes In Physical Damage Coverage an "accident' or "loss ", solely due to I Any private passenger ty "auto" you don't that the event is not covered by this pol- own hire or borrow is a covered "auto" white In your reasonable and documented belief icy. the care, custody or control of any individual The following is added to Section IV — Busi- named in R.1.a or his Or her spouse while a ness Auto Conditions, Paragraph 2.b.: I resident of the same household except: a. Any "auto" owned by that individual or by (ti) Knowledge of the receipt of docu - any member of his or tier household, ments concerning a claim or "suit" i will be considered knowledge of b. Any "auto" used by that individual or his or yours only if receipt of such docu- her spouse white working in a business of ments is known to you, if you are an selling, servicing, repairing or parking Individual, a partner, an executive 1 1 "autos ". I officer or an employee designated 4. The most we will pay for the total of all darn- by you to forward such documents I ages under LIABILITY COVERAGE, AUTO to us. MEDICAL PAYMENTS, UNINSURED MO- T. WAIVER OF SUBROGATION BY CONTRACT TORiSTS COVERAGE and UNDERIN- O R AGREEMENT SURED MOTORISTS COVERAGE is the The following is added to Section IV - Business I LIMIT OF INSURANCE shown In the Decla- Auto Conditions, Paragraph A 5.: rations as applicable to owned "autos ". 5. Our obligation to pay for, repair, return or We waive any right of recovery we may have replace damaged or stolen property under against any `Insured" provided coverage under PHYSICAL DAMAGE COVERAGE, will be this endorsement under B., ADDITIONAL IN- ' reduced by a deductible equal to the amount SURED BY CONTRACT OR AGREEMENT, but only as respects "loss" arising out of the opera - of the largest deductible shown for any tion, maintenance or use of a covered "auto" owned private passenger type "auto" appii- pursuant to the provisions or conditions of the cable to that coverage. If there are no 1 written contract or agreement. 1 CW 34 68 01 10 Includes Copyrighted material of Insurance Services Page 4 of 5 Office, Inc., with Its permission 1 1 U, UNINTENTIONAL OMISSIONS V LIBERALIZATION 1 The following Is added Section IV - Business If we revise this endorsement to provide greater Auto Conditions, Paragraph B.2.: coverage without additional premium charge, we We will not deny coverage under this policy if will automatically provide the additional cover - 1 You fail to disclose all hazards existing as of the age to all endorsement holders as of the day the inception date of the policy, provided such fail- revision Is effective in your state. ure is not intentional. 1 �1 1 1 { i 111 i � 1 1 • 1 1 CW 34 68 01 10 Includes Copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with Its permission 1 1 1 CPESSUTTI 1 A J R L CY DATE (MMIDD)YYYY) 1/4.....,./ EVIDENCE OF PROPERTY INSURANCE 2/5/2014 THIS EVIDENCE OF PROPERTY INSURANCE' IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY (PHONE o, ExU: (509) 455.6767 COMPANY (A1C, N Spokane Valley Office Travelers Property Casualty Co of America PayneWest Insurance, Inc. 7903 E. Broadway Spokane, WA 99212 I FAX EMA1L (AlC, No): • I ADDRE$S: CODE: SUB CODE: AGENCY CUSTOMER ID #: INSURED Shannon Industrial Contractors, Inc. LOAN NUMBER POLICY NUMBER P. O. Box 3886 6607D782230 Coeur d'Alene, ID 83816 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 2/4/2014 2/4/2015 I I TERMINATED IF CHECKED I THIs REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION 1 I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I COVERAGE INFORMATION COVE I PERILS! FORMS AMOUNT OF INSURANCE DEDUCTIBLE 1 1 REMARKS (Including Special Conditions) 1 Special Conditions: RE: Water system Telemetry Upgrades, Project #WA2259, 6390 Hwy 12, Yakima WA I Builders Risk - Special Form Coverage Limit at Location: $222,892 Temporary Location: $25,000 In Transit: $25,000 I SEE ATTACHED ACORD 101 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I ADDITIONAL INTEREST NAME AND ADDRESS MORTGAGEE X ADDITIONAL INSURED LOSS PAYEE I LOAN N AUTHORIZED REPRESENTATIVE City of Yakima 129 North Second Street 1 1 Yakma• WA 98901 Dn 2 ACORD 27 {200911 © 1993-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 1. I AGENCY CUSTOMER ID: CPESSUTTI LOC #: AC ®R® ADDITIONAL REMARKS SCHEDULE 4k.....----- A GENCY NAMED INSURED Page 1 of 1 Spokane Valle Office Shannon Industrial Contractors, Inc. p Y P. 0. Box 3886 1 POLICY NUMBER Coeur d'Alene, ID 83816 66070782230 CARRIER NAIC CODE Travelers Property Casualty Co of America EFFECTIVE DATE: 2/4/2014 I ADDITIONAL REMARKS 1 THIS ADDITIONAL REMARKS FORM IS A SCHED TO ACORD FORM, FORM NUMBER: ACORD 27 FORM TITLE: EVIDENCE OF PROPERTY INSURANCE I Deductible: $5,000 Earthquake Deductible: $25,000 Flood Deductible: $25,000 I Soft Costs: $25,000 Equipment Breakdown - Included Blanket Named Insured 1 1 1 1 1 1 1 1 1 1 I ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 2/6/2014 wand nsuranc .wa.gov/consumertoolkt/ Company /CompanyProfiIe.aspOWAOIC = 1320 1 A Search > TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 1 TRAVELERS PROPERTY CASUALTY COMPANY OF Il AMERICA G 1 Contact 1 Licensing A .ointments 1 Complaints 1 Orders 1 National Into 1 Ratin s Back to Search General information Contact information I Name: TRAVELERS PROPERTY CASUALTY COMPANY OF Registered Mailing address AMERICA address ONE TOWER SQUARE I Corporate family group: TRAVELERS GRP ,tai,. .pis' ONE TOWER SQ HARTFORD, CT 06183 Organization type: PROPERTY HARTFORD, CT 06183 Telephone Telephone I WAOIC: 1320 p 860 - 027 -7011 NAIL: 25674 860 - 027 -7011 I Status: ACTIVE Admitted date: 10/11/1974 Ownership type: STOCK I ^ Lack ro top I Types of coverage authorized to sell wh„,5,;, Insurance types _______._—__._._____._.____ Casualty _.. .. - I Marine_ _ _.._..___ Ocean _ Marine Property .._.._ I Surety Vehicle ^back toto_? agencies that represent this company Agents and age p P Y I (Appointments) wt,ar,,,ss I View agents , View agencies n b ack t t 1 Company complaint history ,.,„<<sth,: I View complaints back to Lop I Disciplinary orders 2008-2014 s-:� is h!s7_ No disciplinary orders are found I Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including http://www.insurance.wa.g ov1consumertool ldt/ Company /Co I e.aspOWAOIC =1320 1/2 2/6/2014 wwwmnnurancomm.gowtonnunxrtonmoCnmpany/CnmpanyProfi|o.anpOWAoIC=1320 enforcement orders, administrative orders, and general orders. c• m'ep National information �' insurance nn����, .�x y�x��������K�� on � companies ' ���� Want more information about this company? The NAIC's Consun�erInhorn�abn ^ allows you to retrieve national financial and complaint information on insunance companies, pl '^ information and tips to help you understand current insurance issues. �� - ' too Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. ` _ �M. Best Weiss Group Ratings Standard and Po�r�Co/� Muody's Investors Service Fitch IBCA Ouffand Phelps Ratings , ps m tc, , e 1 1 1 1 http:0www|nsv,anoo.*o.gov/conounemm|mt/Company/CompanyP,ow|o.aapxnxux]/C=1na0 2/2 I 1 ;SCHEDULE OF WORKING HOURS In accordance with SECTION - ON 1 08 0(2) HOURS OF WORK, the normal straight time working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per: week shall be considered as overtime hours subject to the reimburse- ment provisions of SECTION 1-08 Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and /or his subcontractors are on the project site performing 1 work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer /Contracting Agency costs for overtime hours will be deducted from amounts due to for work performed on the project. Contractor Signature 111 I D ate 1 1 1 1 1 1 1 G:IPROJECTS12 01 311 3 1 1 51Yakima Water Telemetry Upgrades Specs.docx 4 -6 1 1 1 1 1 1 1 1 1 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 1 1 1 1 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 5-1 1 1 PREVAILING WAGE RATES The prevailing rate of wages to,' be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are 1 by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60 28 010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be 1 considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified. Certified payroll must be completed using the U S Department of Labor Payroll Form WH347 found at www dol.gov. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors. If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and /or Federal regulations (29 CFR 5.12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the 1 Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 5 -2 1 1 State of Washington I Department of Labor & Industries P revailing' Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 I 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 p riovided on the Benefit Code Key. I Journey Level Prevailin Wage Rates for the Effective Y g g ect ve Date. 12/20/2013 Co unty Trade j Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 I Yakima Boilermakers j Journey Level $62.34 5N 1C Yakima Brick Mason I Journey Level $42.38 5A 1M Yakima Building Service Employees Janitor $9.19 1 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.19 1 Yakima Building Service Employees Window Cleaner $9.19 1 I Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 I Yakima Cement Masons Journey Level $38.15 7B 1N Yakima Divers 8 Tenders Diver $100.28 5D 1M 8A Yakima Divers Et Tenders Diver On Standby $56.68 5D 1M I Yakima Divers Et Tenders Diver Tender $52.23 5D 1M Yakima Divers Et Tenders i Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv a Rov Operator $48.67 5A 1B 1 Tender Yakima Dredge Workers Assistant Engineer $53.00 5D 3F I Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F Yakima Dredge Workers Boatmen $52.30 5D 3F Yakima Dredge Workers Engineer Welder $54.04 5D 3F I Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers j Oiler $52.58 5D 3F 1 Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $32.51 7E 1 P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 1 Workers 'Yakima Electricians - Inside Cable Splicer $56.36 5A 1E 'Yakima Electricians - Inside j Journey Level $54.45 5A 1E I 1 Yakima Electricians - Inside Welder $58.27 5A 1E I i l 1 1 YYakima Electricians - Motor Shop Craftsman $15.37 1 ■ 'Yakima Electricians - Motor Shop Journey Level $14.69 1 i I 'Yakima Electricians - Powerline Cable Splicer $66.43 5A 4A Construction 'Yakima Electricians - Powerline Certified Line Welder $60.75 5A 4A Construction !Yakima Electricians - Powerline Groundperson $42.36 5A 4A € Construction 1 'Yakima Electricians - Powerline Heavy Line Equipment $60.75 5A 4A i I Construction Operator ;Yakima Electricians - Powerline Journey Level Lineperson $60.75 5A 4A 1 Construction 'Yakima Electricians - Powerline Line Equipment Operator $51.05 5A 4A I Construction 'Yakima Electricians - Powerline Pole Sprayer $60.75 5A 4A 1 Construction 1 'Yakima Electricians - Powerline Powderperson $45.39 5A 4A ' ' Construction I 'Yakima Electronic Technicians Journey Level $23.40 1 } 'Yakima Elevator Constructors Mechanic $77.70 7D 4A I 1 'Yakima Elevator Constructors Mechanic In Charge $84.24 7D 4A 1 Yakima Fabricated Precast Concrete Craftsman - In- Factory Work $9.19 1 I Products Only 1 1 'Yakima Fabricated Precast Concrete Journey Level - In- Factory $9.19 1 1 I Products Work Only I 'Yakima Fence Erectors Fence Erector $13.79 1 I 1 'Yakima Flaggers Journey Level $24.62 1 g 'Yakima Glaziers Journey Level $22.43 61 1B 1 'Yakima Heat Et Frost Insulators And Journey Level $25.32 1 1 , ' Asbestos Workers € 'Yakima Heating Equipment Mechanics Journey Level $34.85 1 ' 'Yakima Hod Carriers a Mason Tenders Journey Level $34.42 7A 2Y ' I 'Yakima Industrial Power Vacuum Journey Leve $9.24 1 a Cleaner € 'Yakima Inland Boatmen Journey Level $9.19 1 ' 'Yakima Inspection /Cleaning /Sealing Cleaner Operator, Foamer $9.73 1 ' I Of Sewer Et Water Systems By Operator € 1 Remote Control I Yakima Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 1 Of Sewer & Water Systems By 1 E Remote Control ' II' 'Yakima Inspection /Cleaning /Sealing Head Operator $12.78 1 1 Of Sewer & Water Systems By t 1 Remote Control Yakima Inspection /Cleaning /Sealing Technician $9.19 1 Of Sewer & Water Systems By Remote Control ' 1 /Yakima Inspection /Cleaning /Sealing Tv Truck Operator $10.53 1 Of Sewer & Water Systems By Remote Control 1 l 1 1 I I Yakima Insulation Applicators (Journey Level $39.28 5D 1M Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating $33.44 7A 2Y I Screed Yakima Laborers Airtrac Drill Operator $34.42 7A 2Y Yakima Laborers Ballast Regular Machine $33.44 7A 2Y I Yakima Laborers Batch Weighman $31.40 7A 2Y Yakima Laborers Brick Pavers $33.44 7A 2Y Yakima Laborers Brush Cutter $33.44 7A 2Y 1 Yakima Laborers Brush Hog Feeder $33.44 7A 2Y Yakima Laborers ! Burner $33.44 7A 2Y 1 Yakima Laborers Caisson Worker $34.42 7A 2Y Yakima Laborers Carpenter Tender $33.44 7A 2Y Yakima Laborers Cement Dumper - paving $34.01 7A 2Y I Yakima Laborers Cement Finisher Tender $33.44 7A 2Y Yakima Laborers Change House Or Dry Shack $33.44 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $33.44 7A 2Y 1 Yakima Laborers Chipping Gun(30 Lbs. And $34.01 7A 2Y Over) 'Yakima Laborers ' Choker Setter $33.44 7A 2Y I 'Yakima Laborers Chuck Tender $33.44 7A 2Y 'Yakima Laborers Clary Power Spreader $34.01 7A 2Y I Yakima Laborers j Clean-up Laborer $33.44 7A 2Y Yakima Laborers Concrete Dumper /chute $34.01 7A 2Y Operator ' Yakima Laborers Concrete Form Stripper $33.44 7A 2Y (Yakima Laborers Concrete Placement Crew $34.01 7A 2Y Yakima Laborers Concrete Saw Operator /core $34.01 7A 2Y I Driller (Yakima Laborers Crusher Feeder $31.40 7A 2Y 'Yakima Laborers Curing Laborer $33.44 7A 2Y I Yakima Laborers Demolition: Wrecking Et $33.44 7A 2Y Moving (incl. Charred Material) I Yakima Laborers Ditch Digger $33.44 7A 2Y Yakima Laborers Diver $34.42 7A 2Y Yakima Laborers Drill Operator $34.01 7A 2Y I (hydraulic,diamond) Yakima Laborers Dry Stack Walls $33.44 7A 2Y Yakima Laborers Dump Person $33.44 7A 2Y 1 Yakima Laborers j Epoxy Technician $33.44 7A 2Y Yakima Laborers Erosion Control Worker $33.44 7A 2Y I Yakima Laborers Faller Et Bucker Chain Saw $34.01 7A 2Y Yakima Laborers Fine Graders $33.44 7A 2Y Yakima Laborers Firewatch $31.40 7A 2Y Yakima Laborers Form Setter $33.44 7A 2Y Yakima Laborers I Gabian Basket Builders $33.44 7A 2Y . 1 Yakima Laborers 'General. Laborer $33.44 7A 2Y . Yakima Laborers Grade Checker Et Transit $34.42 7A 2Y I Person Yakima Laborers Grinders $33.44 7A 2Y Yakima Laborers Grout Machine Tender $33.44 7A 2Y 1 !Yakima Laborers Groutmen (pressure)including $34.01 7A 2Y I Post Tension Beams Yakima Laborers Guage and Lock Tender $34.52 7A 2Y s ;Yakima Laborers Guardrail Erector $33.44 7A 2Y IYakima Laborers Hazardous Waste Worker $34.42 7A 2Y 1 (level A) 'Yakima Laborers Hazardous Waste Worker $34.01 7A 2Y (level B) `Yakima Laborers Hazardous Waste Worker $33.44 7A 2Y (level C) Yakima Laborers High Scaler $34.42 7A 2Y !Yakima Laborers Jackhammer $34.01 7A 2Y Yakima Laborers Laserbeam Operator $34.01 7A 2Y !Yakima Laborers Maintenance Person $33.44 7A 2Y Yakima Laborers Manhole Builder - mudman $34.01 7A 2Y 1 !Yakima Laborers Material Yard Person $33.44 7A 2Y Yakima Laborers Motorman -dinky Locomotive $34.01 7A 2Y 1 Yakima Laborers Nozzleman (concrete Pump, $34.01 7A 2Y { Green Cutter When Using Combination Of High Pressure Air i# Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla I Yakima Laborers Pavement Breaker $34.01 7A 2Y j Yakima Laborers Pilot Car $31.40 7A 2Y jYakima Laborers Pipe Layer(lead) $34.42 7A 2Y I Yakima Laborers Pipe Layer /tailor $34.01 7A 2Y Yakima Laborers Pipe Pot Tender $34.01 7A 2Y ;Yakima Laborers Pipe Reliner $34.01 7A 2Y 1 Yakima Laborers Pipe Wrapper $34.01 7A 2Y !Yakima Laborers Pot Tender $33.44 7A 2Y !Yakima Laborers Powderman $34.42 7A 2Y II !Yakima Laborers Powderman's Helper $33.44 7A 2Y :Yakima Laborers Power Jacks $34.01 7A 2Y ;Yakima Laborers Railroad Spike Puller - Power $34.01 7A 2Y I !Yakima Laborers Raker - Asphalt $34.42 7A 2Y jYakima Laborers Re- timberman $34.42 7A 2Y 1 jYakima Laborers Remote Equipment Operator $34.01 7A 2Y !Yakima Laborers Rigger /signal Person $34.01 7A 2Y !Yakima Laborers Rip Rap Person $33.44 7A 2Y II ;Yakima Laborers Rivet Buster $34.01 7A 2Y !Yakima Laborers Rodder $34.01 7A 2Y 1 1 Yakima Laborers Erector $33.441 7A I 2Y Yakima Laborers ! Scale Person $33.44 7A 2Y I 'Yakima Laborers Sloper (over 20 ") $34.01 7A 2Y I I 'Yakima Laborers Sloper Sprayer $33.44 7A 2Y Yakima Laborers Spreader (concrete) $34.01 7A 2Y 'Yakima Laborers Stake Hopper $33.44 7A 2Y 1 'Yakima Laborers Stock Piler $33.44 7A 2Y Yakima Laborers Tamper a Similar Electric, Air $34.01 7A 2 & Gas Operated Tools 1 tYakima Laborers Tamper (multiple & Self- $34.01 7A 2Y propelled) Yakima Laborers Timber Person - Sewer $34.01 7A 2Y 1 (lagger, Shorer a Cribber) Yakima Laborers i Toolroom Person (at Jobsite) $33.44 7A 2Y Yakima Laborers 1 Topper $33.44 7A 2Y 1 Yakima Laborers 1 Track Laborer $33.44 7A 2Y Yakima Laborers Track Liner (power) $34.01 7A I Yakima Laborers Traffic Control Laborer $33.29 7A 1H 8R Yakima Laborers Traffic Control Supervisor $33.29 7A 1H 8R Yakima Laborers i Truck Spotter $33.44 7A 2Y 1 Yakima Laborers Tugger Operator $34.01 7A 2Y Yakima Laborers j Tunnel Work Miner $34.52 7A 2Y 8D Yakima Laborers 1 Vibrator $34.01 7A 2Y 1 Yakima Laborers 1 Vinyl Seamer $33.44 7A 2Y Yakima Laborers Watchman $28.66 7A 2Y ' Yakima Laborers Welder $34.01 7A 2Y Yakima Laborers Well Point Laborer $34.01 7A 2Y Yakima Laborers 1 Window Washer /cleaner $28.66 7A 2Y I Yakima Laborers - Underground Sewer General Laborer & Topman $33.44 7A 2Y & Water Yakima Laborers - Underground Sewer Pipe Layer $34.01 7A 2Y & Water Y akima Landscape Construction Irrigation Or Lawn Sprinkler $9.19 1 Installers I Yakima Landscape Construction Landscape Equipment $15.45 1 Operators Or Truck Drivers Yakima Landscape Construction Landscaping Or Planting $9.19 1 I Laborers Yakima Lathers I Journey Level $38.68 5D 1M Yakima Marble Setters Journey Level $42.38 5A 1M I , Yakima Metal Fabrication (In Shopj Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 I Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 I Yakima Millwright j Journey Level $26.05 1 Yakima Modular Buildings j Journey Level $14.11 1 1 !Yakima Painters Journey Level $29.36 6Z 1W lYakima Pile Driver Journey Level $50.30 5D 1M i Yakima Plasterers Journey Level $49.29 7Q 1R i Yakima Playground a Park Equipment Journey Level $9.19 - 1 I Installers 'Yakima Plumbers Et Pipefitters Journey Level $74.29 6Z IQ 1 'Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P 'Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P 1 r !Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P i !Yakima Power Equipment Operators Batch Plant Operator, $53.00 7A 3C 8P Concrete II 'Yakima Power Equipment Operators Bobcat $50.22 7A 3C 8P ' 'Yakima Power Equipment Operators Brokk - Remote Demolition $50.22 7A 3C 8P 1 ' Equipment d 1 'Yakima Power Equipment Operators Brooms $50.22 7A 3C 8P ' 'Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Cableways $53.49 7A 3C 8P 1 'Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P ' 'Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P I 1 'Yakima Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P 1 With Boom Attachment Over i 1 42 M a Yakima Power Equipment Operators Concrete Finish Machine -laser $50.22 7A 3C 8P Screed 'Yakima Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line 6 Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount $53.00 7A 3C 8P I With Boom Attachment Up To 1 42m 1 'Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P ' 'Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $53.00 7A 3C 8P I Tons With Attachments 1 Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P - Tons, Or 150' Of Boom i 1 (Including Jib With 1 ? Attachments) 'Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Or 250' Of Boom (including Jib 1 With Attachments) 1 ;Yakima Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P i I 1 Tons, Under 150' Of Boom (including Jib With Attachments) I !Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $50.22 7A 3C 8P R Under i 'Yakima Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P 1 1 Through 199 Tons ' 'Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P 1 Yakima Power Equipment Operators $55.17 7A 3C 8P 1 1 1 • I C 300' Of Boom ranes: Over (including 300 Tons Jib Or With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P I ! Attachments A -frame Over 10 Tons (Yakima Power Equipment Operators Crusher $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Deck Engineer /deck Winches $53.00 7A 3C 8P i (power) (Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P 1 (Yakima Power Equipment Operators Dozers D -9 Et Under $52.58 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P ! Or Crane Mount I IYakima Power Equipment Operators Drilling Machine $53.00 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: $50.22 7A 3C 8P 1 Permanent And Shaft Type I Yakima Power Equipment Operators Finishing Machine, Bidwell $53.00 7A 3C 8P And Gamaco Et Similar Equipment I Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P 1 With Attachments Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. $50.22 7A 3C 8P 1 1 With Attachments Yakima Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc 1 (Yakima Power Equipment Operators Gradechecker /stakeman $50.22 7A 3C 8P !Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P I Articulating Off- Road Equipment 45 Yards. & Over Yakima Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P 1 Articulating Off -road Equipment Under 45 Yards Yakima Power Equipment Operators Horizontal /directional Drill $52.58 7A 3C 81 1 1 Locator Yakima Power Equipment Operators Horizontal /directional Drill $53.00 7A 3C 8P Operator 1 Yakima Power Equipment Operators Hydralifts /boom Trucks Over $52.58 7A 3C 8P 10 Tons Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 $50.22 7A 3C 8P ! Tons And Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. & $54.04 7A 3C 8P 1 Over I Yakima Power Equipment Operators Loader, Overhead, 6 Yards. $53.49 7A 3C 8P But Not Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P I Yards Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P 1 (Yakima Power Equipment Operators Locomotives, All $53.00 7A 3C 8P I I 1 ;Yakima Power Equipment Operators !Material Transfer Device $53.00 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $54.04 7A 3C 8P 4 I $0.50 Per Hour Over Mechanic) Yakima Power Equipment Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P finishing £ Yakima Power Equipment Operators Motor Patrol Graders, $53.49 7A 3C 8P Finishing i Yakima Power Equipment Operators Mucking Machine, Mole, $53.49 7A 3C 8P Tunnel Drill, Boring, Road Header And /or Shield 'Yakima Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 8P Y Distribution Et Mulch Seeding Operator 1 Yakima Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P 1 Manlifts), Air Tuggers,strato Yakima Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P I 20 Tons Through 44 Tons Yakima Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7A 3C 8P Tons And Over 'Yakima Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C 8P I I Tons Through 99 Tons P ;Yakima Power Equipment Operators ` Pavement Breaker $50.22 7A 3C 8P 1 !Yakima Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P I Mount) €, 'Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P !Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P I Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P 6 Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P 1 'Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P i I ! Yakima Power Equipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 1 l 100 Feet In Height Based To I Boom d Yakima Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving III I Equipment € 'Yakima Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P 1 !Yakima Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P 'Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $52.58 7A 3C 8P 1 i Materials 6 'Yakima Power Equipment Operators Roto -mill, Roto - grinder $53.00 7A 3C 8P !Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P Yak Power Equipment Operators Scraper, Self Propelled Under $53.00 7A 3C 8P I 45 Yards I Yakima Power Equipment Operators Scrapers - Concrete £t Carry $52.58 7A 3C 8P All 'Yakima Power Equipment Operators Scrapers, Self - propelled: 45 $53.49 7A 3C 8P I Yards And Over 'Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P ( I 1 1 I Yakima ,Power Equipment Operators Shotcrete /gunite Equipment $50.22 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric 1 Tons. Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 I Metric Tons 1 Yakima Power Equipment Operators Shovel, Backhoes, 7A 3C 8P 1 Tractors: 15 To 30 Metric Tons 1 Over 50 Metric Tons To 90 Yakima Power Equipment Operators Shovel, Excavator, . - 7A 3C 8P Metric Tons Yakima Power Equipment Operators Shovel, . - 7A 3C 8P I I Over 90 Metric Tons +Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et $53.49 7A 3C 8P 1 I Screedman 'Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P 'Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P Yakima Power Equipment Operato Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom Yakima Power Equipment Operators Tower Crane Up To 175' In $54.04 7A 3C 8P I 1 Height Base To Boom Yakima Power Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P 1 Truck Type I lYakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P 1 Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 $53.00 7A 3C 8P I j Tons And Over Yakima Power Equipment Operators Truck Crane Oiler /driver $52.58 7A 3C 8P Under 100 Tons I Yakima Power Equipment Operators Truck Mount Portable $53.00 7A 3C 8P j Conveyor 'Yakima Power Equipment Operators Welder $53.49 7A 3C 8P 1 `Yakima Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P 'Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer Et Water II Yakima Power Equipment Operators- Barrier Machine (zipper) $53.00 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, $53.00 7A 3C 8P I Underground Sewer & Watr Concrete Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Brokk - Remote Demolition $50.22 3C 8P Underground Sewer & Water Equipment Yakima Power Equipment Operators- Brooms $50.22 7A 3C 8P 1 Yakima Underground Sewer & Water j Bump Cutter $53.00 7A 3C 8P 1 ( Power Equipment Operators- Underground Sewer & Water 1 Yakima Power Equipment Operators- Cableways $53.49 7A 3C 8P 1 I I Underground Sewer it Water g Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer & Water i I 'Yakima Power Equipment Operators- Compressor $50.22 7,4 3C 8P I Underground Sewer & Water ' Yakima Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M I Yakima Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P I I Underground Sewer & Water Screed Yakima Power Equipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P ( Underground Sewer & Water Trailer High Pressure Line I I Pump, Pump High Pressure. 1 'Yakima Power Equipment Operators- Concrete Pump: Truck Mount $53.00 7A 3C 8P s Underground Sewer Et Water With Boom Attachment Up To 42m ' !Yakima Power Equipment Operators- Conveyors $52.58 7A 3C 8P 1 Underground Sewer &Water ; 1 Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Underground Sewer & Water Tons With Attachments 1Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $54.04 7A 3C 8P 1 Underground Sewer & Water Tons, Or 150' Of Boom 9 ' (Including Jib With € Attachments) ' 'Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P 1 Underground Sewer & Water Or 250' Of Boom (including Jib 4 With Attachments) !Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 $53.49 7A 3C 8P i I f Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) ' 1 Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And $50.22 7A 3C 8P Underground Sewer & Water Under Yakima Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P I Underground Sewer & Water Through 199 Tons ;Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P I Underground Sewer & Water k 1Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P I Underground Sewer & Water Of Boom (including Jib With Attachments) , ; Yakima Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer & Water Attachments A -frame Over 10 Tons 1 Yakima Power Equipment Operators- Crusher $53.00 7A 3C 8P 9 Underground Sewer Et Water 'Yakima Power Equipment Operators- Deck Engineer /deck Winches $53.00 7A 3C 8P I Underground Sewer & Water (power) 'Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P I Underground Sewer & Water 1 11 Yakima Power Equipment Operators- Dozers D -9 a Under $52.58 7A 3C 8P (Underground Sewer Et Water I Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer & Water Or Crane Mount I Yakima Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators - Elevator And Man -lift: $50.22 7A 3C 8P Underground Sewer a Water Permanent And Shaft Type Yakima Power Equipment Operator's- Finishing Machine, Bidwell $53.00 7A 3C 8P Underground Sewer & Water And Gamaco & Similar 11 1 Equipment Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underground Sewer & Water With Attachments I Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. $50.22 7A 3C 8P Underground Sewer & Water With Attachments Yakima Power Equipment Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P 11 Underground Sewer & Water Prints, Cut Sheets, Etc Yakima Power Equipment Operators- Gradechecker /stakeman $50.22 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Hard Tail End Dump $53.49 7A 3C 8P I I Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over Yakima Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P I Underground Sewer & Water Articulating Off -road 1 Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill $52.58 7A 3C 8P Underground Sewer & Water Locator !' Yakima Power Equipment Operators- Horizontal /directional Drill $53.00 7A 3C 8P Underground Sewer & Water Operator 1 Yakima Power Equipment Operators- Hydralifts /boom Trucks Over $52.58 7A 3C 8P Underground Sewer & Water 10 Tons }Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 $50.22 7A 3C 8P Underground Sewer a Water Tons And Under I (Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & $54.04 7A 3C 8P I Underground Sewer & Water Over 1 Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. $53.49 7A 3C 8P Underground Sewer & Water But Not Including 8 Yards Yakima Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer & Water Yards I 'Yakima Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer & Water f Yakima Power Equipment Operators- Mechanics, All (leadmen $54.04 7A 3C 8P I Underground Sewer & Water $0.50 Per Hour Over Mechanic) 11 1 !Yakima Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P 1 Underground Sewer Et Water finishing 1 I IYakima Power Equipment Operators- Motor Patrol Graders, $53.49 7A 3C 8P € Underground Sewer a Water Finishing Yakima Power Equipment Operators- Mucking Machine, Mole, $53.49 7A 3C 8P Underground Sewer & Water Tunnel Drill, Boring, Road 1 1 Header And /or Shield 1 Yakima Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P I Underground Sewer a Water Distribution & Mulch Seeding 1 Operator !Yakima Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P 1 Underground Sewer & Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P E I Underground Sewer Et Water 20 Tons Through 44 Tons i 'Yakima Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P t 1 1 Underground Sewer Et Water Tons And Over ;Yakima Power Equipment Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P I Underground Sewer & Water Tons Through 99 Tons i I Yakima Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P ! Underground Sewer & Water Mount) !Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P ¢ Underground Sewer & Water i Yakima Power Equipment Operators- Posthole Digger, Mechanical $50.22 7,4 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Power Plant $50.22 7A 3C 8P ! 1 Underground Sewer & Water t Yakima Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P s i Underground Sewer Et Water 1 !Yakima Power Equipment Operators- Quick Tower - No Cab, Under $50.22 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom I Yakima Power Equipment Operators- Remote Control Operator On $53.49 7A 3C 8P € Underground Sewer & Water Rubber Tired Earth Moving Equipment i (Yakima Power Equipment Operators- Rigger And BeLiman $50.22 7A 3C 8P ! s Underground Sewer Et Water 1 'Yakima Power Equipment Operators- Rollagon $53.49 7A 3C 8P 1 Underground Sewer Et Water ' ! Yakima Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8E 1 Underground Sewer Et Water !Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $52.58 7A 3C 8P I i I Underground Sewer a W ater Materials :Yakima Power Equipment Operators- Roto -mill, Roto - grinder $53.00 7A 3C 8P 1 Underground Sewer & Water 'Yakima Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P 1 I Underground Sewer a Water s !Yakima $53.00 7A 3C 8P ! I a 11 (Power Equipment Operators- (Scraper, Self Propelled Under I 1i Underground Sewer a Water 145 Yards Yakima Power Equipment Operators- Scrapers - Concrete Et Carry $52.58 7A 3C 8P Underground Sewer a Water All I 1 Yakima Power Equipment Operators- Scrapers, Self - propelled: 45 $53.49 7A 3C 8P Underground Sewer a Water Yards And Over Yakima Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P 11 Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete /gunite Equipment $50.22 7A 3C 8P Underground Sewer Et Water 11 Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric 1 Tons. 11 Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P 1 Underground Sewer & Water Over 30 Metric Tons To 50 1 Metric Tons II Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7A 3C 8P 11 Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P I' Underground Sewer & Water Over 90 Metric Tons Yakima Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer & Water I' Yakima Power Equipment Operators- Spreader, Topsider & $53.49 7A 3C 8P Underground Sewer & Water Screedman Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P I' Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer a Water I Yakima Power Equipment Operators Tower Crane Over 'in $54.61 7A 3C 8P Underground Sewer & Water Height, Base To Boom 175 (Yakima Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P I' I Underground Sewer & Water Height Base To Boom Yakima Power Equipment Operators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer & Water Truck Type Yakima Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P '11 Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $53.00 7A 3C 8P I Underground Sewer & Water Tons And Over Power Equipment Operators Truck Crane Oiler /driver $52.58 7A 3C 8P Underground Sewer & Water Under 100 Tons Yakima Power Equipment Operators- Truck Mount Portable $53.00 7A 3C 8P I' 1 1 Underground Sewer & Water Conveyor Yakima Power Equipment Operators- Welder $53.49 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Wheel Tractors, Farman Type $50.22 7A 3C 8P Underground Sewer & Water 1 Yakima Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer & Water 1 1 1 } Yakima Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers I ! 'Yakima Power Line Clearance Tree Spray Person $41.51 5A 4A I II Trimmers ; Yakima Power Line Clearance Tree Tree Equipment Operator $43.76 5A 4A ! Trimmers 1 I !Yakima Power Line Clearance Tree Tree Trimmer $39.10 5A 4A 1 ; Trimmers i Yakima Power Line Clearance Tree Tree Trimmer Groundperson $29.44 5A 4A Trimmers !Yakima Refrigeration a Air Journey Level $28.11 1 ! I Conditioning Mechanics !Yakima Residential Brick Mason Journey Level $29.00 1 !Yakima Residential Carpenters Journey Level $17.14 1 l 111 ,Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Journey Level $18.00 1 Applicators !Yakima Residential Drywall Tapers Journey Level $17.00 1 i ;Yakima Residential Electricians Journey Level $21.98 1 1 ;Yakima Residential Glaziers Journey Level $22.43 61 1B ! 1 Yakima Residential Insulation Journey Level $14.38 1 I Applicators l ;Yakima Residential Laborers Journey Level $11.02 1 1 1 ;Yakima Residential Marble Setters Journey Level $29.00 1 ;Yakima Residential Painters Journey Level $16.32 1 ; !Yakima Residential Plumbers a Journey Level $20.55 1 1 1 I Pipefitters I Yakima Residential Refrigeration a Air Journey Level $28.11 1 g 1 Conditioning Mechanics !Yakima Residential Sheet Metal Journey Level (Field or Shop) $37.82 5A 1X 4 ! Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 ; I ;Yakima Residential Sprinkler Fitters Journey Level $9.19 1 1 (Fire Protection) 3 ;Yakima Residential Stone Masons Journey Level $16.00 1 !Yakima Residential Terrazzo Workers Journey Level $9.19 1 ! !Yakima Residential Terrazzo /Tile Journey Level $17.00 1 Finishers I I tYakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 € I !Yakima Sheet Metal Workers Journey Level (Field or Shop) $51.91 5A 1X 1 ;Yakima Sign Makers It Installers Journey Level $14.65 1 i (Electrical) 1 I ¢Yakima Sign Makers a Installers (Non- Journey Level $14.65 1 r ! Electrical) ! ;Yakima Soft Floor Layers Journey Level $23.11 5A 1N ! 1 ;Yakima Solar Controls For Windows Journey Level $9.19 1 i Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 I Protection) 1 1 1 11 Yakima Stage Rigging Mechanics (Non Level $13.23 1 I (Structural) 'Journey 'Yakima Stone Masons Journey Level $42.38 5A 1M l ' Yakima Street And Parking Lot Journey Level $9.19 1 Sweeper Workers Yakima Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor 11 'Yakima Surveyors ; Ch $52.06 7A 3C 8P 'Yakima Surveyors Construction Site Surveyor $53.49 7A 3C 8P 1 Yakima Telecommunication Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside I Yakima Telephone Line Construction - Hole Digger /Ground Person $20.05 5A 2B Outside 1 Yakima Telephone Line Construction - Installer (Repairer) $34.50 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $36.01 5A 2B Outside I Yakima Telephone Line Construction - Special Apparatus Installer II $35.27 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment $36.01 5A 2B I' 1 Outside Operator (Heavy) Yakima Telephone Line Construction - Telephone Equipment $33.47 5A 2B Outside Operator (Light) I' Yakima Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside 11 Yakima Telephone Line Construction - Television Groundperson Outside $19.04 5A 2B Yakima Telephone Line Construction - Television $25.27 5A 2B Outside j Lineperson /Installer I 'Yakima Telephone Line Construction - Television System Technician $30.20 5A 2B Outside Yakima Telephone Line Construction n - Television Technician $27.09 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside 11 'Yakima Terrazzo Workers Journey Level $33.05 5A 1M 'Yakima Tile Setters Journey Level $33.05 5A 1M I Yakima Tile, Marble a Terrazzo Journey Level $28.97 5A 1M ii Finishers 'Yakima Traffic Control Stripers Journey Level $42.33 7A 1K I jYakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck £t Trailer(c.wa- $37.56 61 2G i 760) I 'Yakima Truck Drivers Dump Truck(c.wa -760) $37.56 61 2G 'Yakima Truck Drivers ! Other Trucks(c.wa 760) $37.56 61 2G 'Yakima Truck Drivers j Transit Mixer $38.96 1 I Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers 11 1 ' Yakima Well Drillers Et Irrigation Pump Oiler $9.20 1 (Installers 1 Yakima Well Drillers 8 Irrigation Pump Well Driller $18.00 1 Installers 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 Benefit Ci ode Key — Effective 8 -31 -2013 thru 3 -4 -2014 I 11 1 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate I1 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. I 1 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. 11 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. I' 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. I' 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 11 rate of wage. 1 E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday I 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 e ight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday I 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. 11 I 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 I' 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 I 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 11 I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. I 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. I 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 I 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. I 11 I 1 II Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of 1 wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 0. 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 Fnday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5.00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 1 1 2 1 1 11 Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL I' 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. 11 C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two' times the hourly rate of wage. I1 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. 11 G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. Ill H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. 11 K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. 11 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. II 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. I 1 W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten I shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly, rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. II Y. All hours worked on Saturdays (except for make -up days) 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. II 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL II BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the I I normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall I receive an additional one dollar ( per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee 11 has had a break of eight (8) hours or more. 11 3 11 Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 3. B. The first four (4) hours after eight (8) regular hours Monday through Fnday 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, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. 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. G. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, , and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 8:00 am Sunday to 8:00 am Monday and Holidays shall be paid at double 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 or more. 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. 1 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, Fnday 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). 4 1 11 Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, 11 And Christmas (6). I 1 S. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). 111 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, 11 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, II 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, I 1 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 11 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 11 Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After I 1 Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7) J I T. Paid Holidays: New Year's Day, Washington's Birthday, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas 0 (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). II 1 Holiday Codes Continued I I 6. A. Paid Holidays: New Year i Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). I I E. Paid Holidays: New Years Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day II On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas 11 Eve Day (11). H. Paid Holidays: New Year' Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, 11 5 11 I Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be ' considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And 1 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 1 preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving 1 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 1 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 I the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after 1 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 II which falls on a Saturday shall be observed as a holiday on the preceding Friday. 61 1 11 Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 I. Holidays: New Year's Day, P resident's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The II 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. 11 7. 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. II 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 I 1 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 I I before Christmas Day, And Chnstmas 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. II M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the III 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 I 1 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. O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, I' Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). 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 I 1 holiday on the preceding Friday. 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 I the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after I 1 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. Ill R. Paid Holidays. New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Dayi (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be I observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas The Day After Christmas, And A Floating Holiday (9). If any of the listed II holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 11 Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or I 1 more: 7 11 Benefit Code Key — Effective 8 -31 -2013 thru 3 -4 -2014 Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet 8 C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. 1 L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. 1 M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the 1 shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 1 1 81 1 1 1 Washington State Department of Labor and Industries Policy Statement 1 (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a 1 prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractor's, agents to subcontractors, suppliers, manufacturers, and 1 fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not 1 covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 1 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to q I estion 3. I 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, 1 go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. I 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered 1 by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any I unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. I Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. 1 1 1 1 1 Supplemental to Wage Rates 1 1 08/31/2013 Edition, Published August 1st, 2013 ( WSDOT 's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to 1 Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. 1 ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, 1 and bi- directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 1 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch x to 120 inches in diameter. May also be treated, 1 thru 5. 1 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in x diameter. May also be treated, #5. 1 1 1 Supplemental to Wage Rates 2 08/31/2013 Edition, Published August 1st, 2013 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication. - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing 9 Yp 9 9 conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). 13. Concrete Piling -- Precast- Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X 1 1 Supplemental to Wage Rates 3 08/31/2013 Edition, Published August 1st, 2013 1 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, 1 See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. 1 See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 1 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities ■11 inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used fi 11 Supplemental to Wage Rates 4 08/31/2013 Edition, Published August 1st, 2013 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. g g X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided ' for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. 1 See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided x for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. 1 1 1 Supplemental to Wage Rates 5 08/31/2013 Edition, Published August 1st, 2013 O 11 ITEM DESCRIPTION YES NO I 34. Cantilever Sign Structure - Cantilever Sign Structure 4 fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for x III approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel 1 tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std 9 9 Plans. Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway I, illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X ' Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) x See Std. Plans. 1 1 11 Supplemental to Wage Rates 6 08/31/2013 Edition, Published August 1st, 2013 3 1 ft , 1 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to 'approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective:sheeting, legend material, and aluminum sheeting. X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed I Std Custom Signing Message Message 43. Cutting & bending reinforcing steel 44. Guardrail components X X M Custom Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by 1 WAC 296- 127 -018 I 47. Fiber fabrics 1 x 48. Electrical wiring /components x I 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension l 52. Irrigation components X 1 1 I 1 1 I 1' 1 1, 1 ■ Supplemental to Wage Rates 7 08/31/2013 Edition, Published August 1st, 2013 111 II ITEM DESCRIPTION YES NO I 53. Fencing materials x I/ 54. Guide Posts x 55. Traffic Buttons x 56. Epoxy X 1 57. Cribbing X 1 58. Water distribution materials x 59. Steel "H" piles x 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard x ' 62. Steel pile tips, custom X I Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for 'I the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 1; (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. 1 1 1 Supplemental to Wage Rates 8 II 08/31/2013 Edition, Published August 1st, 2013 1 i WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Conitracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine an'd Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES'' • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (16 Shop) ri Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor l and Industries web site and in WAC Chapter 296 -127. 