Loading...
AG 19-212 - Shaiman Contracting RETURN TO: PW ADMIN EXT: 2700 ID#: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIv: PUBLIC WORKS/CAPITAL 1 r ti 1 F3 NG DIVISION ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:ASAP _ TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION WtONTRACT AMENDMENT(AG#):19-212 ❑ INTERLOCAL ❑ OTHER 1. PROJECT NAME:TRAFFIC CONTROL CENTER i, NAME OF CONTRACTOR:SHAIMAN CONTRACTING INC ADDRESS: 1806 NE 861H ST-RF..FT SEATTLE. WA 98115 TELEPHONE:206-399-7778 E-MAIL:JAMESC� SHAI114AN.NEI' __- FAX: SIGNATURE NAME:JAMES SHAIMAN TITLE:PRESIDENT r. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/_ UBI#602-151-898 EXP. '. TERM: COMMENCEMENT DATE:NOVEMBER_12"'9+ 1-0%dI COMPLETION DATE:22 WORKING DAYS �. TOTAL COMPENSATION:$126,977-41 (fncluding Change Order# I for Sl7 069,80) (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: SES ❑NO IF YES,$1,551.80 PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO:C36202-24110 I. DOC�MENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED PROJECT MANAGER A- I I f► 1 DIVISION MANAGER DEPUTY DIRECTOR t DIRECTOR I ❑ RISK MANAGEMENT (IF APPLICABLE) �y AW DEPT i1A_ l(f 1�I{ 0. C06-CIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING �"Q 4 l!4 19 ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: r �W�IJIJ(,� ) DATE REC'D: d ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT /*GNATORY kMAY OR DIRECTOR,95' ^` CIT,'CLERK No T.� AAssIC,NED AG# AG# A EA6i€ �D DATE SENT: I t)ETURN ONE ORIGINAL :OMMENTS: ;XECUTE" 2 "ORIGINALS N1�11►� `1'1� �r�k� �+ ti�mu CONTRACT CHANGE ORDER 202 AG 19-212 01 PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE TRAFFIC CONTROL CENTER SHAIMAN CONTRACTING, INC_ PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The purpose of this change order is to convert an existing open area into a conference room. This is required due to the conversion of an existing conference room into a new Traffic Control Center. In essence this change order is in-kind replacement of existing conference room that is being converted into the new Traffic Control Center. This Change Order covers the work changes summarized below: Provide and install approximately 10' x 9' x 3-1/2' metal stud wall. Provide and install 5/8" Gypsum Wall Board (GWB) on both sides of new metal stud framed wall with level 4 finish. Provide temporary dust enclosure during GWB sanding. Provide and install approximately 20 linear feet of 1" x 6" oak base with 1 x ''/z" Philippine mahogany cap. Provide and install one each: standard door, hardware, and frame, including 24" x 45-1/4" sidelite with 1/4" glazing approved by the City. Prime and paint new wall and door frame to match existing colors and stain and finish base/cap. Modify existing HVAC system per attached Hermanson Proposal. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 2 Working Day(s) ❑ Decreased by Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE.- ITEM HANGE:ITEM NO. ITEM UNIT QTY UNIT PRICE ADD OR DELETE 6 Open Space Conversion LS 1 $17,069.80" $17,069.80* to Conference Room * Includes Washington State Sales Tax of 10%which is $1,551.80 TOTAL NET CONTRACT: INCREASE 17,069.86 I DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $109,907.61 PREVIOUS CHANGE ORDERS $0 THIS CHANGE ORDER $17,069.80_ NEW CONTRACT AMOUNT $126.977.41 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONT CTOR'S SIGNATURE DATE 12A v� PUBLIC;RKS DIRECTOR DATE go ? i Shaiman Contracting Inc. 25-Oct Change Order Proposal # 1 R1 OWNER INFORMATION CONTRACTOR INFORMATION Name Federal Wav Company Shaiman Contracting Inc. Address 33325 8th Avenue South Name James Shaiman City,State ZIP Federal Wav,WA 98003 Address 1806 NE 80th Street Phone City,State ZIP Seattle,WA 98115 Email Naveen.Chandra@citvoffederalway.com Phone 206.399.7778 Email james@shaiman.net Project name Federal Way Traffic Control Center Contractor Registration# shaimci866du SCOPE OF WORK Convert Alcove to North of room 2088.into conference room.Scope is not defined in construction documents,and is limited to the following work: 1)modify existing HVAC system per attached Hermanson proposal 2)provide and install approximately 10'x 9'x 3-1/2"metal stud wall 3)provide and install lea building standard door,hardware and frame.Includes 24"x45-1/4"sidelite with 1/4"glazing. 