1 1 Supplemental to Wage Rates 9 08/31/2013 Edition, Published August 1st, 2013 111 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works 1 project site: (i) At one or more point(s) directly upon the location where the material will be 1 incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to 1 contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 1 Supplemental to Wage Rates 10 1 08/31/2013 Edition, Published August 1st, 2013 1 i (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site 111, of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; rior does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off, -site facility shall be paid the applicable prevailing wage rates for the county in which the offs site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08; effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 Supplemental to Wage Rates 11 08/31/2013 Edition, Published August 1st, 2013 1 1 1 1 1 1 1 SECTION 6 - TECHNICAL SPECIFICATIONS 1 1 1� II 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 6-1 1 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON I TECHNICAL SPECIFICATIONS FOR li WATER SYSTEM TELEMETRY UPGRADES 1 City of Yakima Project No WA2259 CEI Project No CY1301 HLA Project No 13115 I CONTENTS PAGE NO. I DIVISION 1 — GENERAL REQUIREMENTS SECTION 01010 — WORK SUMMARY.... ......... .... ......... .. .. .... . ...... ..... 01010 -1 SECTION 01025 — SPECIAL' PROVISIONS .01025 -1 ..... I 1 -01 DEFINITIONS AND TERMS .01025-1 1 -02 BID PROCEDUR ES AND CONDITIONS .. .. . . . . . . ..01025 -3 1 -03 AWARD AND EXECUTION OF CONTRACT ........ ...... ..... ......... .... 01025 -10 1 -04 SCOPE OF THE ,WORK 01025 -12 I 1 -05 CONTROL OF WORK... ... . ...... 01025 -14 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC... 01025 -18 1 -08 PROSECUTION4ND, PROGRESS.. . . ..... .............. ..01025 -24 I 1 -09 MEASUREMENT AND PAYMENT . .. . ........... 01025 -29 DIVISION 16 — ELECTRICAL SECTION 16010 — BASIC ELECTRICAL REQUIREMENTS .. 16010 -1 I SECTION 16050 — BASIC ELECTRICAL MATERIALS AND METHODS......... 16050 -1 SECTION 16120 — CONDUCTORS AND CABLES 16120 -1 SECTION 16130 — RACEWAYS AND BOXES . ....16130 -1 I SECTION SECTION 16 — WIRING A DEVICES ... .... ........ .... 16140 -1 SECTION 16940 — PROGRAMMABLE LOGIC CONTROLLERS .......... 16910 -1 CONTROL PANELS .......... .. ....... ........ . . .... .. . . 16940 -1 1 it I 1 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 6-2 1 I I 1 l ' i I 1 1 II, 1 , DIVISION 1 - GENERAL REQUIREMENTS 1 1 1 1 ii, 1 1 I I G: \PROJECTS \2013113115\Yakima Water Telemetry Upgrades Specs.docx 1 SECTION 01010 — WORK SUMMARY Work on this project includes, but is not necessarily limited to, the following: Replacement of existing Square D SyMAX programmable logic control system hardware with Rockwell Automation, (Allen Bradley) CompactLogix and MicroLogix based programmable logic control system hardware in new and /or existing control panel enclosures. Work will be performed at the Naches River 'Water Treatment Plant (WTP) and ten (10) off -site locations and will coincide with separate ongoing construction at the WTP. The work also includes providing a temporary telemetry control panel to facilitate work at the WTP without interruption of the telemetry controlled off -site locations. Programming of the temporary and new programmable logic control system hardware will be by others. Work at the WTP (other than demolition of the temporary telemetry panel) must be completed by April 15, 2014 Work at the remote sites must be completed by August 31, 2014 The suggested sequence for completing the work of this project is as follows: The sequence of work must be performed in a manner that maintains continued operation of the City's facilities for provision and distribution of water throughout the City. These facilities include the Naches River Water Treatment Plant (WTP) and multiple wells, booster stations, and reservoirs throughout the) City. Initially, the WTP be off line for construction of improvements under a separate project.1 During the time that the WTP is off line, the existing City reservoirs, wells, and booster stations must remain on line via existing radio telemetry links to the master control PLC and HMI at the WTP. In order to maintain the existing City reservoirs, wells, and booster stations in operation while the work under this contract proceeds at the WTP, this project includes provision of a temporary telemetry control panel, utilizing existing components either furnished by the City, or relocated from the existing main control panel The intent is that the temporary telemetry control panel will be used to permit modifications to the existing main control panel at the WTP without disrupting operation of the remote sites. The WTP is scheduled to resume operations on April 15th, 2014 The replacement of the control system hardware in the main control panel at the WTP must be complete, tested, and functional by April 15th, 2014. the at the remote sites can proceed only after the WTP is on line It is intended that work at the remote sites will be performed one site at a time, and that once begun, the work at that site will be completed before work is begun at another site The sequence of work at the remote sites must be coordinated with the City such that there is no disruption to the City's ability to provide water. Work must also be coordinated with the City's contracted PLC programmer to allow (transfer of remote site operations on to the new control system hardware All PLC programmin%will be performed by the City's contracted PLC programmer. 1 Step One Install temporary telemetry control panel at the WTP. 1. Provide new communications equipment rack, devices, and associated cabling connections to new workstation outlets a) Provide network connections, including patch cables, for two existing computers. b) Install Owner furnished, Contractor installed equipment in new Communications Equipment Rack. telemetry control panel, Provide temporary ry p , and associated connections to main control panel, existing backup radio, and temporary HMI computer location. Step Two: Switch to Temporary PLC for Telemetry and Cut -Over at the WTP, 1 Verify with engineer that existing Main PLC is reprogrammed to ignore the ' discrete rack. G: \PROJECTS\2013\ 13115 \Yakima Water Telemetry Upgrades Specs.docx 01010 -1 2 Power off the discrete I/O rack. 3 Relocate a discrete input module, a discrete output module, the Square D power supply and battery pack from powered down discrete I/O rack to the rack in the temporary telemetry control panel. 4 Coordinate with Engineer to verify temporary telemetry control panel operation /configuration, and to cutover radio telemetry from Existing SyMAX PLC to Temporary Telemetry Control Panel. a) Verify temporary telemetry functions satisfactorily on the existing backup radio 5 Power down the main control panel, and rewire all existing I/O points from SyMAX PLC removable terminals to CompactLogix I/O module removable terminals. Remove the Discrete Rack, the Plant CPU / Analog Rack, and the Square D Power Supply / Battery Pack for the Plant CPU / Analog Rack. 6 Install the new PLCs and other devices /equipment in the former location of each 1 Square D PLC Rack, Power supply, and Battery pack. a) Connect the existing WTP I/O points. b) Connect the discrete and analog signals between the new PLC and the PLC in the Temporary Telemetry Control Panel c) Coordinate with City's programmer to test all WTP I/O points. d) Coordinate with City to place the new PLC WTP control system in operation. Step Three: Remote Telemetry Site Cutover 1 Proceed with remote site cutover only after WTP is started up and operating on the new PLC system 2 Coordinate with City to have the existing Main Radio programmed for DF1 protocol, and the DigiONE IAP programmed to connect to the main radio using DF1 protocol. 3 Coordinate with City for cutover of remaining stations as required, but the following must be in order: a) 3rd Level Reservoir Once the 3rd Level Reservoir is cut over the City's 1 contracted PLC programmer will configure the new CompactLogix PLC to forward the level via current loop to the Temporary Telemetry Control Panel PLC (The 3rd Level Reservoir level is written to the 3rd Level Pump Station for a local control algorithm.) b) 3rd Level Pump Station. Once the 3rd Level Pump Station is cut over the City's contracted PLC programmer will configure the new CompactLogix PLC to forward the 2nd Level Reservoir level via current loop to the Temporary Telemetry Control Panel PLC. (The level is written to the Powerhouse and Stone Church Booster stations.) c) Cutover Powerhouse and Stone Church Booster Station. The Contractor may select either station to cut over first. d) The Contractor may cut over the remaining well houses in any order. The remaining remote telemetry sites are as follows i Naches River Intake Station ii Gleed Well Station iii Equalization Reservoir Station 1 G: IPROJECTS12013■13115 \Yakima Water Telemetry Upgrades Specs.docx 01010 -2 1 II 1 iv Kiwanis Well v Kissel Well vi Airport Well 111 i Step Four Cleanup and Completion 1 After all remote sites are cutover to the new PLC, demolish the Temporary Telemetry Control Panel and circuits associated with it. 2 Demolish the existing HMI computer. I 3 Relocate new computer from the temporary location to the Main Control Panel, adjacent to the other new computer at Main Control Panel. i Refer to 1 -09 3(1) of Section 01025 for further descriptions of unit price bid items of the proposal The quantities of work indicated in the proposal are to be considered as estimates and are for ;II, comparative bidding purposes only All payments will be made on the basis of actual field measurement of Contract work completed. I All work on this project shall be completed in accordance with the Plans, the Technical Specifications, the I. Standard Specifications for Road, Bridge, and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "), as modified or supplemented M' by the Amendments to the Standard Specifications and the Special Provisions, all of which are made a part of the Contract Documents. 1 Also incorporated into the Contract Documents by reference are the Manual on Uniform Traffic Control Devices for Streets and Highways; currently adopted edition, with Washington State modifications, if any, and Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition. The Contractor shall obtain copies of these publications, at his /her own expense. END OF SECTION 01010 1 1 I 1 1 1 I G:\PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01010 -3 1 1 1 SECTION 01025 — SPECIAL PROVISIONS I These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project - specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is I meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project - specific Special Provisions are not labeled as such The GSPs are labeled under the 111 headers of each GSP, with the effective date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) 111 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: I Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. 1 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. I Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. 1 Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary I substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. 1. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this I date. Completion Date The day all the work specified in the Contract is completed and all the obligations of the I Contractor under the contact are fulfilled by the Contractor All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. 1 G %PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -1 II 1 Final Acceptance Date The date on which the Contracting Agency accepts the work as complete Supplement this section with the following: 1 All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location" All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency 1 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Add itive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond 1 The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. 1 Contract Documents See definition for "Contract" Contract Time The period of time established by the terms and conditions of the Contract within which the work must be physically completed 1 Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the Contract time begins. Traffic 1 Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. r G:\ PROJECTS \ 2013\13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -2 1 1 I The terms defined in Sectionl -01.3 of the Standard Specifications and the March 13, 2012 APWA GSP shall be further described by the following 1 Contracting Agency City of Yakima 129 North Second Street >I Yakima, WA 98901 The terms "Contracting Agency," "Agency" and "Owner" are interchangeable. 1 Electrical Engineer Conley Engineering, Inc. (CEI) 1433 Lakeside Court, Suite 100 I Yakima, WA 98902 Engineer 1 Huibregtse, Louman Associates, Inc. (HLA) 801 North 39th Avenue Yakima, WA 98902 I Inspector The Engineer's Resident Engineer who observes the Contractor's performance. I Working Drawings Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction 1 project. 1 -02 BID PROCEDURES AND CONDITIONS 1 1 -02.1 Prequalification of Bidders Delete this section and replace it with the following 1 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) I Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. I 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) ,I Delete this section and replace it wi th the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. 1 1 i G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -3 I 1 After award of the contract, Plans and Specifications will be issued to the Contractor at no cost as, detailed below* To Prime Contractor No. of Sets Basis of Distribution 1 Reduced plans (11" x 17 ") 3 Furnished automatically upon award. Contract Provisions 3 Furnished automatically upon award. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense 1 -02.4 Examination of Plans, Specifications, and Site of Work �. 1- 02.4(1) General Add the following paragraph. No pre -bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications 1- 02.4(2) Subsurface Information (March 8, 2013 APWA GSP) 1 The second sentence in the first paragraph is revised to read. The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix 1 to the Special Provisions, shall be considered as part of the Contract. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions, summations, the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and 1 additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified 1 -02.6 Preparation of Proposal Supplement the second paragraph with the following: � Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing G. \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -4 I the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non - responsive. I (June 27, 2011 APWA GSP) 1 Supplement the second paragraph with the following: II 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated i 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the 1 signer of the bid Delete the last paragraph, and replace it with the following: 1 . The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner I A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner A copy of I the partnership agreement shall be submitted with the Bid Form if any D /M /WBE requirements are to be satisfied through such an agreement. I A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 1 -02.7 Bid Deposit Revise the third and fourth sentence to read: 1 The proposal bond must be a physical copy. (March 8, 2013 APWA GSP) 1 Supplement this section with the following. Bid bonds shall contain the following: 1 1 Contracting Agency- assigned number for the project; 2. Name of the project; I 3 The Contracting Agency n as obligee; I 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents I five percent of the maximum m bid amount that could be awarded, 5 Signature of the bidder's officer empowered to sign official statements. The signature of the 1 person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 111 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. I If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. I G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -5 1 1 1 -02.9 Delivery of Proposal rY p (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the CaII for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056A EF, as required by Section 1 -02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if 1 a. The Bidder is not prequalified when so required; b. b The authorized proposal form furnished by the Contracting Agency is not used or is altered, c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions, d The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; 1 g The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6, 1 h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6, The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; 1 G. \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -6 1 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I 1 More than one proposal is submitted for the same project from a Bidder under the same or different names. I Add the following to Item 2: f. If changes to proposal form entries are not initialized. I 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this section and replace it with the following A Bidder will be deemed notl responsible if the Bidder does not meet the mandatory bidder I responsibility criteria in RCW 39 04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes I A. Criterion. The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of I Revenue. B Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: I http. / /dor.wa.gov/ content/ fileandpaytaxes /Iatefilinq /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below 1 2. Federal Debarment A. Criterion. The Bidder shall not currently be debarred or suspended by the Federal government. 1 B Documentation: The Bidder shall not be listed as having an "active exclusion" on I the U S. government's "System for Award Management" database (www.sam.qov) 3 Subcontractor Responsibility I A. Criterion The Bidder's standard subcontract form shall include the subcontractor responsibility, language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that I each of its sucontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation. The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors I ' with which it contracts. 1 G: \PROJECTS\2013\13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -7 I 1 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation. The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5 Claims Against Retainage and Bonds A. Criterion. The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information • Name of project; • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim 6. Public Bidding Crime A. Criterion. The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 1 7 Termination for Cause / Termination for Default A. Criterion The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs docx 01025 -8 1 1 government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. 8 Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of �. failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility The Contracting Agency also reserves the right to obtain information from third - parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to. (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises, and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days G:\PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -9 1 prior to the bid submittal deadline and address the request to the Project Engineer or such other 1 person designated by the Contracting Agency in the Bid Documents. 1 -02.15 Pre -Award Information (August 14, 2013 APWA GSP) Revise this section to read Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 1 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) 1 Revise the first paragraph to read After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1 -03.2 Award of Contract Add the following: The Contract will be awarded on the basis of the total of all bid items and bid schedules accepted by the Contracting Agency The Contractor shall submit bids for all bid items and bid schedules to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items and bid schedules selected by the Contracting Agency 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs docx 01025 -10 11 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Supplement this section with the following: Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1 -03.5. 1 -03.4 Contract Bond Supplement this section with the following The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency Repair 11 and /or replacement of defective materials and workmanship shall be as specified in Section 1- 05 12(1) In addition to the requirements for the Contract Bond according to Section 1 -03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency The Contract Bond document is bound in these Specifications (October 1, 2005 APWA GSP) Revise the first paragraph to read 1 The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved! surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and G:IPROJECTSt20131131151Yakima Water Telemetry Upgrades Specs.docx 01025 -11 1 b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, ■ 2. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure. a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond, and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 1 -04 SCOPE OF THE WORK 1- 04.1(2) Bid Items Not Included in the Proposal 1 Delete the first paragraph in its entirety and replace it with the following. If work is required to complete the project according to the intent of the Plans and Specifications but 1 no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read. Any inconsistency in the parts of the contract shall be resolved by following this order of precedence 1 (e g , 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1 Addenda, 2. Proposal Form, 3 Special Provisions, 4. Contract Plans, 5 Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 1 -04.4 Changes Supplement this section with the following 1 No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -12 1 1 Q Charges or credits for the,, work covered by the approved change shall be determined by one or more, or a combination of the following methods. a. Unit bid prices previously approved b. An agreed lump sum. c. The actual costs of (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance, (6) Social Security and old age and unemployment contributions: t Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via Section 1 -09.6 Force Account of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following. After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change /changes. 1- 04.4(1) Minor Changes Add the following: The Contractor is advised that this item may or may not be utilized in this project. 1 -04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP) Supplement this section with the following The quantities for * *AII Bid Items ** have been entered into the Proposal only to provide a common proposal for bidders Actual quantities will be determined in the field as the work progresses, and will 1 be paid at the original bid pri regardless of final quantity. These bid items shall not be subject to the provisions of 1 -04.6 of the Standard Specifications. 1 -04.11 Final Cleanup Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by of i ers and will deduct such costs from any payment due the Contractor. The following new section shall be added to the Standard Specifications. 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -13 1 1 -05 CONTROL OF WORK 1 1 -05.1 Authority of the Engineer Supplement this section with the following Unless otherwise expressly provided in the Contract Plans, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accor- dance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. At the contractor's risk, the Project Engineer may suspend all or part of the work according to Section 1 -08.6 1 -05.3 Plans And Working Drawings 1 Replace the second, third, and fourth paragraphs of Section 1 -05 3 of the Standard Specifications with the following: 1 The Contractor shall submit shop drawings, samples, test reports and other required submittals in accordance with Section 16010 of the Technical Specifications 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: 1 If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to 111 perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying 1 defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. 1 No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -14 1 1 1 The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following. 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor Upon receipt of written ,notice concurring in or denying substantial completion, whichever is applicable, the Contractor Shall, pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the I� Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. ' The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection Add the following to Section 1 -05 11(1) of the APWA GSP To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1- 05.11(2) Final Inspection and Physical Completion Date 1 When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected 1 G:IPROJECTS12013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -15 1 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the 1 performance of the work attributable to the exercise of the Engineer's right hereunder Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency 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 or signal systems, irrigation systems, buildings; 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 During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal 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. Add the following to Section 1- 05.11(3) of the APWA GSP: 1 The operational testing period and sequence for telemetry system control panels and appurtenances shall be as described in Section 01010 — Work Summary, and Division 16 of the Technical Specifications Add the following new section 1- 05.12(1) One -Year Guarantee Period 1 (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor 11 G' \PROJECTS12013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -16 1 I - - 1 When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency 1 -05.13 Superintendents, Labor Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read. All correspondence from the Contractor shall be directed to the Project Engineer � g Weer All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply,' with,' the requirements of the Contract. Add the following new section. 1 -05.16 Water and Power (October 1, 2005 APWA GSP) 1 -05.16 Water and Power (New Section) The following new section shall beiadded to the Standard Specifications. Water Supply* Water for use on this project shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regula- tions. The City reserves the right to deny the use of fire hydrants where deemed inappropriate by the City. Power Supply: The Contractor shall make necessary arrangements, and shall bear the costs for power necessary for the performance of the work. Measurement and Payment: No separate measurement and payment for water and power will be ' made This pertains to water required for dust control, water settling trenches (when approved by the Engineer), and any other water as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation G: \PROJECTS12013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -17 shall be considered as unofficial information and in no way binding upon the Contracting Agency, 1 unless subsequently put in writing and signed by the Contracting Agency. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 1 -07.1 Laws to be Observed Amend the second sentence of the first paragraph to read 1 The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or material person) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following In cases of conflict between different safety regulations, the more stringent regulation shall apply. 1 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site 1 -07.2 State Taxes Delete this section, including its subsections, in its entirety and replace it with the following 1 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01 025 -18 1 1 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28 051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1- 07.2(1) State Sales Tax —Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc , which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the 'roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax —,Rule 170 ' WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in for to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract p rice. The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes orr the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amou I t. 1 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.17 Utilities And Similar Facilities 1 Supplement this section with the following: Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. G: \PROJECTS12013\ 13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -19 i The Contractor shall call the Utility Notification Center (One Call Center) for field location, not Tess than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday The telephone number for the One Call Center for this project is 1- 800 -424- 5555 If no one - number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. 1 -07.18 Public Liability and Property Damage Insurance , Delete this section in its entirety, and replace it with the following 1-07.18 Insurance 1 (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements 1 A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48 The insurance must be provided by an insurer with a rating of A VII or higher in the A.M. Best's Key Rating Guide, which is licensed to • do business in the State of Washington (or issued as a surplus line by a Washington Surplus lines broker) The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements B The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below) C If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. , D The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- r contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -20 1 F The Contractor shall ;,provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice.. 1 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s) H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1 J All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made ' 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured (s)� • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • Conley Engineering, Inc. 1 • Huibregtse, Louman Associates, Inc. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate, of Insurance provided by the Contractor pursuant to 1 -07 18(3) describes limits lower than those maintained by the Contractor. 1 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1 -07 18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide elidence of such insurance. 1 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed 'Contract for the work. The certificate and endorsements must conform to the following requirements: 1 An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1 -07 18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 1 3. Any other amendatory endorsements to show the coverage required herein. I i G: \PROJECTS\2013 \13115Wakima Water Telemetry Upgrades Specs.docx 01025 -21 1 Supplement Section 1- 07.18(4) of the APWA Special Provision with the following 1 The Certificate of Insurance shall stipulate that the policies named thereon cannot be canceled unless at least thirty (30) days written notice has been given to the Contracting Agency The Certificate shall not contain the following or similar wording regarding cancellation notification. "Failure to mail such notice shall impose no obligation or liability of any kind upon the 1 company, its agents, or representatives." 1- 07.18(5) Coverages and Limits 1 The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of 111 such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor 1- 07.18(5)A Commercial General Liability 1 A policy of Commercial General Liability Insurance, including Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) 1 Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence 1 Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)6 Automobile Liability 1 Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 Combined Single Limit 1 G: \PROJECTS12013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -22 'r 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1- 07.18(5)E All Risk Builder's Risk (May 10, 2006 APWA GSP) Contractor shall purchase and :maintain Builders Risk insurance covering interests of the Contracting Agency, the Contractor, Subcontractors, and Sub - subcontractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief and collapse The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off -site Such insurance shall cover "soft costs" including but not limited to design costs, licensing fees, and architect's and engineer's fees Builders Risk insurance shall be written in the amount of the completed value of the project, with no coinsurance provisions. The Builders Risk insurance covering the work shall have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood, earthquake and all other perils may be accepted by the Contracting Agency upon written request by the Contractor and ' written acceptance by the Contracting Agency Any increased deductibles accepted by the Contracting Agency will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the Contracting Agency. The Contractor and the Contracting Agency 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 extent covered by Builders Risk insurance or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 1- 07.18(5)F Excess Or Umbrella Liability (May 10, 2006 APWA GSP) The Contractor shall provide, Excess or Umbrella Liability coverage at limits of $5,000,000 per occurrence and annual aggregate This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, for any combination thereof. Add the following new section: 1 -07.28 Safety Standards r All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and /or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected ' against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty ' to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. r G: \PROJECTS12013\13115Wakima Water Telemetry Up rades Specs.docx 01025 -23 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters 1 (May 25, 2006 APWA GSP) Add the following new section. ' 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) 1 Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. 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, 1 submittals, etc., 4 To establish normal working hours for the work; 1 5 To review safety standards and traffic control, and 6 To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following 1 A breakdown of all lump sum items, i 2. A preliminary schedule of working drawing submittals, and 3 A list of material sources for approval if applicable. Supplement Section 1 -08 0(1) of the APWA GSP with the following. 1 All payments for Lump Sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows. At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1 -08, Prosecution and Progress, before the first payment is made. Add the following new section: 1- 08.0(2) Hours of Work ■ (March 8, 2013 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between G: \PROJECTS\ 2013\ 13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -24 1 7 00 a.m. and 6'00 p m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the ' preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7 00 a.m. or after 6 00 p m. on any day; or longer than an 8 -hour period on any day The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. 1 Permission to work between the hours of 1000 p m. and 7.00 a.m. during weekdays and between the hours of 1000 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 Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays; Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by 1 the Contracting Agency or Engineer. These conditions may include but are not limited to • The Engineer may require designated representatives to be present during the work. ' Representatives who may be deemed necessary by the Engineer include, but are not limited to survey crews, personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence • On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work :performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24 -hour period. 1 Add the following to the first paragraph of Section 1 -08 0(2) of the APWA GSP The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these ' Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor 1 and /or his subcontractors are at the project site Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of Section 1 -08 0(2). ' 1 -08.1 Subcontracting Add the following. 1 The Contractor shall submit a "Request to Sublet" form, found on the following page, to the Engineer for review prior to the identified subcontractor beginning any work on the project. 1 1 G:IPROJECTS12013\13115Wakima Water Telemetry Upgrades Specs.docx 01025 -25 ili Washinton St Department of t Transportation Request to Sublet Work I ❑ Subcontractor ❑ Lower Tier Subcontractor ❑ DBE Prime Contractor Federal Employer I D. Number * State Contract Number 1 Job Description (Title) Request Number I Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor j Unified Business Identifier (UBI) Federal Employer I D Number * 1 Address Telephone Number City j State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D Number, I Use Owner's Social Security Number Item No Partial Item Description Amount 1 11 1 1 1 1 , 1 1 1 understand and will insure that the subcontractoriwill Prime Contractor Signature Date comply fully with the plans and specifications under which this work is being performed. Department of Transportation Use Only Percent of Total Contract I DBE Status Verification I This Request Previous Requests , % Sublet to Date I Project Engineer's Signature Date Approved - Region Construction Engineer Date ❑ Approved (When Required) DOT Form a21 -012 EF Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor Revised 11/2009 1 I 11 1 -08.3 Progress Schedule I Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all I concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that I all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule I shall be arranged in the ordeli and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown I along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated 1 Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced I by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. 1 Delete the next to the last sentence of the second paragraph. 1 -08.4 Prosecution of Work I Delete this section in its entirety, and replace it with the following. I 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) I Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency The Contractor shall not commence with 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 days of the Notice to I Proceed Date, unless otherwise approved in writing The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. 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. Replace the third sentence of the June 27, 2011 APWA GSP with the following I The Contractor shall commence work within ten (10) days of the Notice to Proceed Date, unless otherwise approved in writing IThe treatment plant is shut down and available for construction of new facilities as described in these specifications. The treatment plant will remain shut down until the initial contract completion date of April 15, 2013 The Contractor shall diligently pursue ordering materials I and equipment, and completing the work as early as possible. The Contractor shall closely coordinate their work with the City and the work of other contractors at the treatment plant. 1 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs. docx 01025 -27 1 1 -08.5 Time for Completion 1 Add the following paragraph The Contractor is advised that all treatment plant work identified under this contract shall be 1 completed no later than April 15, 2014, to provide unrestricted use of new and existing treatment facility components, for startup and operation of the plant. Work identified at the remote sites may be completed after April 15, 2014, but shall all be completed no later than August 31, 2014. 1 Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the 1 Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity (August 14, 2013 APWA GSP, Option A) 1 Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date 1 Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days. (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charqed as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established: 1 The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1- 07.9(5)) 1 b Material Acceptance Certification Documents. c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. 1 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs docx 01025 -28 I1 1 d. Final Contract Voucher Certification. e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all i Subcontractors. f. Property owner releases per Section 1- 07.24. 1 -08.9 Liquidated Damages I� The provisions of Section 1 -08.9 of the Standard Specifications shall be modified as follows. Because the Contracting Agency finds it impractical to calculate the cost of damages, it will use the I� following. If the Contract work is not completed by the dates specified in Section 1 -08 5, the Contractor agrees to pay to the Owner the sum of $1,500.00 per day for each and every working day said work remains uncompleted after the specified date. (August 14, 2013 APWA GSP) Revise the fourth paragraph to read. When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns ' in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of fall the Contract Work. The Contractor shall complete the remaining 1 Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1 -09 MEASUREMENT AND PAYMENT 1 1 -09.3 Scope of Payment Add the following. Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each section of the Standard Specifications, the Bid Schedule items will prevail If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. Add the following new section. 1- 09.3(1) Description of Bidlltems Bid items listed in the Bid Schedule are defined to include, but not necessarily be limited to, the ' following. 1 The lump sum price bid for "Mobilization" shall be full compensation for all labor, materials, tools, and equipment' necessary to mobilize to the project site as defined in the Standard Specifications. Payment will be made in accordance with the Standard Specifications. ' 2. 1.The lump sum price bid for "Water System Telemetry Upgrades, Complete," shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary for a complete and operational telemetry control system, including, but not necessarily be G: \PROJECTS\ 2013\13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -29 1 limited to, furnishing and installing major control equipment and components, control panel 1 modifications, wiring, alarm and telemetry system components and appurtenances, HVAC equipment, plumbing and appurtenances, startup and testing services, training, submittals, and panel modification record drawings, as shown on the drawings and as described in the specifications 1 -09.4 Equitable Adjustment Replace Item 2.b with the following 2.b Per Section 1 -09 6, Force Account. ' 1 -09.6 Force Account Add the following clarification to this section. ' The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead " ' Paragraph one of subsection 2 shall be clarified as follows Sales tax is applied to payments made to the contractor and shall not be included in the cost of , materials. (October 10, 2008 APWA GSP) Supplement this section with the following The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates Payment will be made on the basis of the amount of work actually authorized by Engineer 1 1 -09.9 Payments Supplement this section with the following: 1 The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. 1 The Contractor shall submit his signed Application for Payment within three (3) working days of the progress estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made Payment to the Contractor will be made within approximately 30 calendar days from said meeting Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor All payments for lump sum items over $5,000 00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -30 1 approved by the Engineer as described in Section 1 -08 Prosecution and Progress before the first payment is made. (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following. The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final ' Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction conference The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any 1 time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1 1 Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer ' 4 Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less 1 Retainage per Section 1-09.9(1), on non FHWA- funded projects, 2. The amount of progress payments previously made; and 1 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed The determination of payments under the contract will be final in accordance with Section 1 -05.1 1- 09.9(1) Retainage Add the following to the fourth paragraph: 1 5. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. G: \PROJECTS\2013 \131151Yakima Water Telemetry Upgrades Specs.docx 01025 -31 1 Add the following new section: 1 1- 09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39 04.250, RCW 39 12, and 1 RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations: 1 1 Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which 1 the Contractor is obligated to pay 3 Utilizing material, tested and inspected by the Engineer, for purposes not connected with the work 1 (Section 1- 05.6). 4 Landscape damage assessments per Section 1 -07 16 1 5 For overtime work performed by Contracting Agency personnel or its representative, per Section 1 -08 0(3). 6 Anticipated or actual failure of the Contractor to complete the work on time a. Per Section 1 -08 9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time 7 Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to 1 a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1 -05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1 -06 3 e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1 -07.9 f. Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required by Section 1 -07 10 g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1- 08 3 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15- calendar day period. 11 G: \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -32 1 No legal action has commenced to resolve the validity of the claims, and 1 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties. When the conditions 1 -7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall ' be made for amounts withheld because of them Add the following new section: ' 1- 09.9(3) Final Payment Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the ' terms of Section 1 -09 9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage stifficient to satisfy the settlement of such claims and liens, including ' attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor On contracts for public works, final payment of the retained percentage will not be made until after the ' Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39 12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1- 09.11(3) Time Limitations and Jurisdiction Delete in its entirety the reference to Thurston County and replace it with "the County in which the Contracting Agency's headquarlters are located." 1 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following - The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09 11 and not resolved by nonbinding ADR processes, G:\PROJECTS12013\13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -33 1 shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim 1 through binding arbitration. 1- 09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. END OF SECTION 01025 1 1 1 1 1 1 1 11 111 1 11 1 G \PROJECTS\2013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 01025 -34 111 1 1 1 1 1 1 1 1 1 1 DIVISION 16 - ELECTRICAL 1 1 1 1 1 1 1 1 G: \PROJECTS12013 \13115Wakima Water Telemetry Upgrades Specs.docx I 1 i l II SECTION 16010 – BASIC ELECTRICAL REQUIREMENTS i PART 1 — GENERAL I 1.1 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1 1.2 SUMMARY I A. Section Includes I 1 General requirements for electrical work. a. Systems Descriptions ' b. i Submittals c. Coordination I , B Related Sections include but are not necessarily limited to 1 Gener Conditions. I 2 Division 1 - General Technical Requirements. C. Installation of systems and equipment is subject to clarification as indicated in reviewed shop drawings and field coordination drawings. 1.3 WORK DESCRIPTION 1 A. Provide labor, parts and materials to replace existing control system components with modern controllers. The Contractor shall be proficient and possess a working knowledge of communications protocols, programming language, and I configuration techniques as applied to Square D Symax 400 PLCs, Esteem Radios, AIIen- Bradley RS Logix 500, and Allen- Bradley RS Logix 5000 platforms. The Contractor shall troubleshoot communications errors and have diagnostic and troubleshooting equipment available The Contractor shall be familiar with 1 AIIen - Bradley Micrologix 1400 series PLCs and CompactLogix PLCs. B Provide the labor, materials, and equipment necessary to furnish, install, and place into operation the power, instrumentation, control, and associated electrical s ystems of th Contract. C Provide functioning systems in compliance with manufacturer's instructions, I performance requirements specified or indicated, and modifications resulting from reviewed shop drawings and field coordinated drawings. 1 D. Provide electrical connections to controls, meters, and any other electrical device installed or provided as part of the project. E. Test, adjust and calibrate equipment and start-up all electrical equipment, instrumentation equipment, and its associated mechanical attachments as necessary to place the project into operation 1 16010 -1 1 1 F Mark and identify circuits, equipment, and enclosures with wire numbers, nameplates, and warning signs 1.4 SYSTEMS DESCRIPTIONS A. Provide complete process control systems including programmable logic controllers (PLCs), individual controllers, monitoring and /or metering equipment, instrumentation equipment, and associated raceways, wiring, control panels, communication devices, and similar items. B Provide a complete communications system including raceways, conductors, cables (copper), and associated enclosures. 