4)provide and install 5/8"GWB on both sides of new metal stud framed wall.Finish wall to level 4 finish 5)provide and install approximately 201f of 1x6 oak base with 1x1/2"Philippine mahogany cap 6)prime and paint new wall and door frame to match existing colors.Stain and finish base/cap 7)provide temporary dust enclosure during GWB sanding Labor 8,351 Labor markup at 29%per WSDOT spec 2,422 Equipment $ - Materials $ 3,227 Materials markup at 21%per WSDOT spec $ 678 Subcontractors $ 750 Subcontractor markup at 12% per WSDOT spec $ 90 Washington State Sales Tax-EXCLUDED,TO BE ADDED TO BILLING $ - Amount Due $ 15,518 NOT INCLUDED Unforescen Conditions Design and Engineering Permitting Any work not identified in this change order request,or shown in the related XRAY of slab-it is assumed slab is mild reinforced.OWNER TO VERIFY (\ \ \ • \) ) ) | ; § | Er ) E - ! ■ PZ k �§ °0 o�, § ; mfs = ■ SA ° maa %; ems cr 4 � ! ■ ; : „ ; ; ; ;l ; = ;l � ; ; ; ; ; \ \ \ \ \.-N} � � f) ) \ -2T )) g ! ! !! � � , ` EE �� � �/� l00 �; .i� ; ! !! )) �\ �k kiki / ! ; ! l2 � 2 !!! | ! ■} ;2 | - WASHINGTON ARCHITECTURAL HARDWARE A KENDELL COMPANY PRICE QUOTATION To: SHAIMAN CONTRACTING INC. Date: 10/24/19 Quoted by: BRIAN W Project: FEDERAL WAY TCC Attn: JAMES S. 1EA. 3070 SOLID CORE FLUSH WOOD DOOR, NON RATED, PLAIN SLICED RED OAK VENEER, CUSTOM COLOR FINISH** 1EA. 307Ox5-3/4" HM FRAME w/24"X45-1/4"*** SIDELITE, GLASS INSTALLED, WELDED WITH CLOSER PREP AND SILENCERS METAL WALL STUD 1 EA. 45H7A17 626 L/C LOCKSET** 3EA. MPB79 4.5" X 4.5" 26D HINGE 1 EA. 409 WALL STOP 26D 1 EA. 8616 AF86P DOOR CLOSER TOTAL: 420* *TAX AND DELIVERY NOT INCLUDED ** HANDiNQ MILL. BE NEEDED AT T iME OF ORDER *'F'`SIDELITE ADDED IOL24119 PER CUSTOMER EMAIL DOOR LEAD TIME 6-8 WEEKS FRAME_ LEAD TIME 4-6 DAYS Me agree to purchase the items as described above. By: _ -__ _ _. Date:_ Prices guaranteed for 30 days from date of quotation. Unless otherwise noted, prices exclude installation,freight to jobsite and sales tax. Terms:NET 30 DAYS, NO RETENTION. Please refer to project name&date when inquiring about this quote. Modified or special order itemsare not returnable. All returns require preauthorization. Tel 253.471.9150 Fax 253.471.9171 4409 S.Orchard St.Tacoma,WA 98466 l WiH105,t]iJL9 james@shaiman.net From: Loren Moyer <Imoyer@hermanson.com> Sent: Friday, October 11, 2019 1:31 PM To: james@shaiman.net Cc: 'Chris kirschbaum' Subject: RE: change order price for Federal Way Transit Control Center TI James, My apologies for not responding sooner. It looks like you will just need to add a supply diffuser off of VAV 2206 or 2207 then rebalance. That would be about$750. Loren Moyer(Project Executive Hermanson Company, LLP 11221 2nd Ave N,Kent,WA 98032 Cell 206437-0226 1 Office 206-575-9700 www.hermanson.com From:james@shaiman.net<james@shaiman.net> Sent: Monday, October 7, 2019 1:38 PM To: Loren Moyer<Imoyer@hermanson.com> Cc: 'Chris kirschbaum'<chriskirschbaum@hotmail.com> Subject: change order price for Federal Way Transit Control Center TI Loren, At my precon for the FWTCC last week,the owner drug me aside to look at another small piece of work,about 30'from our project.The assumed scope is as follows: 1) Wall off an existing alcove into an approximately 10x10 office 2) Add a 2x2 egg crate return air grill to the ACT outside the office (there is an existing return air grille in the alcove, that will remain) 3) Add a 6"supply duct and 2x2 diffuser to the newly formed office. If you have a better idea, I'm sure everyone would be fine with it.Just need to make the office comfortable,and not screw-up the rest of the system in the process. Please include rebalancing in your quote. Please give me a proposal to perform the HVAC work. James Shaiman Shaiman Contracting Inc. 206-399-7778 14 i fames@shaiman.net From: Naveen Chandra <Naveen.Chandra@cityoffederalway.com> Sent: Tuesday, October 15, 2019 1:57 PM To: james@shaiman.net' Subject: RE:2 questions about FWTCC job Hi James: Please see my responses to your questions in your email below. Thanks, Naveen From:james@shaiman.net [mailto:james@shaiman.net] Sent: Monday, October 14, 2019 11:38 AM To: Naveen Chandra Subject: 2 questions about FWTCC job Naveen, 1. Have you received the revised notarized contract signature page?This was put in the outgoing USMAIL in Seattle on Tuesday afternoon, and should have been received by Federal Way no later than Thursday of lastweek. Yes! We received it. Contract documents are being routed for signatures. 