1.5 AREA CLASSIFICATIONS A. Areas of the project are classified as "damp" or "wet" as defined in Article 100 - �? Definitions of the NEC For the purposes of this specification, areas considered as damp under the NEC shall be considered wet. Areas are also classified as wet as listed below 1. Areas outdoors or underground. 2. Areas in below grade vaults, manholes, or pullholes. 1 3 Areas in buildings or structures that are below grade. B. Process Areas: 1 Operations Building except the Control Room, Main Control Panel, and Storage Room 1 2. Each offsite location shall be considered a process area. C. Finished Areas. Areas that will require concealed construction in walls and ceilings. Finshed areas are generally indicated on the drawings and /or noted in these specifications. The following shall be considered Finished Areas: 1 Control Room in Operations Building 2. Main Control Panel Partition 3 Storage Room 1 , 1.6 DEFINITIONS A. Outdoor Areas 1. Those locations on the Project site where the equipment is normally exposed to wind, dust, rain, snow, or similar natural environmental conditions. B Indoor Areas. 1 Those locations on the Project site where the equipment is normally protected from wind, dust, rain, snow, and similar natural environmental conditions by a building or structure with a complete floor -wall- roof /ceiling enclosure. C. Shop Fabricated 16010 -2 r 1 Manufactured or assembled equipment for which a NRTL test procedure has not been established 111 D. NRTL: Nationally Recognized Testing Laboratory E. NEC. National Electrical Code F NFPA. National Fire Protection Association G. NECA: National Electrical Contractors Association 1� t7 QUALITY ASSURANCE A. Listing and Labeling: Provide products specified in these specifications that are listed and labeled 1 The Terms "Listed and Labeled As defined in the NEC, Article 100 2 Listing and Labeling Agency Qualifications A "Nationally Recognized Testing Laboratory" (NRTL) as defined in OSHA Regulation 1910 7 3. Comply with WAC and RCW requirements B. Electrical Component Standard Provide components that comply with NFPA 70. C When a specific code or standard has not been cited, the applicable codes and standards of the following code - making authorities and standards organizations apply: 1. American Association of State Highway and Transportation Officials (AASHTO) 1 2. American Iron and Steel Institute (AISI) 3 American National Standard Institute (ANSI). 1 4 American Society for Testing and Materials (ASTM). 5 ETL Testing Laboratories, Inc (ETL) 6 Insulated Cable Engineers Association (ICEA). 7 Institute of Electrical and Electronic Engineers (IEEE). 8. Illuminating Engineering Society of North America (IES) 9. Instrument Society of America (ISA). 10 Joint Industrial Council (JIC). 11. Lightning Protection Institute (LPI). 1 12. National Electrical Manufacturers Association (NEMA) 13. National Fire Protection Association (NFPA). 14. Occupational, Health and Safety Administration (OSHA). 15 Underwriters Laboratories, Inc. (UL) 16010 -3 1 ,1 D. In case of conflict or disagreement between codes, standards, laws, ordinances, rules, regulations, plans and specifications, or within either document itself, the more stringent condition governs 1.8 SUBMITTALS 1 A. See Section 01300 B Make submittals as soon as practicable after the date of notice to proceed, but 1 prior to purchase, fabrication, or installation of materials or equipment. Make submittals as a single package for each specification section or group related sections in one submittal, with proposed products and materials grouped according to the sections specified in Division 16 Do not split submittals having a common bill of materials C. Product Data. 1, 1 Provide manufacturer's product technical data, including, but not limited to J a. Identification of the manufacturer b Manufacturer's product descriptive bulletin. r ' c. Current, voltage, nameplate, load, impedance, and other electrical data pertinent to the Project and necessary to assure compliance with the Specifications and Plans d Equipment weights and dimensions 2 Clearly indicate by using arrows or brackets precisely what is being, submitted on. Designate optional accessories, which are being included and those which are excluded in the submittal D. Shop Drawings: Submit Shop Drawings containing detailed drawings, diagrams and instructions for installing, operating and maintaining the material and equipment proposed for installation in the electrical work. 1 1 See individual Division 16 sections for specific additional requirements. 2. Prior to submittal, coordinate the electrical equipment (particularly control panels and instrumentation) and materials, with other applicable equipment and systems of the contract documents, particularly process equipment and systems a. Where electrical equipment submitted by the Contractor is a different size than the scaled dimensions shown on the plan, section or elevation drawings of the Contract Documents or 4 requires clearance (for Code compliance, ventilation or other reasons), the Contractor shall mark and submit copies of the Contract Documents (or provide a modified AutoCAD drawing) showing the actual size of the proposed equipment, its placement drawn to scale in red pencil on the copies and any necessary clearances which demonstrate the suitability of the proposed equipment for the conditions of installation i.e adequate space, clearance etc. Submittals which do not meet this requirement will be rejected as incomplete. 1 16010 -4 1 3. Provide technical drawings as follows: a. Provide diagrams and drawings similar to the contract plans and ,11 named in a similar fashion for all technical drawings submittals b. Use diagrams and symbols for shop drawings that conform to I Joint Industry Conference (JIC) Electrical Standards for Industrial Equipment and /or NEMA, Industrial Control Systems, ANSI and IEEE standards, latest revisions. Prepare drawings on size A, B or D sheets in a format similar to the Contract Documents or I . other nationally recognized drawing standard c. Provide electrical elementary wiring diagrams for the electrical control systems showing the wiring of electrical control items, such as starters, control systems, interlocks, switches, programmable controllers, microprocessor controllers, and relays. r1 d Provide scaled and dimensioned panel or enclosure face layout drawing, panel /subpanel material of construction, dimensions, and weight; conduit and wiring access locations, and material wiring and terminal block drawings for each control panel E. Clearly indicate on submittals that equipment or material is NRTL listed or is constructed utilizing listed or recognized components. Where a NRTL standard has not been established clearly identify that no NRTL standard exists for that equipment. III Operation and Maintenance Manuals 1. See specific sections for information specific to each type of equipment which is to be included in O &M manuals 2. Provide Record Drawings of the work upon completion of the work, folded and punched for insertion into the manual after they are reviewed by the Owner. 3. Clearly indicate by using arrows or brackets precisely what has been provided. Designate optional accessories, which are being included and those which are excluded in the manual. ' 4. Final manuals for the electrical system shall consist of 3 -post, expandable metal hinge binders labeled with the job name and the 1 Contractor's name with tab dividers for each major type of equipment. it a. Provide manufacturer's installation, operation, maintenance, and service information for each item of equipment furnished under Division 16. b. Assemble and index each section listing the contents individually I on the tab divider for that section. c. Compile a spare parts list and a suppliers index for each section 1 and assemble in the section provided d. Assemble records of tests, measurements, and calibration settings made for each device Provide Record Drawings of the I 16010 -5 I work upon completion of the work. Fold, punch, and insert these 1 records into the manual after they are reviewed by the Owner 1.9 RECORDS A. Maintain and annotate on the job at all times a separate set of Record Drawings in accordance with the General Conditions. Show cactual equipment and fixture locations, equipment sizes and dimensions and building or structure outline changes. At the end of the end of the project, forward to the Owner a complete set of drawings marked in red pencil in a manner consistent with the Contract Plans, indicating the changes made on the job. 1.10 COORDINATION A. Coordinate the interruption of electrical systems to any part of the facility in use by the Owner at least 48 hours before interruption of the system. B Coordinate the cutting of existing structures with the new and existing electrical systems. Identify, locate, and protect existing and underground, underslab or embedded conduits /cables where excavation or cutting of existing structures is to be performed. C. Coordinate installing electrical identification after completion of finishing where identification is applied to field- finished surfaces. D Where changes in the work, or substitutions in material or equipment specified under this Division are proposed, ensure that sizes, weights, openings, etc., are provided that do not require changes in the work outside this Division. If changes to work outside this Division are required to accommodate substitutions or changes proposed by the Contractor, submit complete descriptions of these changes for approval by the Owner, and pay for all such changes. E No additional payment or "extras" are allowed for changes required to accommodate substitutions or changes proposed by the Contractor. F Coordinate the installation of electrical equipment with other trades. 1. Install sleeves 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 gypsum walls and of all other fire - rated floor and wall assemblies. 2. Where penetration of completed or permanent construction elements such as walls, beams, ceilings, floors, etc. is required, obtain approval from Owner for penetration (drilling, cutting, shooting, punching) of structural components prior to penetrating the element or component. G Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Cooperate in locating equipment to avoid interference with work of others, and plan this work to harmonize with the work of other trades so that all work may proceed as expeditiously as possible. No extras are allowed because of moving work required to avoid interference with work of other trades or contractors 1.11 DELIVERY, STORAGE, AND HANDLING A. See Section 01600 1 16010 -6 1 1 111 B. Receive, handle, and store electrical materials and equipment in accordance with the manufacturer's instructions. 1 C Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner D Repair, restore, or replace damaged, corroded and rejected items at no additional cost to the Owner. PART 2 — PRODUCTS I 2.1 ACCEPTABLE MANUFACTURERS A. Refer to indivi Division 16 sections. J 1 Provide equipment, which is of a similar type, made by one manufacturer throughout the project unless otherwise noted in the Specifications II B. Submit requests for substitution in accordance with Specification Section 01300 2.2 MATERIALS It A. Except as otherwise indicated, provide new materials and equipment which are standard products of manufacturers regularly engaged in production of such equipment. Provide similar items of equipment of the same manufacturer and quality. Where systems are specified, provide components of the system from one manufacturer. li, B 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 III equal equipment may be acceptable 2 If no other manufacturer is listed then any manufacturer of equal equipment may be acceptable unless specifically stated otherwise. C Provide material or equipment approved and labeled for the purpose for which it is to be used by a nationally recognized electrical testing laboratory (NRTL) or other organization acceptable to the State of Washington Department of Labor I and Industries! 1 Where NRTL test procedures have been established for the product 1 type, provide electrical equipment approved under that procedure and bearing the NRTL label D. When equipment is shop fabricated for the Project, use electrical devices and i enclosures which are NRTL listed and labeled or recognized. PART 3 — EXECUTION 3.1 INSTALLATION A. Make arrangements for and pay for necessary permits, licenses, and inspections. 1 , B. Equipment shall be installed in accordance with the requirements of the National Electrical Code, National Electrical Safety Code, and applicable state and local regulations and ordinances. I 16010 -7 ll 1 C. Install equipment in accordance with the manufacturer's instructions and the NECA "NEIS" (National Electric Installation Standards). D Provide on -site testing as listed in individual specification sections. Test results shall be in writing. E. Equipment Dimensions and Clearances 1. Dimensions indicated for electrical equipment and dimensions indicated for the installation of electrical equipment are restrictive dimensions. Verify that equipment will fit within the indicated locations and spaces. Do not use equipment that impinges upon the required clearance,, reduces actual clearance, or exceeds the indicated dimensions a. Except as approved in writing by the Owner 2 Do not use arrangements of equipment that impinge upon the required clearance, reduce actual clearances or exceed the space allocation F. Install materials and equipment in a manner, location and construction that does not produce galvanic action or any other materials corroding or eroding action Equipment fabricated from aluminum shall not be placed in direct contact with earth or concrete, 3.2 ASSISTANCE A. Provide assistance to the Owner during the demonstration or testing of equipment by operating devices and equipment, during construction observation by opening enclosures for inspection, checking record drawing information, and similar tasks, as necessary, in the Owner's judgment to verify all work provided END OF SECTION 1 1 1 1 1 16010 -8 SECTION 16050 – BASIC ELECTRICAL MATERIALS AND METHODS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and 'general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following 1. Supporting devices. 2 Electrical identification 3. Electrical demolition 4. Cutting and patching 5. Cleaning and finish touchup painting. 6. Testing 1.3 SUBMITTALS A. General: Submit each item in this section according to the Conditions of the Contract and Division 1 Specification Sections B. Test reports. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1 7. PART 2 — PRODUCTS 2.1 SUPPORTING DEVICES A. Provide tubing, channel and angle support systems, hangers, sleeves, brackets, fabricated items, and fasteners for secure support of electrical equipment, devices, components and materials 1. Material: a. Wet locations (including outdoors and in below -grade structures). 1 Stainless steel or hot - dipped galvanized b Other locations Steel, except as otherwise indicated, protected from corrosion with zinc coating, cadmium plating, or with treatment of equivalent corrosion resistance using approved alternative finish or inherent material characteristics. 111 B. Conduit clamps: one hole or beam clamps 1. Rigid Steel Conduit: cast iron hot dipped galvanized clamps with cast iron hot dipped galvanized clamp back (AKA foot or spacer). 16050 -1 II 2. PRMC: cast iron PVC coated or stainless steel clamps with cast iron I PVC coated or stainless steel clamp back (AKA foot or spacer). 3 EMT: stamped steel clamps — cad plated or galvanized. 11 C. Anchors stainless steel in wet, hazardous or corrosive areas; cadmium plated or galvanized steel in dry areas. 1 lag screws or Type A tapping screws for wood 2 Toggle bolts with springhead for light Toads in masonry. , thru -bolt with fender washers for loads in masonry ry 4 toggle bolts with springhead for hollow partitions. r II 5. epoxy set or self drilling anchors with threaded studs for concrete p Y 9 6. clamps or U -bolts for structural steel. 7 Epoxy set or self drilling anchors with extension rods for hollow tile over concrete. 8 hanger rods: 1/4 -inch diameter or larger threaded steel, except as ,1 . otherwise indicated D Sleeves ,1 1 Dry Areas: a. PVC, schedule 40 ,I b 0 0276 -inch or heavier galvanized sheet steel, round tube, closed with welded longitudinal joint. 2.2 ELECTRICAL ENCLOSURES A. Enclosures for use with Electrical Equipment: 1 1. Standards. a. NEMA ICS -6, Enclosures for Industrial Controls and Systems. 1 b. UL 508, Industrial Control Equipment. 2 Provide NEMA enclosure types as indicated on the Contract Documents. 1 I Where the enclosure type is not indicated by the Contract Documents provide enclosures as follows. a. NEMA 1. Use in electrical rooms and in dry indoor finished ,;� areas. b NEMA 12 Use in unclassified (non- hazardous and non- , corrosive) indoor locations which are neither wet nor damp c. NEMA 4X. Use in all non - hazardous wet or corrosive locations. 1 16050 -2 1 ill B. Shop or Factory Finishes 1 Exteriors of painted enclosures shall be ANSI gray. 1 2. Interiors of painted enclosures shall be either white or Tight gray I 2.3 ELECTRICAL IDENTIFICATION A. Manufacturer's Standard Products Where more than one type is listed for a specified application, selection is Contractor's option, but provide single type for each application category Use colors prescribed by ANSI A13.1, NEC and these Specifications B Colored Adhesive Marking Tape for Raceways, Wires, and Cables: Self - I adhesive vinyl tape not less than 3 mils thick by 1 inch wide. C Color- Coding, Cable Ties Type 6/6 nylon, self - locking type. Colors to suit coding scheme D Engraved, Plastic- Laminated Labels, Signs, and Instruction Plates. Engraving stock, melamine plastic laminate punched for mechanical fasteners 1/16 inch minimum thick for signs up to 20 sq. in., 1/8 inch thick for larger sizes Engraved legend in white letters on black face. E. Fasteners for Plastic- Laminated and Metal Signs. Self- tapping stainless -steel screws or stainless -steel No. 10/32 machine screws with nuts and flat and lock washers. 1 If screws may diminish the enclosure rating, provide welded nameplate holders for nameplates. F. Wire markers: machine printed, black ink, alpha - numerical identifiers on yellow 1 polyolefin shrink tubing. Kroy K4350 Shrink Tube, or approved equal. 1. Where it is not possible to use shrink tubing (i.e. on pre- terminated cables) it is acceptable to use the following: a. : Tape Markers Vinyl or vinyl - cloth, self- adhesive, wraparound type with preprinted numbers and letters. 1 2.4 TOUCHUP PAINT A. For Equipment: Provided by equipment manufacturer and selected to match 1 equipment finish. B. For Non - equipment Surfaces Matching type and color of undamaged, adjacent i t finish C For Galvanized Surfaces Zinc -rich paint recommended by item manufacturer. PART 3 — EXECUTION 3.1 INSTALLATION A. Comply with NECA's "Standard of Installation." M lI the equipment and materials in a neat and workmanlike manner employing B. Insta t workmen skilled in the particular trade and in accordance with the manufacturer's 16050 -3 instructions and industry standards Maintain adequate supervision of the work by a person in charge at the site during any time that work under this division is in process or when necessary for coordination with other work. C 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 fifty -four inches above floors to centerline of controls 1 D. Install items level, plumb, parallel and perpendicular to other building systems and components, except where otherwise indicated 3.2 ELECTRICAL SUPPORTING METHODS A. Support electrical equipment, devices and materials from framing members or structure with sufficient clearance for maintaining and servicing. B Fastening and Supports. Unless otherwise indicated, securely fasten electrical items and their supporting hardware to the building /structure /support. 1 1 Use supports as detailed on the Plans and as specified: a. Where not detailed on the Plans or specified, use supports and anchoring devices rated for the equipment load and as recommended by the manufacturer 2. Base rating and size of supports and anchoring devices on dimensions 1 and weights verified from approved equipment submittals. Attach wall mounted enclosures with a minimum of three fasteners, and more if the manufacturer so recommends. 3. Do not cut, or weld to, building structural members without permission of the owner Welding to steel structure may be used only for threaded studs, not for conduits, pipe straps, or any other items. 4 Select fasteners so the load applied to any fastener does not exceed 25 percent of the proof -test load. 1 C Raceway Supports Comply with NEC and the following requirements: 1 Conform to manufacturer's recommendations for selecting and installing supports 2. Install individual and multiple raceway hangers and riser clamps to support raceways. Provide U bolts, clamps, attachments and other hardware necessary for hanger assembly and for securing hanger rods and conduits 3. Support parallel runs of horizontal raceways together on trapeze- or bracket -type hangers. 4. Spare Capacity Size supports for multiple conduits so capacity can be increased by a 25 percent minimum in the future. 5. Support individual horizontal raceways with separate, malleable iron pipe hangers or clamps. 16050 -4 6 In vertical runs, arrange support so the load produced by the weight of the raceway and the enclosed conductors is carried entirely by the I conduit supports, with no weight load on raceway terminals 7 Use double nuts or jam nuts with regular nuts on threaded rods and bolts.' 1 8. Trim rod ends to within 1 /4 inch after installation of last nut, clamp or similar hardware; smooth cut ends or install cap nut. D Cable supports - provide cable ties and straps for clamping, tying, securing and banding wires and cables in all junction boxes, panelboards and terminal cabinets. Support each circuit independently; group phases of three phase circuits 3.3 IDENTIFICATION I A. Install labels where indicated and at locations for best convenience of viewing without interference with operation and maintenance of equipment. B. Coordinate names, abbreviations, colors, and other designations used for electrical identification with corresponding designations indicated on the Plans or required by codes and standards. Use consistent designations throughout the Project. C Self- Adhesive Identification Products: Clean surfaces of dust, loose material, and oily films before applying. D Tag or label power circuits in enclosures using tags or adhesive marking tape I Identify source and circuit numbers in each cabinet, pull box, pull hole, vault, maintenance hole, junction box, and outlet box. Color coding may be used for voltage and phase indication. I E. Provide electrical danger, caution, warning or safety instruction signs including arc flash signs in accordance with WAC /RCW, WISHA/OSHA and other applicable state /federal safety requirements. 3.4 DEMOLITION A. Demolish all existing electrical devices and circuits which are noted for demolition Demolition includes, but is not limited to: 1. Remove all conduit, conductors, fittings, device boxes, hangers, panels, I devices, etc., which are not concealed in the building structure or below grade /slab. I B. Locate, identify, and protect electrical equipment and materials to remain Where existing work to remain is damaged in the course of the work, remove damaged portions and install new products of equal capacity, quality, and functionality at no additional cost to the Owner. I C. Remove existing conductors from conduits or other enclosures, unless otherwise indicated, where existing work is to be abandoned in place. Cut and remove . buried cable or raceway indicated to be abandoned in place at the point where it stubs up or emerges from burial 12 inches below the surface of adjacent grade or construction; cap and patch surface to match existing finish 1 16050 -5 1 1 D. Remove demolished material from the Project site and legally dispose of I demolished material by wastehaul to approved landfill or recycling facility. E. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation and /or reconnection Coordinate the process, mechanical, HVAC, and other equipment scheduled to be relocated and /or reused with other Divisions, and disconnect the equipment from and reconnect the equipment to the electrical systems. 3.5 CUTTING AND PATCHING A. 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 B Repair disturbed surfaces to match adjacent undisturbed surfaces. i. 3.6 CLEANING AND TOUCHUP PAINTING A. Clean dirt and debris from all surfaces. Thoroughly vacuum the interior of enclosures to remove dirt and debris B Replace nameplates damaged during installation. '1 C Apply touch -up paint as required to repair scratches, etc. Thoroughly clean damaged areas and provide primer, intermediate, and finish coats to suit the .1 degree of damage at each location Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats 3.7 TESTING A. Testing requirements specific to other sections are specified in those sections. B. Test electrical equipment as described in individual specification sections after I - installation but before it is energized and placed in service. All equipment shall be tested as recommended by the manufacturer Report all test results in writing Where tests disclose a defect in the work, rework or repair equipment which performs unsatisfactorily during or as a result of system testing at no additional expense to the Owner and retest to confirm the rework or repair until retesting i , confirms that the defect has been corrected. Test in accordance with the manufacturer's installation and testing instructions and the applicable electrical standards (i.e., NEMA, IEEE, ISA, ANSI, or other) for the class of equipment. If equipment or system fails retest, replace it with products which conform with Contract Documents Continue remedial measures and retests until satisfactory results are obtained Remedial measures and retests will be done at no cost to the Owner. END OF SECTION 1 1 16050 -6 1 I I SECTION 16120 – CONDUCTORS AND CABLES an I PART 1 — GENERAL 1.1 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. II 1.2 SUMMARY A. This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less. ' 1.3 SUBMITTALS II A. General Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1 Field Test Reports. Indicate and interpret test results for compliance with performance requirements. 