2. Do you have any information for me on the building spec door/frame/hardware? I have all needed information to send you the CO request, other than the door/frame/hardware information. If this isn't going to be available soon, I'd propose that we simply include a $2K allowance in the change order for the D/F/H materials, and the change order can be updated if the cost is substantially higher or lower. Please let me know how you'd like to proceed. Following is the information which I received from our Parks Department: Wood Door: 3'0" X 7'0" X 1-3/4" SOLID CORE FLUSH WOOD DOOR, NON-RATED, PLAIN SLICED RED OAK VENEER, CUSTOM COLOR PREFINISH, DOOR HARDWARE: HINGE, MCKINNEY MPB79 4.5" X 4.5" US26D MORTISE LOCKSET, BEST 45H7 A 17H 626 LESS CORE LOSER, DORMA 8616 689 WALL STOP, ROCKWOOD 409 US32D James Shaiman Shaiman Contracting Inc. 206-399-7778 RETURN TO PW ADMIN EXT: 2700 ID#: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIY: PUBLIC WORKS/CAPITAL PROJECTS ORIGINATING STAFF PERSON.NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:9/20/19 TYPE OF DOCUMENT(CHECK ONE)- (CONTRACTOR SELECTION DOCUMENT(E.G., $ P,RFQ) ❑ PUBLIC WORKS CONTRACTI ?CJ SMALL Uf LIh1l I f l)PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT (" C7 MAWTEN.ANC L AGR F EMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL ❑ OTHER G. PROJECT NAME:TRAFFIC CONTROL CENTER i. NAME OF CONTRACTOR:SHAIMAN CONTRACTINQ INC ADDRESS: 1806 NE 80T"STREET SEATTLE WA98115 TELEPHONE:206-399-777$ E-MAI€.;rA.FS-. i sIInINT."N.NET FAX: SIGNATURE NAME:.JAMES SHAIMAN TITLE: �. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL EXP. 12/31/ UBI# EXP.—/—/— TERM: /_TERM: COMMENCEMENT DATE:NTP IS ISSUED COMPLETION DATE:20 WORKING DAYS i. TOTAL COMPENSATION:$109,907.61 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: Jq RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ,K PLEASE CHARGE TO: �. DOCUMENT/CONTRACT REVIEW _ INITIAL/DATE REVIEWED INITIAL/DATE.APPROVED C ,I- ❑ PROJECT MANAGER ❑ DIVISION MANAGER -� ❑ DEPUTY DIRECTOR ❑ DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE ❑ LAW DEPT O. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC`D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED. INITIAL/DATE SIGNED FINANCE DEPARTMENT LAW DEPT SIGNATORY(Y&YOR OR DIRECTOR) 4 5 �1.CITY CLERK ASSIGNEDAG# AG# 0 SIGNED COPY RETURNED DATE SENT: RETURN Q>FlG fBfC CL ;OMMENTS: ?XECUTE" 3 "ORIGINALS THIS IS A REPLACEMENT ROUTING FORM CITY OF � * Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR TRAFFIC CONTROL CENTER (TCC) PROJECT# 202 RFS # 19-005 Federal Aid # CM-HSIP-OOOS(464) CONFORMED SET City of Federal Way PUBLIC WORKS DEPARTMENT 33325 8th Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR TRAFFIC CONTROL CENTER (TCC) PROJECT # 202 RFB # 19-005 Federal Aid # CM-HSIP-OOOS(464) Bids Accepted Until 10:00 a.m., August 9, 2019 At: City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 fig Prepared By: Transpo Group 12131 113th Ave NE #203 Kirkland, WA 98034 APPROVED FOR CONSTRUCTION a Desiree S.Winkler,P.E. Date Deputy Public Works Director CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JULY 2019 RFB-I PROJECT#2021 RFB#19-005 CFW RFB VER.2019.05.13 TABLE OF CONTENTS PAGE ADVERTISEMENT FOR BIDS.....................................................................................................................1 INSTRUCTIONS TOBIDDERS &CHECKLISTS........................................................................................3 BIDPROPOSAL...........................................................................................................................................5 BIDBOND.....................................................................................................................................................G SUBCONTRACTOR LIST..........................................................................................................................10 