1.4 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1 7 PART 2 — PRODUCTS 1 , 2.1 BUILDING WIRES AND CABLES A. UL- listed building wires and cables with conductor material, insulation type, cable I construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article B Thermoplastic Insulation Material: Comply with NEMA WC 5 C Cross - Linked Polyethylene Insulation Material: Comply with NEMA WC 7 D. Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. 1 E. Conductor Material: Copper F Stranding: ` 1. Class B for power applications. 1 2. Class C for control applications. G Size and Type I, 1 Solid or stranded conductor for No. 10 AWG and smaller gauge 120 VAC branch power circuits; 2 Stranded conductors for control circuits. 1 3. Grounding conductors. solid conductor in sizes No. 6 AWG and smaller gauge, stranded in No 4 AWG and larger gauge. 11 16120 -1 .1 H. Cords. Type SO, size No 14 AWG or larger. 2.2 INSTRUMENTATION AND SPECIALTY WIRE A. Low voltage instrument cable 600 volt rated, multi- conductor cable with overall neoprene or PVC jacket. Individual conductors PVC or polyethylene insulated, with or without nylon overcoat. 1. Unshielded instrument cable Belden 9486 (18 gauge), 9488 (14 gauge) IP or equal, Alpha or NEC 2 Shielded single pair instrument cable (2/C #18) Belden 9341 or equal, 1 Alpha or NEC. 3. Shielded multi -pair ( #22 gauge) instrument cable (between PLC and terminal blocks provided by Contractor) shall be AlphaWire 86318CY 1, SL005 or equal B. SCADA communications wire Coordinate the with the actual Remote I/O protocols being used , 1 Serial Communications Cable a. RS- 422/RS -485 (4 -wire) cabling shall be 2- 2/C #22 with overall foil screen. Signal cables shall have a characteristic impedance of 120 ohms. Provide Belden 3107A or equal. b. RS -485 (2- wire). cabling shall be 1- 2/C #22 + 1 #22 with overall foil screen. Signal cables shall have a characteristic impedance of 120 ohms. Provide Belden 3106A or equal. '1 C Category 5e (Indoor) Cable Provide Category 5e cable as shown on drawings Cable shall be UL Type CMR (riser) Cables shall be field connectorized by the Contractor unless otherwise shown on the drawings All cables shall be tested by Contractor Cable shall be manufactured by 1 Superior Essex 2. Berk -Tek 3 Belden 1 4 Approved equal. 2.3 CONNECTORS AND SPLICES J A. Provide UL- listed, factory- fabricated wiring connectors and splices of size, ampacity rating, material, type, and class for application and service indicated B Conductor Connections, Splices or Taps. 1 Solid Conductors size 18 through 10 AWG. Twist on insulated spring connectors. 2 Stranded Conductors size 18 through 6 AWG: insulated, solid barrel, crimp type plated copper alloy connectors. 1 16120 -2 1 1 C. Terminations. suitable for 75 degree Celsius rated copper conductor Conductor size 18 through 10 AWG insulated, solid copper barrel, crimp 11 type, plated copper alloy spade tongue terminal, made for the wire size and terminal on which they are installed and crimped with an approved plier or tool for the connector 1 D Specialty I/O cables shall be terminated with connectors shown on drawings. 1 DB -25 refers to EIA -530 D shell connector with 25 pins I 2 DB -9 refers to EIA -xxx D shell connector with 9 pins 3 ESTeem Radio to AIIen- Bradley MicroLogix 1400 cable shall be ESTeem Part Number AA061 or Equal 4 AIIen - Bradley MicroLogix Programming cable shall be 1761- CBL -PMO2. I 5. ESTeem Radio to DigiONE IAP serial interface shall be ESTeem Part Number AA061 or equal. it 2.4 INSULATING MATERIALS A. Fillers. Scotchfill, or equal. B. Tape: 7 mil vinyl plastic tape, logo bearing, Scotch 33 +, or equal. PART 3 — EXECUTION I 3.1 EXAMINATION A. Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions I affecting performance of wires and cables Do not proceed with installation until unsatisfactory conditions have been corrected I 3.2 WIRE AND INSULATION APPLICATIONS A. Branch circuits. Type USE /RHW /RHH insulated, stranded conductors, in raceway except Type THHN/THWN insulated, solid or stranded conductors, may I be used indoors, above grade only, for 120 volt branch circuits in sizes #12 AWG and #10 AWG B. Equipment Grounding Conductors. Same type insulation and conductor as the circuit conductors supplying the equipment to be grounded. C Grounding Conductors (other than equipment grounding conductors) bare copper with varnish coat. D. Class 1 and 2 Control Circuits: Type USE /RHW /RHH, size #14 AWG or larger, in raceway; Type MTW/THWN, size #14 AWG or larger, in raceway may be used 1 indoors above grade or above grade in weatherproof enclosures. E. Instrumentation Circuits. Shielded or unshielded instrument cable, as indicated I on the Contract Plans. 1 16120 -3 1 .11; 3.3 INSTALLATION A. Install wires and cables in raceway system, according to manufacturer's written instructions and NECA's "Standard of Installation ", after raceway system is complete, and following "Examination" article of this section. Where existing conductors or cables are removed and later repulled through new or existing conduits, test the conductors after each pulling operation, and replace the conductors or cables with new conductors or cables if the test results are not acceptable per NETA standards B Provide individual neutral conductors for each 120 volt circuit. Common neutral conductors for multi branch circuits are not permitted unless specifically noted and shown on the plans. C Install control, instrumentation, communication and signaling circuits continuously without splices from equipment terminal to equipment terminal or motor lead 120 volt single phase branch circuits may be spliced or connected at taps or connection for outlet devices. Do not splice circuits at other locations without written permission from the Owner D Color code conductors as follows. 1 Grounding conductors Green 2 208Y/120, three phase systems. a. Phase A - black 1 b Phase B - red c. Phase C - blue d Neutral - white 3 Use control wiring of colors different than power wiring or supplied with a trace of color in addition to the basic color of the insulation Number control wiring individually to match equipment number and terminal numbering and use wires of different colors with equipment number for each node or different function in each circuit but use the same color scheme throughout each system for any control or signal wires performing the same function 4. Use wire with insulation of required color for conductors of No 8 AWG and smaller. For wire larger than No 8 AWG which is not available in specified colors, use self- adhesive, wrap- around cloth type markers of solid colors to code the conductors. When conductors are marked in this manner, mark each conductor at all accessible locations such as panelboards, junction boxes, pullboxes, pullholes, auxiliary gutters, outlets, switches, and control centers. 5 Do not use white, gray, or green color for any power, lighting, or control conductor not intended for neutral or grounding purposes a. low voltage control circuits, or 18 AWG or smaller control conductors, may use gray, green or white singly or as part of a trace color in addition to the base color. 16120 -4 1 1 E. Leave six inches or more of free conductor at each connected device or equipment terminal and nine inches of free conductors at each unconnected outlet. Tape free ends of conductors at unconnected outlets and coil neatly in outlet box. F Install wires neatly in 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 G Install grounding conductors according to Section 16060 H. Pulling Conductors: 1. Make all cable ulls by hand. Use pulling means, including fish tape, Y p 9 9 p e, cable, rope, and basket -weave wire /cable grips, or wrapping extra conductor into an eye, that will not damage cables or raceway. 2. Use manufacturer - approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. Install pullboxes or pull fittings where necessary to prevent exceeding manufacturer's recommendations. 3. Cut cable or conductor ends off after pulling and clean all lubricant and /or pulling compound from conductors before terminating. I. Support cables according to Section 16050. 1. Low voltage communications cables (e g., Cat5, RS422/RS485) may be routed using J -Hooks where concealed by ceiling tile or in accessible spaces not normally visible from a finished area. J Low voltage communications cables (e g., Cat5, RS422/RS485) may be routed using D -Rings between an equipment mounting relay rack and equipment or equipment mounting relay rack and conduit within a communication space (Storage Room and Main Control Panel Room) Identify wires and cables according to Section 16050 "Basic Electrical Materials and Methods and as follows: 1. For power circuits: a. At each connection, except at motors, tag for phase rotation and circuit number. b. In each enclosure or box where more than one ungrounded power conductor is spliced or connected, tag for panelboard identification and pole number 2 For control circuits. a. Tag at ends of wire 1' 16120 -5 1 1 3.4 CONNECTIONS A. Use the proper high pressure compression tool for terminating indent type compression connectors or terminations on conductors of size #8 AWG or larger gauge Use an approved pliers or tool for crimping connectors for conductors of size #10 AWG or smaller gauge B Make splices or tap connections with filler, and tape that possess equivalent or better mechanical strength and insulation ratings than conductors being connected Insulate to same thickness as connectors being spliced or connected C Shielded cables used for analog signals shall be terminated with not greater than 1 inch of conductor left outside the shield This applies to field wires entering the panel for termination, and to panel conductors. Conductor twist shall be maintained over the unshielded length to as close as possible to the point of termination. Where the overall jacket is cut back to expose the individual conductors, provide a heat shrink sleeve over the jacket, the signal, and the shield (drain) conductors Insulate the shield (drain) conductor where not covered by the jacket or the sleeve Where shield (drain) conductors are not terminated, cut the conductor even with the jacket so that it is covered by the sleeve to prevent inadvertant contact with other devices, terminals, or conductors in the panel. D Connect outlets and components to wiring and to ground as indicated and instructed by manufacturer, and in compliance with other Sections of Division 16 E. Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B 3.5 FIELD QUALITY CONTROL A. Test installation of wires and cables before electrical circuitry has been energized B Correct malfunctioning conductors, cables, and connections at Project site, 1 where possible, and retest to demonstrate compliance, otherwise, remove and replace with new materials and retest. C Test Category 5e Horizontal UTP Cable for compliance to ANSI/TIA/EIA 568A, ANSI /TIA/EIA TSB67, and ISO /IEC 11801 standards. Test with building electrical systems powered on (i e Lights, HVAC, etc.) 1 Test each end -to -end link, utilizing 100Mhz sweep tests, for continuity, polarity, NEXT, attenuation, installed length, wire map, impedance, resistance, and ACR. Each cable shall be tested in both directions. 2 Testing device shall be a Level 2 testing instrument, re- calibrated within the last six months, with the most current software revision based upon the most current EIA/TIA testing guidelines, 100Mhz rated, capable of storing and printing test records for each cable within the system. 1 Device shall be a LANCAT, Microtest, Fluke, or equal. 3. Tests shall be conducted on cables terminated on a patch panel. 1 END OF SECTION 16120 -6 1 I I SECTION 16130 – RACEWAYS AND BOXES PART 1 — GENERAL 1.1 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. II 1.2 SUMMARY A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for i electrical wiring. 1 Raceways include the following: a. RMC t b EMT I c. FMC d. LFMC 1 e PVC. f Wireways. I � g Surface raceways 2. Boxes, enclosures, and cabinets include the following: I a. Device boxes. b. Outlet boxes. ,1, c. Cabinets and hinged -cover enclosures B Related Sections include the following: 1 1 Section 16050 for raceway and box supports 2. Section 16120 for conductors installed in raceways and boxes I 3 Section 16140 for devices installed in boxes. 1 1.3 DEFINITIONS A. EMT Electrical metallic tubing. B. FMC Flexible metal conduit. C. LFMC: Liquidtight flexible metal conduit. 1 D. RMC• Rigid metal conduit. E. PRMC PVC coated rigid metal conduit. 1 F. PVC: Rigid polyvinyl chloride conduit. 16130 -1 1 1 G. RTRC Reinforced thermosetting Resin Conduit (Fiberglass) 1 H NPT National Pipe Thread NEMA. National Electrical Manufacturers Association 1 J ANSI American National Standards Institute 1.4 SUBMITTALS 1 A. General Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. 1 1.5 QUALITY ASSURANCE A. Refer to Section 16010 Paragraph 1 7 1.6 COORDINATION A. Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access. B Coordinate conduit stub up locations with approved equipment shop drawing submittals prior to locating conduit stub ups in the slab. Locate conduit stub ups per equipment manufacturer's recommendations and the requirements of the Plans and Specifications. PART 2 — PRODUCTS 2.1 METAL CONDUIT AND TUBING 1 A. RMC 1 Conduit: Hot dipped galvanized steel with threaded ends meeting ANSI C80 1 2. Couplings. unsplit, NPT threaded steel cylinders with galvanizing equal to the conduit. 3 Nipples same as conduit, factory made through eight inches, no running threads. B EMT: 1. Conduit: Galvanized steel tubing meeting ANSI C80 3 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 setscrew type C. FMC. 1 Conduit: flexible, galvanized steel convolutions forming a continuous raceway 2 Connectors: galvanized steel, screw in or clamp style, approved for grounding 1 16130 -2 1 S . D 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. The use of thinwall conduit is not permitted 2. Connectors. Hot -Dip galvanized steel or hot -dip galvanized malleable iron, screw in ferrule which covers the end of the conduit inside and out, insulated throat, approved for grounding Provide with gland nut with integral ground lug for connectors to motors rated 10 horsepower and larger O- Z/Gedney Type 4Q series, or approved equal. 2.2 RIGID NONMETALLIC CONDUIT (RNC) A. Rigid nonmetallic conduit (RNC) includes PVC per NEC Article 352 (Rigid Polyvinyl Chloride Conduit: Type PVC) as follows. J 1 PVC: a. NEMA TC 2, Schedule 40 or 80 PVC b. Fittings: NEMA TC 3, match to conduit or conduit/tubing type and material. 2.3 OUTLET AND DEVICE BOXES A. Concealed in dry indoor locations, flush mounted in walls. Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or extension rings to suit construction and application B. Exposed dry locations which are not hazardous or are not in process areas: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1. Boxes 6 inches by 6 inches by 4 inches or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication Covers shall be of the same material and finish as the device box. 2.4 PULL AND JUNCTION BOXES A. Concealed in dry indoor locations, flush mounted in walls: Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1, and with plaster or 1 extension rings to suit construction and application. B Exposed dry locations which are not hazardous or are not process areas. Stamped steel, deep drawn one piece (without welds or tab connections), galvanized, with knockouts for conduit or connector entrance, meeting NEMA OS 1. Boxes 6 inches by 6 inches by 4 inches or larger may be code gauge fabricated steel continuously welded at seams and painted after fabrication. Covers shall be of the same material and finish as the device box. 1 1 16130 -3 1 1 C Communication circuits (CAT 5E cable): Conduit bodies are not permitted Junction boxes shall be sized as follows. Maximum Trade Box Size (Inches) For Each Additional 1 Size of Conduit Conduit Increase (Inches) Width Length Depth Width (Inches) 1" 4" 16" 3" 2" 1 –'/" 6" 20" 3" 3" 1 –'/z" 8" 27" 4" 4" 2" 8" 36 4" 5" 2.5 MISCELLANEOUS FITTINGS 1. NEMA FB 1; compatible with conduit/tubing materials 2 Cord grip connectors shall be OZ Gedney CGA, or equal Appleton or I, Crouse Hinds. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine surfaces and spaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected 3.2 WIRING METHODS , A. Install RMC unless other raceways are shown on the Contract Documents, are in required by Code, or are permitted under these specifications. B Where the manufacturer of equipment provided by the Contractor recommends or requires RMC for circuits associated with the equipment, provide RMC or PRMC for the entire circuit, even if other conduit types would otherwise be, permitted under these specifications. C Indoors. Use the following wiring methods. ,1 1 Exposed raceway runs in non - process areas which are dry and above grade. EMT or RMC 1 2. Exposed in process areas. RMC 3 Exposed Wet or below grade Locations: RMC 4 Concealed a. in wood frame walls: EMT or RMC. 5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor - Driven Equipment): FMC; except where RMC (or PRMC) is used, use LFMC Do not use 1 flexible conduit in place of elbows, offsets, or fittings to attach to 1 16130 -4 1 equipment. See below for further requirements for the installation of raceway terminations and connections using flexible connections. 3.3 INSTALLATION A. Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions. Provide a raceway for each circuit indicated. Do not gang raceway into wireways, pullboxes, junction boxes, etc , without specific approval Do not group home runs or circuits without approval of the Owner. B. Minimum Raceway Size: 1 inch trade size for underground or embedded circuits, 1 inch trade size for communications circuits, 3/4 inch trade size for other I circuits. C. Install conduit as a complete, continuous system without wires, mechanically secure and electrically connected to all metal boxes, fittings and equipment. Blank off all unused openings using factory made knockout seals D. Install conduit exposed unless shown otherwise on the Plans. E. Run parallel or banked raceways together, on common supports where practical. Use factory elbows where elbows can be installed parallel; otherwise, provide field bends for banked raceways. Make bends in parallel or banked runs from same centerline to make bends parallel F Wherever practical, route conduit with adjacent ductwork or piping and support on common racks Base required strength of racks, hangers, and anchors on combined weights of conduit and piping G Exposed Conduit Installation 1 Install exposed raceways in lines parallel or perpendicular to the building or structural members or the structure lines except where the structure is not level. Follow the surface contours as much as practical Do not install crossovers or offsets that can be avoided by installing the raceway in a different sequence or a uniform line. Provide adequate headroom. 2 Where several circuits follow a common route, stagger pullboxes or fittings, or if shown grouped in one box, individually fireproof each conduit. 3. Support exposed raceways as specified in Section 16050 a. 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 ten feet. b. Provide sufficient clearance to allow conduit to be added to racks, hangers etc. in the future c. Support raceway within three feet of every outlet box, junction box, gutter, panel, fitting, etc. d. Raceway in "wet" areas shall have clamp backs (spacers) 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 1 16130 -5 1 1 at every 5 feet to hold them a minimum of 2 inches above roof 1 surface H Raceway concealed above ceilings, in furred spaces, under slab, embedded in slab etc., which are normally inaccessible may be run at angles not parallel to the building lines. 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 40° C (104° Fahrenheit) Install horizontal raceway runs above water and steam piping J. Where conduits cross building or structure expansion joints, use suitable sliding or offsetting expansion fittings. Unless specifically approved for bonding, use a suitable bonding jumper For sizes one inch and smaller, a half -loop of flexible conduit between boxes or fittings may be used. j K. Bend and offset metal conduit with hickey or power bender, standard elbows, conduit fittings or pull boxes. Bending of PVC shall be by hot box bender and, for PVC two inches in diameter and larger, expanding plugs. Make elbows, offsets and bends uniform and symmetrical. Make bends and offsets so ID is not reduced Keep legs of bends in the same plane and straight legs of offsets parallel, unless otherwise indicated 1 L. Connect conduit to hubless enclosures, cabinets and boxes with double Iocknuts and with insulating type bushings. Use grounding type bushings where connecting to concentric or eccentric knockouts Connect to enclosures, boxes and devices from below in wet areas. Make conduit connections to enclosures at the nearest practicable point of entry to the enclosure area where the devices are located to which the circuits contained in the conduit will connect. M. Penetrations for raceways. 1 Do not bore holes in floor and ceiling joists outside center third of member depth or within two feet of bearing points. Holes shall be one inch diameter maximum 2. Penetrate through building or structure wall or surfaces with a PVC or sheet metal sleeve with at least %inch greater interior diameter (ID) than conduit exterior diameter (OD), set flush with walls, pack with fiberglass and seal with silicone sealant and cover with escutcheon plate 3. Penetrate through poured -in -place or below grade walls and free slabs, with a sleeve. Set sleeves flush with edges of slab /wall. Pack around conduit with fiberglass and seal with silicone sealant. For penetrations below exterior grade, provide a floor or wall sealing fitting on the interior of the building wall 4. Penetrate through roofs with core drill hole % inch 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. 1 16130 -6 1 N Raceway terminations and connections: 1. Join raceways with fittings designed and approved for the purpose and make joints tight. 2. Make threaded connections waterproof and rustproof by application of a watertight, conductive thread compound Clean threads of cutting oil before applying thread compound 3 Make raceway terminations tight. Use bonding bushings or wedges at connections subject to vibration Use bonding jumpers where joints cannot be made tight. 4. 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 which are cut in the field to have same effective length and same thread dimensions and taper as specified for factory-cut threads. ' 5 Flexible Connections. Use maximum of 18 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement, or equipment such as instruments which must be removed for service. �! Install flexible conduit in a straight length. Do not use flexible conduit in place of elbows, offsets, or fittings to attach to fixed equipment such as panels, enclosures or switches. Use liquid -tight flexible metal conduit in wet or damp locations. Do not strap flexible conduit to structures or other equipment. 6. 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. In "wet" areas, use locknuts of the sealing type, use Myers hubs or O- Z/Gedney rain tight conduit hubs. 7. Connect conduits to enclosures at the location of the gutter or device to which the contained conductors will be routed. Route or stub conduits to motors and /or mechanical equipment directly to the connection and locate as close as possible to equipment terminals. 8. Where a device manufacturer requires a device or junction box to permit multiple conduit entries into the device from a single conduit, provide the device or junction box at no additional cost to the Owner. 9. Where raceways are terminated with threaded hubs, screw raceways or fittings tightly into the hub so the end bears against the wire protection shoulder. Where chase nipples are used, align raceways so the coupling is square to the box and tighten the chase nipple so no threads are exposed 10. Place conduits at panelboards in the rear line of knockouts where possible. O. Keep conduits clean and dry and close each end left exposed. When blowing through conduits, cover electrical components installed in enclosures to avoid blowing dirt or water into equipment. Use temporary closures to prevent foreign matter from entering raceways. 1 16130 -7 1 1 P. Install pull wires in empty raceways and in empty innerduct. Use No 14 AWG zinc - coated steel or monofilament plastic line with not less than 200-lb tensile strength Leave at least 8 inches of slack at each end of the pull wire Q. Surface Raceways. Install a separate, green, ground conductor in raceways ,1 from junction box supplying the raceways to receptacle or fixture ground terminals 1. Select each surface raceway outlet box, to which a lighting fixture is attached, of sufficient diameter to provide a seat for the fixture canopy. 2. Provide surface metal raceway outlet box, and the backplate and canopy, at the feed -in location of each fluorescent lighting fixture having end -stem suspension. R. Device and Outlet Boxes 1 1 Coordinate box locations with building surfaces and finishes to avoid bridging wainscots, joints, finish changes, etc. 1 2. Recess boxes in the wall, floor, and ceiling surfaces in finished areas or where noted on the Plans. Set boxes plumb, level, square and flush with I finished building surfaces within one - sixteenth inch for each condition. Set boxes so that box openings in building surfaces are within one - eighth inch of edge of material cut -out and fill tight to box with building materials. Boxes shall be backed with box supports (Caddy Model TSGB, SGB, steel or wood stud backers) that span a minimum of two studs or joists to prevent rotation on studs or joists and to prevent twisting or deflection during wall, ceiling, or floor surface material installation The use of supports that do not span a minimum of two studs are not permitted without permission from the Owner Provide attachments to withstand a force of one - hundred pounds applied vertically or horizontally. 1 3. Use gang boxes in indoor areas wherever more than one device is used at one location In wet, corrosive or hazardous areas, use multiple double gang boxes 4 Attach exposed (surface mounted) boxes to building structure with a minimum of two fasteners. Provide attachments to withstand a force of one - hundred pounds applied vertically or horizontally. 5. Set exposed device boxes four feet above the finished floor to top of the box unless otherwise noted on the Plans 1 6. Set recessed boxes at the following heights to the bottom of the box, except where noted otherwise. a. convenience outlet receptacles in finished areas at sixteen inches, b Place boxes for outlets on cabinets, countertops, shelves, and Ir similar electrical boxes located above countertops two inches above the finished surface or two inches above the back splash. Verify size, style, and location with the supplier or installer of 1 these items before installation. 1 16130 -8 I S. Install wall orlsurface mounted enclosures and cabinets plumb Support at each corner. 1 T Conduit entrances into communications junction boxes may be made from two parallel sideslonly (Conduit entrances in perpendicular sides are not acceptable.) No cable may be routed to exit and enter the same side of the junction box. All cables must be routed from one side of the junction box to the opposite side Cable routed so that the cable bend radius is less than the minimum bend radius allowed is not permitted 1 3.4 PROTECTION A. Provide protection and maintain ambient conditions that, in a manner acceptable to manufacturer and Owner, ensure coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion 3.5 CLEANING 1 A. 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. END OF SECTION 1 111 1 1 1 1 1 1 1 16130 -9 1 1 I SECTION 16140 – WIRING DEVICES I PART 1 — GENERAL 1.1 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. I 1.2 SUMMARY A. This Section includes various types of receptacles, connectors, switches, and finish plates. 1 .3 SUBMITTALS 1 A. No submittals are required 1 .4 QUALITY ASSURANCE 1 A. Refer to Section 16010 Basic Electrical Requirements 1 7 Quality Assurance PART 2 — MATERIALS I 2.1 MANUFACTURERS A. Available Manufacturers Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include the following. ' 1 Wiring Devices. 1 a. Cooper Wiring Devices. b. Bryant Electric, Inc. 1 c. Hubbell Inc. d. Killark Electrical Mfg Co 1 e. Leviton Mfg Co , Inc. f Pass & Seymour /Legrand. g Crouse -Hinds I h. ' Paragon i. Mulberry j. Square -D 2 Multi - Outlet Assemblies: I a. Wiremold Co. 1 16140 -1 I 1 2.2 WIRING DEVICES A. Comply with NEMA Standard WD 1 "General Color Requirements for Wiring Devices" and NEMA Standard WD 6, "Wiring Devices — Dimensional Specifications" B. Enclosures NEMA 1 equivalent, except as otherwise indicated C Color Ivory except as otherwise indicated or required by Code D Receptacles, Straight -Blade and Locking Type Except as otherwise indicated, comply with Federal Specification W -C -596 and heavy -duty grade of UL Standard 498, "Electrical Attachment Plugs and Receptacles." Provide NRTL labeling of devices to verify compliance 1. General purpose Convenience Outlets a. Duplex receptacle configuration b Nylon face 1 c Staked screw terminals for line, neutral, and ground connections. d Provisions for split bus e NEMA 5 -15R or 5 -20R E. Receptacles, Straight — Blade, Special Features. Comply with the basic requirements specified above for straight -blade receptacles of the class and type indicated, and with the following additional requirements. 1 Ground -Fault Circuit Interrupter (GFCI) Receptacles: UL Standard 943, "Ground Fault Circuit Interrupters," with integral NEMA 5 -20R duplex receptacle arranged to protect only the connected receptacle and no other receptacles connected on the same circuit. F Pendant Cord /Connector Devices Matching, locking type, plug and plug receptacle body connector, NEMA L5 -20P and L5 -20R, heavy -duty grade 1 Bodies Nylon with screw -open cable - gripping jaws and provision for attaching external cable grip 1 2. External Cable Grip Woven wire mesh type made of high- strength stainless or galvanized -steel wire strand and matched to cable diameter and with attachment provision designed for the corresponding connector G Snap Switches. Quiet —type AC switches, NRTL listed and labeled as complying with UL Standard 20 "General Use Snap Switches," and with Federal Specification W —S -896 1. Lighting Switches 120/277V ac only, rated 20 amperes. 2. Motor rated switches: horsepower rated for application indicated 1 H Wall Plates. Single and combination types that mate and match with corresponding wiring devices. Features include the following. 1. Color: Matches wiring device except as otherwise indicated. 16140 -2 1 I 2 Plate– Securing Screws. Metal with heads colored to match plate finish I 3 For Architecturally finished areas with concealed electrical construction. Stainless steel, except as otherwise indicated. 4 For Architecturally finished areas with exposed electrical construction' ■ Stainless steel. 5. For non - architecturally finished areas, in process equipment areas, or electrical rooms: Stainless steel. I I Weatherproof exterior receptacle device covers shall be constructed entirely of cast aluminum material The cover which encloses the cord set shall be opaque gray Product shall be INTERMATIC Model WP1010MC or equal I J. Device Box Covers: Cast iron to match box to which installed. I PART 3 — EXECUTION 3.1 INSTALLATION I A. Except as otherwise indicated on Plans, surface mount, with long dimension vertical Mount with grounding terminal of receptacles on bottom. B. Arrangement of Devices 1 See Section 16130 for mounting height of devices. C Install switches with the "Off' position down Install three and four way switches I so the Toad is de- energized when all switch handles are down. D Connect phase, neutral, and grounding wires to devices with full loops around I screws installed to tighten with tightening of the screw The use of push -in terminals are not acceptable Trim insulation to within one - eighth inch of screw terminal. ' E. Surface mounted devices and wall plates' Install devices and assemblies plumb, level and secure. F. Flush mounted devices and wall plates 1 Provide spacers on device screws to flush yokes or flanges to surface of wall within 1/16 inch where boxes are not flush with the wall surface i 2 Protect devices and assemblies during painting. 3 Install wall plates after painting is complete. Install with an alignment I tolerance of 1/16 inch to plumb Install at flush mounted devices so that all four edges are in continuous contact with finished wall surface without the use of mats or similar devices. Do not use plaster fillings. 1 G Use corrosion resistant devices outdoors. 3.2 GROUNDING 1 A. Connect receptacle or switch ground lug to device box. 1 16140 -3 3.3 FIELD QUALITY CONTROL 1 A. Acceptance Testing: 1. Test wiring devices for proper connections, polarity and ground 1 continuity Perform this testing with testing equipment designed for testing polarity and connections. 2. Operate each operable device at least 6 times. 3. Test ground -fault circuit interrupter operation with local fault simulations, using a tester designed for such testing, and according to manufacturer recommendations. Testing with integral test switches on the receptacle is not sufficient for this testing B Replace damaged or defective components, and retest. 3.4 CLEANING A. General Internally clean devices, device outlet boxes, and enclosures. Replace 1� stained or improperly painted wall plates or devices END OF SECTION 1 1 1 1 1 1 1 1 1 16140 -4 1 1 SECTION 16910 — PROGRAMMABLE LOGIC CONTROLLERS PART 1 — GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1 Programmable logic controller (PLC) control system(s), including. a. 1 Hardware, installation, field testing, and training. 2 Process visualization software suite a. Visualization Software (FactoryTalk SE) for three clients b Visualization Software Editing Package c. Data Historian for 1000 data points (Site Edition Historian ' Server) 3 PLC programming software a. Upgrade from previous edition to current edition (RS Logix 500) b. New software programming suite (RS Logix 5000) B. Related Sections include the following 1 Section 16940 for control panels housing PLC equipment. 1.3 REFERENCES A. Referenced Standards: 1 National Electrical Manufacturers Association (NEMA) a. ICS 1, General Standards for Industrial Control and Systems. b. ICS 1.1, Safety Guidelines for the Application, Installation and Maintenance of Solid State Control. c ICS 4, Terminal Blocks for Industrial Use. d ICS 6, Enclosures for Industrial Controls and Systems. 1 e. Publication No.250, Enclosures for Electrical Equipment (1000 V maximum). 2. National Fire Protection Association (NFPA) a. National Electric Code (NEC). 16910 -1 1 1 1.4 SYSTEM DESCRIPTION 1 A. Design Requirements 1 The system includes racks, central processing units (CPUs), input/output 11 (I /O) modules, communication modules, power supplies, and associated accessory items to provide a complete and functional control system. B The PLCs will function to monitor and control site operation and communicate with other locations via existing radio links. C The Contractor shall download the provided PLC program into each PLC, and shall start up the PLC and equipment monitored and /or controlled by the PLC 1 Contractor shall ensure the field devices are sending signals to the PLC and ensure the PLC is able to monitor those signals to and from the field devices. 2 Others will be responsible for furnishing the program for the Contractor to load onto the PLC D Performance Requirements 1 The installed system performs the functional and operational algorithms required for control of the process. 1.5 SUBMITTALS 1 A. Product Data 1. Manufacturer's data sheets for each hardware component including specific model numbers for each device, and size of memory provided in each CPU 2 Manufacturer's installation manual, operation and maintenance manual(s) for each component and /or device. B. Shop Drawings. 1 1 Drawings a. See Section 16940 for requirements. 1 2. Schedule of system I/O including the following data. a. I/O point, with name, tag number, and indication of type and the 1 characteristics of the I/O signal. 3 Listing of spare parts provided with the system. 1 C. Operation and Maintenance Manuals 1 See Section 01300. 1 2 Provide specific information including. a. Information for obtaining assistance and troubleshooting, parts 1 ordering information, and field service personnel requests. 16910 -2 1 S 3 Include final system drawings, and final I/O lists. 1.6 QUALITY ASSURANCE A. Refer to Section 16010 paragraph 1.7 PART 2 — PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with the requirements, provide products by the following manufacturers. 1 Allen— Bradley 2.2 EQUIPMENT A. Conform to NEMA ICS 1 1 for installation and application of the PLC system. B. The equipment consists of fully integrated microprocessor units specifically designed for operation in unconditioned audible noise and high vibration areas. t 1 Includes analog, digital, and communications interfaces for interface directly with ISA or other industry standard transducers, actuators, and communications equipment without the need for intervening conditioning devices C. Equipment operates in 32 to 140 Degrees F temperature and 0 to 95 percent relative humidity Equipment does not require cooling fans or other heating or conditioning equipment to operate within this environmental range. 2.3 COMPONENTS 1 A. Provide components as indicated B Provide all incidental materials and equipment required for a complete, functional, and successfully operating PLC system. These items include, but are not limited to. 1. power supplies 2. interconnecting cables 3 other;items ordinarily furnished as part of a complete system C. PLC System Central Processor Unit (CPU) 1. PLC in Pump Building Control Panel a. Supports Ladder Logic 1 b Supports acting as both a Modbus/TCP client and server. c. Supports acting as both a Ethernet/IP (PCCC) client and server 1 1 16910 -3 1 1 D. Input/output (I /O) Modules 1 1. Discrete I/O modules a. Input module 1 1) 24 VDC or 120 VAC input modules for typical I/O 2) 24 VDC input modules to monitor transistor inputs, for 1 any inputs sharing conduit pathway with analog loops, or typical I /O. b Output Module 1) Relay 2) 24 VDC with interposing relays for each point. 3) 120 VAC triac with interposing relays for each point. a) An interposing relay is not required for circuits P 9 Y q starting motor starters in the same MCC 2. Analog I/O modules: a. Input modules. 1) 4 -20 ma b Output modules. 1) 4 -20 ma E. Power Supply Units 1 Each unit sized to supply the connected PLC system components operating at full capacity, plus an additional 20% spare capacity, minimum. 1 2. Input is 120 VAC, 60 HZ, single phase 3. Power Supply Unit shall also provide 24VDC power for PLC associated equipment. F. Communications Modules. 1. 10 Base T / 100 Base TX Ethernet port using at least one of the following protocols. a. AB /Ethernet (also known as CSP) 1 b. Ethernet/IP (CI P) c. Ethernet/IP (PCCC) d. Modbus/TCP e Provide a unit with 120 VAC to 24 VDC power supply, and Ethernet communications 16910 -4 1 1 1 2.4 ACCESSORIES 1 A. Provide all accessories required, whether indicated or not, for a complete PLC control system to accomplish the requirements of the Plans and Specifications. 2.5 EXTRA MATERIALS A. Provide the following extra materials: 1 Provide one spare processor module for each type of processor module furnished 2 Provide one spare I/O card for every 10 cards, or fraction thereof, of each type of card installed. 3 Provide one spare power supply for each type of power supply furnished. 4 Provide one spare communications module for each type of module furnished 5 Provide two spare cables for each type of cable furnished. 6. Provide a list of the manufacturer's recommended spares for maintenance purposes. Include in the list any special tools and test equipment necessary or recommended by the manufacturer for the maintenance of the complete system Provide any recommended spares not supplied above along with the recommended special tools and test equipment. 2.6 SOFTWARE PACKAGES A. Provide the following software packages If the software package has been obsoleted or replaced with a new product code, provide the product that is the direct replacement or is indicated on the upgrade road map at no additional cost to the Owner. The software visualization package shall be based upon Rockwell Automation Factory Talk process visualization suite 1. Factory Talk View Studio for Factory Talk View Enterprise Rockwell Automation Part Number 9701 - VWSTENE ' 2. Factory Talk View SE Server 100 Display with RSLinx Enterprise Rockwell Automation Part Number 9701- VWSS100LENE 3 Factory Talk View SE Client Rockwell Automation Part Number 9701 - VWSCWAENE 4. Factory Talk Historian Site Edition Server — 1000 Data Points Rockwell Automation Part Number 9518-HSE1K 5. FT Historian SE - Advanced Server Rockwell Automation Part Number 9518 - HSEADV 6 FactoryTalk Historian Site Edition Server Licenses — 1000 Data Points Rockwell Automation Part Number 9518 -HCAL1 KENF 7 KEPServer Enterprise Rockwell Automation Part Number 9301- OPCSRVENE 1 16910 -5 1 8 RSLOGIX 5000 Lite Edition English 1, Rockwell Automation Part Number 9324- RLD250ENERS 9. Logix 500 Standard Edition Offline /Online Programming Rockwell Automation Part Number 9324- RL0300ENE B. Provide software with installation media to Owner Installation to a machine is not required 1 PART 3 — EXECUTION 3.1 TESTING A. Testing shall be in accordance with 16940. 3.2 INSTALLATION 1 A. Install PLC control system in accordance with manufacturer's written instructions. B Test, verify and demonstrate access to and functionality of PLC system as per 1 the requirements of Section 16940 END OF SECTION 1 1 1 1 1 1 1 1 1 1 16910 -6 1 i 1 !' SECTION 16940 – CONTROL PANELS PART 1 — GENERAL I 1.1 RELATED DOCUMENTS I A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1 1.2 SUMMARY A. Control panels (whether provided under Division 16, or provided, or specified to I be provided, with equipment specified under other Divisions). B Section Includes. I 1 Control panels and enclosures specified under this Section include* a. Temporary Telemetry Panel (Control Room) 1 b. Communications Relay Rack "COMR" (Storage Room) 2 Control sub - panels specified under this Section include a. Left Side, Control Panel – Main Processor Control Section b. Right Side, Control Panel – Main Processor Control Section 1 c. Powerhouse Telemetry Panel d. 3rd Level Pump Station Telemetry Panel 1 e. Gleed Telemetry Panel f Equalizing Telemetry Panel 1 g 3rd Level Reservoir Control Panel h Airport Well Telemetry Panel 1 i. Kiwanis Well Telemetry Panel j Stone Church Booster Station Telemetry Panel I k. Kissel Well Telemetry Panel I I. Intake Telemetry Panel C Related Sections. The following Sections contain requirements that relate to this Section I 1. Section 16910 for PLC equipment located in control panels. 1.3 REFERENCES 1 A. Referenced Standards: 1. National Electrical Manufacturers Association (NEMA) 16940 -1 1 1 a. ICS 1, General Standards for Industrial Control and Systems. 1 b. ICS 4, Terminal Blocks for Industrial Use. c. ICS 6, Enclosures for Industrial Controls and Systems. 1 d. Publication No.250, Enclosures for Electrical Equipment (1000 V maximum) 1 2 National Fire Protection Association (NFPA) a. National Electric Code (NEC) 1 3 Joint Industrial Council a JIC -EMP -1 4. International Society of Automation (ISA) a. ISA 5.1, Instrumentation Symbols and Identification t b. ISA 5.4, Instrument Loop Diagrams 1.4 SYSTEM DESCRIPTION 1 A. Control Panel and Communications Relay Rack 1. The system includes control panels for control and /or monitoring of the process equipment. Control panels shall meet the requirements of this Section ' 2 The system includes communications mounting equipment which will have communications equipment installed in it. 1.5 SUBMITTALS 1 A. Shop Drawings: 1. See Section 01300. 1 2. Dimensioned and to -scale panel layout drawings. 3. Materials of construction 4. Elementary wiring diagrams and terminal block drawings, differentiating between panel and field wiring. 5. Bill of Materials including the reference name or number, quantity, complete English language description, manufacturer, model number, local supplier and wiring or piping reference. 6. The terminal designation (designations for terminals may be chosen by the panel builder unless noted otherwise on contract drawings) shall be shown on the elementary wiring diagrams, analog loop diagrams, and terminal block drawings. 7 Nameplate text. 16940 -2 1 1 6 Operation and Maintenance Manuals 1 See Section 01300 2. Recommended spare parts stocking list. I 3 Rec ord Drawings of completed control panels. 1.6 QUALITY ASSURA A. Refer to Section 16010 paragraph 1 7. A. Control panels supplied under this Section shall be provided by a single manufacturer, except those provided with equipment specified under Division 11, 13, 14, or 15. Control panel manufacturer shall be one of the following. 1 ControlFreek (Spokane) 1 2 Quality Controls Corporation (Lynnwood) 3. Total Energy Management (Richland) B. Comply with UL 508 "Standard for Industrial Control Equipment" C. Provide control panels bearing the Zabel of a recognized testing laboratory, or otherwise acceptable to the State of Washington Department of Labor and Industries. 1 1. Engineering evaluation shall comply with WAC 296 -46B -903 and be in accordance with WAC 296 -46B -997 The submittal process or testing procedures in this section or related sections shall not be construed to meet the requirements for WAC engineering evaluation. 1.7 STORAGE AND HANDLING A. Store equipment per requirements of Section 16010 paragraph 1 11 and as follows: 1 After completion of shop assembly and testing, enclose panels in heavy - duty polyethylene envelopes or secured sheeting to provide complete protection from dust and moisture. Place dehumidifiers inside the polyethylene covering 2. Remove equipment protection only after equipment is safe from hazards such as dirt and moisture and damage from construction operations. 1 Field repair of material or equipment made defective by improper storage or site construction damage by other trades is not acceptable. PART 2 — PRODUCTS 1 2.1 MATERIALS A. Control panel enclosures are existing. New equipment shall be installed and the installation shall be secured into existing enclosures 1. It is acceptable to replace the enclosure subpanel in its entirety with a new subpanel within and existing enclosure 2. It is acceptable to replace components and mount to existing subpanels within existing enclosure. It is also acceptable to provide mounting 1 16940 -3 • 1 panels and appurtenances to secure new components within existing enclosures. 3 Provide UL Labeling or certification from NRTL acceptable to Washington State L &I. B Communications Relay Rack 1. Provide at least 12 units, EIA standard 19" rack mounting irons EIA #12 - 1 24 threaded bolt pattern. Provide at least 36 #12 -24 bolts for mounting equipment. 2. Provide at least 18 inches of mounting depth 3. Provide front swing gate able to articulate with no more than 2 pins or bolts removed 4. Provide Ortronics OR- 604045400, or equal 2.2 COMPONENTS 1 A. Fuses 1. Control power fuses are FRN for ratings above ten amperes and FNQ for ten amperes and below FRN fuses are mounted in phenolic blocks with a fuse puller mounted adjacent to them FNQ fuses are mounted in a Buss CHM1I modular fuseholder with indicator light. Label all fuseholders with fuse identification number and fuse size and type Provide three spare fuses of each type and size in each panel Provide box mounted on panel interior marked "SPARE FUSES" to hold the spares. 1 2. Control power fuses connected to non - signaling circuits (for example, solenoids, actuators, relay coils, network switches, PLC power supplies) less than 10 amperes and Tess than 250 volts shall be 13/32" x 1 -1/2" (10 3 x 38 1 mm) midget or CC type, dual element time delay, supplementary protection fuses. Cooper - Bussmann LP -CC dual element series or Littlefuse CCMR series unless otherwise noted or required by Manufacturer of connected equipment. Provide finger -safe modular fuse holder with blown fuse indicators, Allen - Bradley 1492 -FB, Cooper Bussman CH series, Weidmuller UK 10.3, or equal. Plug -in fuse holders mounted to terminal blocks are not acceptable. 3. Signal power for reference voltage (for example, PLC Input Signals, VFD control circuits, and similar) shall be fast acting fuses 1/4" x 1 -1/4" AGC or 13/32" x 1 -1/2" Midget or CC type fuses. Fuses shall be rated at a minimum of 2 amperes. Fuses shall be manufactured by Cooper Bussmann or Littlefuse Provide finger -safe terminal block, lever style Allen-Bradley 1492 -FB series, Phoenix Contact UK series, Weidmuller WSI series, or equal. Plug -in fuse holders mounted to terminal blocks are not acceptable 4 5mm x 20mm fuses (for example, Cooper Bussmann GAS) are not acceptable for any application 1 16940 -4 1 1 5 Provide three spare fuses of each type and size in each panel Provide box secured to panel door interior for signal power fuses marked "SPARE FUSES ". Provide specialty fuse holder for fuses, Cooper Bussmann 5TPM or similar for control power fuses (for example, CC type fuses). Mount to panel door interior Label above each position the ampere rating of the 1 fuse B Relays I 1. Control relays for switching 120 VAC power circuits or motor starting circuits shall be electro- mechanical machine tool, heavy -duty type per NEMA ICS Standard with 120 volt coils and double -break contacts rated I B -300 by NEMA standards. Allen - Bradley 700 N, General Electric CR 120, Gould -ITE J10, Square D Company Class 8501, Type G or equal, Cutler- Hammer. Equip relays with surge suppressers. IEC rated relays are not permitted I 2 Control relays for logic control circuits shall be permitted to be terminal block style type relays. Coils shall be rated 120 VAC or 24 VDC (as I required). Contacts shall be double break type rated B300 by NEMA standards. Relays shall have indicator flags. Allen - Bradley, or equal. 3. Time delay relays shall be electronic type Allen Bradley 700 Series or 1 equal. C Terminals: I 1. Provide DIN rail mounted terminal blocks with screw clamp connections. The terminal blocks shall be Entrelec MA 2,5/5 or equal. 1 2. Provide all accessories such as jumper bars, end stops, and end sections needed for a complete and functional system of terminal blocks. D Power supplies shall be 120 VAC input, with adjustable 24 VDC output. Sola 1 Hevi -Duty SDN 2.5- 24 -100P, or equal. E. Conductors. I 1 Class C stranded copper conductors of SIS or MTW insulation (for 120 VAC or 24 VDC power or discrete signal circuits) 2. Stranded #18 AWG copper conductor with thermoplastic insulation, foil I or stranded wire shielding, and overall gray PVC jacket (for analog instrumentation circuits). I F. Wireways 1. shall be a minimum of two inches wide and three inches deep I 2 shall have removable snap on covers and perforated walls for easy wire entrance 3 shall be constructed of non - metallic materials with a voltage insulation in excess of the maximum voltage carried therein. 4 shall be Panduit Type G, Panel Channel, or equal. 16940 -5 1 1 G Through Bulk Head Ethernet RJ45 (8 contacts, 8 position) coupler with 1 convenience receptacle 1. RJ45 jack on either side of bulkhead 2 Must include dust cover on external side to protect RJ45 jack 3 Shall be rated so that the control panel enclosure rating is maintained after installation 4. Shall be one of the following a. Grace Engineered Products, Inc. Graceport P- R2 -F3RO or similar. b Automation Direct ZIPPort ZP- PSA -16 -101 1 c. Lapp Systems 16- 1 -45CS H Surge Protective Device shall be DIN rail mountable without a separate kit, shall have a listed surge current capacity of 45,000 amps, provide transient protection in all modes for a 20 ampere, 120 volt alternating current power circuit, and provide a form C relay output to signal surge arrestor problem Provide Sola /HEVI -Duty STFE Elite DIN Rail STFE200 -10N or equal Miniature Circuit Breakers. Provide Rockwell Automation 1492 -SP or equal J. PART 3 — EXECUTION 3.1 FABRICATION A. General: 1 1. Panel assembly, wiring, and construction, in general, shall meet JIC EMP -1 standards and applicable NEMA and IEEE standards. 2. Sub - panels shall be constructed in accordance with electrical testing laboratory standards and shall be so labeled (the standards of a recognized electrical testing laboratory). 3. Size subpanels for the enclosed equipment and the available space for mounting of the subpanel B Component Installation 1. Provide minimum 1/4 inch spacing between components mounted on the panel sub - plate, Provide minimum spacing between the component and the wire duct of 1 -1/2 inches above and one inch below Provide additional space if required to access terminals, adjusting screws, and similar items. i 2 Components mounted in the interior shall be fastened to an interior subpanel using machine screws plus adhesive to insure vibration -free attachment. 16940 -6 1 1 1 3. Interior component mounting and wiring shall be grouped as much as possible by function and then by component type Interiors shall be so arranged that control relays, terminal blocks, fuses, etc., can be replaced or added without disturbing adjacent components. C Panel Wiring 1. Color coding of insulation shall be black for power, white for 120V neutrals, red for AC controls which derive their source from within the panel, yellow for AC controls which derive their source external to the panel, blue for low voltage DC controls, green for grounding conductors. 2 Shop or factory wire panels to identified terminal blocks equipped with I screw type lugs. 3 Raceways for panel wiring a. Size raceways per the requirements of NEC. b. Provide panel wireways between each row of components, and adjacent to each terminal strip 4 Provide wire bending space per NEMA ICS 6 5. Label wiring within the panel with wire numbers and run in wiring duct neatly tied and bundled with tie wraps or similar materials. Identify each wire termination, including all jumpers, with permanently marked, heat shrink type wire markers. Arrange wire labels to permit reading of identification when installed Apply heat per manufacturer's instructions to create a tight fit of the label to the wire. 6 Connect wiring internal to the panel to the "inside" of the terminal strip Connect field wiring to the "outside' of the terminal strip Wires to enclosure door mounted components are considered as internal wires. Connect no more than two wires to any one control terminal point. Provide terminal jumpers where more than two wires terminate at the same point. 7 Arrange wiring inside the panel to separate low voltage control signals of the milliamp- millivolt or other low energy type from inductive power circuits 8. Connect grounds and shields of circuits which derive power internal to the panel to a panel common ground bus which shall be grounded by the electrical contractor in the field. ' 9. Physically separate signals entering controllers for amplification as control outputs from all line voltage wiring and shield with continuous foil shielding or enclose them in metal raceway. 10. Provide necessary power supplies for control equipment. 11. Termination requirements: a. Terminate panel wiring on device or terminal block screw terminals using slip -on spade tongue insulated crimp (compression) terminators, slip -on stud insulated crimp (compression) terminators, or stripped and tinned conductor 16940 -7 1 1 ends. Stranded conductors shall not be terminated bare to terminals or devices. b Provide terminal strips for the termination of panel wiring not directly connected to panel mounted devices. c. Terminals shall facilitate wire sizes as follows: 1) VAC applications. Wire size 12 AWG and smaller. 2) Other Wire size 14 AWG and smaller d. Label each I/O terminal to indicate tag number of the conductor and connected device Locate terminals for termination of multiconductor shielded cables adjacent to each other to minimize lengths of unshielded conductor at the terminations. e Provide terminals for individual termination of each signal shield Locate the terminal adjacent to the terminals for the signal conductors. f Provide 20 percent excess terminals for future expansion. g In general, mount terminal strips on the bottom horizontal edge of the sub -plate Mount additional terminal strips, if required, on a thirty degree angle bracket at the bottom of the sub - plate. Where terminal strips are mounted side -by -side, elevate one set of terminals 1 -1/2 inches above the sub -plate to allow wire to pass underneath. h Provide a minimum of two inches between terminal strips and wireways or between terminal strips Shielded cables used for analog signals shall be terminated with not greater than 1 inch of conductor left outside the shield. This applies to field wires entering the panel for termination, and to panel conductors. Conductor twist shall be maintained over the unshielded length to as close as possible to the point of termination. Where the overall jacket is cut back to expose the individual conductors, provide a heat shrink sleeve over the jacket, the signal, and the shield (drain) conductors. Insulate the shield (drain) conductor where not covered by the jacket or the sleeve Where shield (drain) conductors are not terminated, cut the conductor even with the jacket so that it is covered by the sleeve to prevent inadvertant contact with other devices, terminals, or conductors in the panel. 3.2 SOURCE QUALITY CONTROL 1 A. Control Panel Testing 1 The shall be meggered and tested to be free from grounds and shorts. 1 2. Circuits and interlocks shall be rung out and tested to assure that they function correctly before the panel is shipped. 3. Revise all drawings upon completion of the work to show "as shipped" condition of the panel. 16940 -8 1 3.3 INSTALLATION A. Install wall or stanchion mounted panels level and plumb B. Anchor panels rigidly in place with approved anchorage devices. 3.4 TESTING A. Prior to installation at site, the Contractor shall test the equipment to ensure the equipment will work when delivered to the installation site. S B. Test subpanels and new components prior to placing in service. Notify the Owner at least ten working days before testing Testing shall be performed at the installed site The Contractor shall conduct a rehearsal of the test prior the arrival of the Owner and shall verbally certify that they believe there are no readily apparent obstacles to performance of the test. (In this case, some examples of readily apparent obstacles would be panel mounted equipment lacking power wiring or panel mounted equipment inadvertently wired to work under either primary or backup power, but not both. 1 Provide a test plan at time of notification of testing Coordinate the time of testing of the panels with the Construction Schedule Provide drawings to Engineer. Provide default or blank program with each module shown or enumerated. If needed, update the PLC firmware to the latest stable firmware version from the PLC manufacturer PLC programming software shall be the latest current version from the PLC manufacturer unless otherwise noted. 2 Verify each existing sensing instrument is sending appropriate signals toward the Control Panel Devices that fail to operate shall be repaired or replaced by others. If an existing device fails, simulate the performance of the failed device with a Contractor provided signal generator able to send signals to the control panel in a similar manner to the field instrument. 3 Demonstrate that: a. The PLC is fully operational The Owner may provide a PLC testing program to the Panel Fabricator within one week of notification of the shop test. If a testing program is not provided by the Owner, use the program sent to Owner at time of test notification for the PLC demonstration The Control Panel ' Fabricator shall load the PLC programs into the respective PLC and demonstrate proper operation of the PLC In no case shall testing be performed without an operating program functioning in the unit under test. Test inputs by manually actuating process ' switches and using diagnostic test modes (for instruments that are able to be tested in that manner) or Contractor provided process signal generators. 1 b. Each I/O module is recognized by the base unit and is fully functional. 1 c. Communications ports on the base unit are fully functional 4. Correct, replace, or repair panel wiring, and /or components until testing demonstrates proper operation 16940 -9 1 1 5 Provide updated and complete as constructed' drawings at the time of final testing. The Owner will review the drawings against the panel construction at the time of final testing 'As constructed' drawings which require revisions shall be submitted to the Owner for review at testing notification, prior to the actual field review of these drawings against the panel construction This process of revision and review of the drawings will be repeated as necessary to produce drawings which reflect the actual construction of the panel at the time of shipment. 1 6 Attention of the Contractor is directed to the fact that more than one test and /or review of the panel wiring /drawings may be required. If the first test is not satisfactory, or results in the need to make revisions to the panel and/or 'as-shipped' drawings that cannot be effected during the course of the shop test, then a repeat test and /or review of the drawings against the construction will be required. The presence of the Owner at up to two tests /reviews will be without cost to the Contractor. If more than two tests /reviews are required, then the Contractor shall be required to reimburse the Owner for the Owner's costs for the third and each subsequent shop test/review 1 7 Submit the results of the test in a formal document within two weeks following satisfactory performance of the test. The test results shall document all problems encountered in running the test, corrective action taken, and the detailed results of each phase of the test 3.5 STARTUP 1 1. The Control Panel Fabricator shall provide a minimum of 14 man -days on site time for startup of the control system following the Contractor's installation and testing. On site time shall be coordinated with the Owner on site time during startup, but may include additional time when the Owner is not present. Travel time is not included in the minimum on -site time for this paragraph 1 2 Revise all drawings upon completion showing "as built" conditions including the labeling of field wiring connections. a. Submit primary copy of these drawings for inclusion into the Operations and Maintenance Manual. 3.6 CLEANING 1 A. On completion of installation, inspect interior and exterior of control panels Vacuum interior and wipe clean all interior surfaces. Remove paint splatters and other spots, dirt, and debris Touch up scratches and mars of finish to match original finish END OF SECTION 1 1 1 16940 -10 1 1 1 1 1 1 1 1 1 1 1 APPENDIX A 1 AMENDMENTS TO THE 2012 WASHINGTON STATE DEPARTMENT OF 1 TRANSPORTATION STANDARD SPECIFICATIONS 1 1 1 1 1 1 1 I G: \PROJECTS12013 \13115 \Yakima Water Telemetry Upgrades Specs.docx 1 INTRO.AP1 2 INTRODUCTION ' 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2012 Standard Specifications for Road, Bridge, and Municipal Construction 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 1 15 16 1- 01.AP1 17 Section 1 -01, Definition and Terms 1 18 August 5, 2013 19 1- 01.2(2) Items of Work and Units of Measurement 20 The following abbreviation in this section is deleted: 21 22 ATB Asphalt Treated Base 23 24 1 - 01.3 Definitions 25 The definition for "Bid Documents" is revised to read: ' 26 27 The component parts of the proposed Contract which may include, but are not limited 28 to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, 29 Addenda, and, for projects with Contracting Agency subsurface investigations, the 30 Summary of Geotechnical Conditions and subsurface boring logs (if any). 31 32 The definition for "Superstructures" is revised to read. 33 34 The part of the Structure above: 35 1 36 1. The bottom of the grout pad for the simple and continuous span bearing, or 37 38 2. The bottom of the block supporting the girder, or 49 40 3. Arch skewback and construction joints at the top of vertical abutment members 41 or rigid frame piers. ' 42 43 Longitudinal limits of the Superstructure extend from end to end of the Structure in 44 accordance with the following criteria: 45 46 1. From the face of end diaphragm abutting the bridge approach embankment for 47 end piers without expansion joints, or 48 1 49 2. From the end pier expansion joint for bridges with end pier expansion joints. 50 1 ' AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 Superstructures include, but are not limited to, the bottom slab and webs of box girders, 1 2 the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the 3 bridge deck. The Superstructure also includes the girders, expansion joints, bearings, 4 barrier, and railing attached to the Superstructure when such Superstructure 5 components are not otherwise covered by separate unit measured or lump sum bid 6 items. 7 1 8 Superstructures do not include endwalls, wingwalls, barrier and railing attached to the 9 wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 10 1 11 1- 02.AP1 12 Section 1 -02, Bid Procedures and Conditions 13 January 2, 2012 1 14 1- 02.4(2) Subsurface Information 15 The first two sentences in the first paragraph are revised to read: 16 17 If the Contracting Agency has made subsurface investigation of the site of the proposed 18 work, the boring log data, soil sample test data, and geotechnical recommendations I 19 reports obtained by the Contracting Agency will be made available for inspection by the 20 Bidders at the location specified in the Special Provisions. The Summary of 21 Geotechnical Conditions, as an appendix to the Special Provisions, and the boring Togs 22 shall be considered as part of the Contract. 23 24 1 -03.AP 1 25 Section 1 -03, Award and Execution of Contract 26 April 2, 2012 27 1- 03.1(1) Tied Bids 1 28 This section's title is revised to read: 29 30 1- 03.1(1) Identical Bid Totals 1 31 32 1- 05.AP1 33 Section 1 -05, Control of Work 1 34 August 6, 2012 35 1- 05.13(1) Emergency Contact List 36 The second sentence in the first paragraph is revised to read: 37 38 The list shall include, at a minimum, the Prime Contractor's Project Manager, or I 39 equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment 40 Control (ESC) Lead and the Traffic Control Supervisor. 41 42 1-06.AP1 43 Section 1 -06, Control of Material 44 August 5, 2013 1 45 1- 06.1(3) Aggregate Source Approval (ASA) Database 46 The last paragraph is revised to read the following two new paragraphs: 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 2 Aggregate materials that are not approved for use in the ASA database may be sampled 3 and tested by the Agency, for a specified use on a project, from the source or from a 4 processed stockpile of the material and all cost for the sampling and testing will be 5 deducted from the Contract. I 6 7 The Contractor agrees to authorize the Project Engineer to deduct the sampling and 8 testing costs from any money due or coming due to the Contractor. I 9 10 1 06.1(4) Fabrication Inspection Expense 11 The first paragraph is revised to read: I 12 13 In the event the Contractor elects to have items fabricated beyond 300 miles from 14 Seattle, Washington, the Contracting Agency will deduct from payment due the I 15 16 Contractor costs to perform fabrication inspection on the following items: 17 • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and I 18 Spherical) 19 • Cantilever Sign Structures and Sign Bridges 20 • Epoxy- Coated Reinforcing Steel 21 • Metal Bridge Railing and Handrail 1 22 • Modular Expansion Joints 23 • Painted Piling and Casing 24 • Painted and Powder - Coated Luminaire and Signal Poles I 25 • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers 26 • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and 27 Sanitary Sewer Pipe I 28 29 • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and 30 Box Culverts 31 • Precast Concrete Traffic Barrier 32 • Precast Concrete Marine Pier Deck Panels 33 • Precast Concrete Floor Panels I 34 • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem 35 Panels 36 • Precast Concrete Retaining Walls, including Lagging Panels 1 37 • Prestressed Concrete Girders and Precast Bridge Components 38 • Prestressed Concrete Piles 39 • Seismic Retrofit Earthquake Restrainers 40 • Soldier Piles I 41 • Steel Bridges and Steel Bridge Components 42 • Steel Column Jackets 43 • Structural Steel for Ferry Terminals, including items such as Dolphins, I 44 Wingwalls, and Transfer Spans 45 • Treated Timber and Lumber 6 -inch by 6 -inch or larger 46 • Timber I 47 48 • Additional items as may be determined by the Engineer 49 The footnote below the table is revised to read: 50 I 51 * An inspection day includes any calendar day or portion of a calendar day spent by 52 one inspector inspecting, on standby, or traveling to and from a place of fabrication. 1 I AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 I 1 An additional cost per inspection day will be assessed for each additional inspector. 1 2 Reimbursement will be assessed at $280.00 per day for weekends and holidays for 3 each on site inspector in travel status, but not engaged in inspection or travel 4 activities when fabrication activities are not taking place. 5 6 1- 07.AP1 7 Section 1 -07, Legal Relations and Responsibilities to the Public 8 April 1, 2013 9 1 -07.1 Laws to be Observed 1 10 The following two sentences are inserted after the first sentence in the third paragraph. 11 1 12 In particular the Contractor's attention is drawn to the requirements of WAC 296.800 13 which requires employers to provide a safe workplace More specifically WAC 14 296.800.11025 prohibits alcohol and narcotics from the workplace. 15 16 1 07.9(2) Posting Notices 17 This section is revised to read 18 19 Notices and posters shall be placed in areas readily accessible to read by employees. 20 The Contractor shall ensure the following are posted: 21 I 22 1. EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW 23 published by US Department of Labor. Post for projects with federal -aid 24 funding 25 26 2. FHWA -1022 (revised 11/11) - NOTICE Federal -Aid Project published by 27 Federal Highway Administration (FHWA). Post for projects with federal -aid 1 28 funding 29 30 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act 31 published by US Department of Labor Post for projects with federal -aid I 32 funding 33 34 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards 35 Act published by US Department of Labor. Post on all projects 36 37 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The 38 Family and Medical Leave Act published by US Department Of Labor. Post on 39 all projects 40 1 41 6. WHD -1462 (revised 01/12) — Employee Polygraph Protection Act published by 42 US Department of Labor Post on all projects 43 1 44 7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by 45 Washington State Department of Labor and Industries. Post on all projects 46 47 8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington 1 48 State Department of Labor and Industries. Post on all projects 49 1 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 I 1 9. F700- 074 -909 (revised 12/12) - Your Rights as a Worker in Washington State 2 by Washington State Department of Labor and Industries (L &I). Post on all I 3 4 projects 5 10. EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington I 6 State Employee Security Department. Post on all projects 7 8 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" I 9 for the Contractor, each Subcontractor, each lower tier subcontractor, and any 10 other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions 11 of RCW 39.12 because of the definition of "Contractor" in WAC 296- 127 -010 I 12 13 12. Post one copy of the prevailing wage rates for the project 14 15 1 07.9(5) Required Documents I 16 Item number 2. in the first paragraph is revised to read: 17 18 2. A copy of an approved "Affidavit of Prevailing Wages Paid ", State L &I's form 1 19 number F700- 007 -000. The Contracting Agency will not grant Completion until all 20 approved Affidavit of Wages paid for Contractor and all Subcontractors have been 21 received by the Project Engineer. The Contracting Agency will not release to the I 22 Contractor any funds retained under RCW 60.28.011 until all of the "Affidavit of 23 Prevailing Wages Paid" forms have been approved by State L &I and a copy of all 24 the approved forms have been submitted to the Engineer. 25 26 1 - 07.14 Responsibility for Damage 27 The fifth paragraph is revised to read I 28 29 Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent 30 negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the ' 31 32 Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid and enforceable only to the 33 extent of the Contractor's negligence or the negligence of its agents and employees. 34 I 35 1 - 07.15 Temporary Water Pollution /Erosion Control 36 The third paragraph is deleted. 37 I 38 1- 08.AP1 39 Section 1 -08, Prosecution and Progress 40 April 1, 2013 I 41 1 -08.1 Subcontracting 42 In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ". I 43 44 1 08.3(1) General Requirements 45 The following new paragraph is inserted after the first paragraph: I 46 47 Total float belongs to the project and shall not be for the exclusive benefit of any party. 48 I 49 1 - 08.5 Time for Completion 50 The last paragraph in this section is supplemented with the following: 1 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 2 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and 3 all Subcontractors 4 5 1 - 08.7 Maintenance During Suspension 6 The second paragraph is revised to read 7 8 At no expense to the Contracting Agency, the Contractor shall provide through the 9 construction area safe, smooth, and unobstructed roadways and pedestrian access 10 routes for public use during the suspension (as required in Section 1 -07.23 or the 11 Special Provisions.) This may include a temporary road, alternative pedestrian access 12 route or detour. 13 14 1- 09.AP1 15 Section 1 -09, Measurement and Payment 16 April 1, 2013 1 17 1 -09.1 Measurement of Quantities 18 The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of 1 19 avoirdupois weight ": 20 21 Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work 22 shall have no specific unit of measurement requirement. 23 24 1 09.2(5) Measurement 25 The second sentence in the first paragraph is revised to read 26 27 The frequency of verification checks will be such that at least one test weekly is 28 performed for each scale used in weighing contract items of Work. 29 30 1 - 09.6 Force Account 31 In item No. 3. For Equipment, the last sentence in the third sub - paragraph is revised to 1 32 read: 33 34 In the event that prior quotations are not obtained and the vendor is a firm independent 1 35 from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by 36 the Engineer from the open market in the vicinity and the lowest such quotation may be 37 used in place of submitted invoice. 38 1 1 1 1 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13