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION...............................................................11 PUBLIC WORKS CONTRACT...................................................................................................................13 SAMPLE CONTRACT CHANGE ORDER.................................................................................................2O CERTIFICATE OFINSURANCE................................................................................................................22 PERFORMANCE AND PAYMENT BOND.................................................................................................23 AMENDMENTS TOTHE STANDARD SPECIFICATIONS.................................................GREEN PAGES SPECIAL PROVISIONS..........................................................................................................BLUE PAGES APPENDIX A-TRAFFIC CONTROL CENTER SPECIFICATIONS........................BLUE PAGES FHVVA1273..........................................................................................................................COLOR PAGES PREVAILING WAGES AND BENEFIT CODE KEY...........................................................COLOR PAGES PROJECT PLANS....................................................................................................BOUND SEPARATELY CITY OFFEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JULY 2019 RFB- i PROJECT#2O2/ RFB#19-DD5 ADVERTISEMENT FOR BIDS TRAFFIC CONTROL CENTER (TCC) SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through August 9, 2019, at 10:00 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicly aloud in the Hylebos Conference Room, City Hall 33325 8th Avenue South, Federal Way, Washington 98003 at 10:05 (TIME) a.m. on August 9, 2019. This project shall consist of: modifications to an existing small conference room into a Traffic Control Center(TCC), including architectural, mechanical, and electrical improvements. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed,the Contractor must complete all work within 20 working days. BID DOCUMENTS. Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department. QUESTIONS: Any questions must be directed to Desiree Winkler, Deputy Public Works Director, by email at a or by letter addressed to same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2018 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women-owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-1 PROJECT#202/RFB#19-005 CFW RFB VER.2019.05.13 DATES OF PUBLICATION: Daily Journal of Commerce Publish July 19, 2019 and July 26, 2019 Federal Way Mirror Publish,July 19, 2019 and July 26, 2019 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-2 PROJECT#202/RFB#19-005 CFW RFB VER.2019.05.13 INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied with. (2) EXAMINATION OF BID AND CONTRACT DOCUMENTS—BIDDER RESPONSIBILITIES The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site, the availability of materials and labor, publically available information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. (3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre-bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to Desiree Winkler, Deputy Public Works Director, by email at or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued.All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety(90) days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-3 PROJECT#202/RFB#19-005 CFW RFB VER. 2019.05.13 The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ] Subcontractor dist: The Subcontractor List shall be filled in by the bidder. ❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully executed by the bidder. ❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded. ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract("Contract")from these Bid Documents. Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payrnent Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. I❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-4 PROJECT#202/RFB#19-005 CFW RFB VER 2019.05.13 BIB PROPOSAL TRAFFIC CONTROL CENTER (TCC) PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way; Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: Shaiman Contracting Inc Full Legal Name of Firm Contact: James Shaiman Individual with Legal Authority to sign Bid and Contract Address 1806 NE 80th Street Street Address Seattle, WA 98115 City, State Zip Phone 206-399-7778 james@)shaiman.net E-Mail: Select One of the Following -Y.5 Corporation Partnership. Individual Other State Contractor's License No . SHAIMC1866DU State Contractor's License Expiration Date 3 / 31 / 2020 Month Day Year State UBI No. 602-151-898 State Worker's Comp_ Account No 020,218-01 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 RFB-5 PROJECT#2021 RIF 13#19-005 CFW RFB VER 2019 05 13 NOTE. All entries shall be written in ink or typed. Unit prices for all items. all extensions. and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts) All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto The Bidder shall complete this entire 2 I Form or this bid,maybe considered non-responsive. The City may correct obvious mathematical errors The City of Federal Way reserves the right to reject any and ail bids; waive any informalities or minor irregularities in the bidding: and determine which bid or bidder meets the criteria set forth in the bid documents. BID SCHEDULE: TRAFFIC CONTROL CENTER(TCC) All unit prices shall NOT include applicable sales tax. Sales tax should be applied to the subtotal for this bid schedule. Item Spec. Bid Item Description Unit Plan Unit Price Amount No. Div, Qty 1 1-04.4 Minor Change FA 1 $5,000 $5,000 Traffic Control Center—Construction 2 8-30 (Nor Including Mechanical/Electrical Systems) LS 1 $6 161 5-el 3 8-30 Traffic Control Center— Mechanical System LS 1 $ �{ $ ��� 4 8-30 Traffic Control Center—Electrical System LS 1 $ b $ 1041 5 8-30 Office Chair Allowance LS 1 $2.000 $2,000 SUBTOTAL$11)1/b-0 SALES TAX(10.0%)$1q11.6e7 TOTAL$JUJqVT `. The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidder's Checklist). the Contract Documents (including Project Plans; Specifications, and all Appendices: Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge; and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents. for the referenced bid amount; inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. NON-COLLUSION AFFIDAVIT By signing this proposal. the undersigned acknowledges that the person(s), firm, association; or corporation has (have) not, either directly or indirectly; entered into any agreement; participated in any collusion: or otherwise taken any action in restraint of free competitive bidding in connection with this project. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFS-6 PROJECT#2021 RFS #19-006 CFW RFS VER 2019 05 13 To report rigging activities. call 1-800-424-9071 The U S. Department of Transportation (USDOT) operates the toll-free hotline Monday through Friday, 8:00 a.m to 5:00 p m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CONFLICTS OF INTEREST, GRATUITIES,8. NON-COMPETITIVE PRACTICES By signing this proposal, the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City, and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage; brokerage, or contingent fee would be paid; and (3) That no gratuities in the form of entertainment; gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW x2.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year; to have committed any combination of two of the following violations or infractions within a five year period: (1) Violated RCW 51 48.020(1) or 51 48 103; or (2) Committed an infraction or violation under Chapter 18 27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act now or as herein after amended, 8 U S.C. 1101 et Seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: 7/25/2019 Addendum No. 2 Date Issued: $/5/2019 Addendum No. Date Issued: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 RFB-7 PROJECT#2021 RFB #19-005 CF✓V RFS VER 2019 05 13 The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership;joint venture or corporation. BT James Shaiman Printed Name President Title Subscribed and sworn to before me this day of 20 . /S gnature q Notary •��, :,;7gb Printed name of Notary Notary Public in and for the State of My commission expires: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 R.FB-8 PROJECT#2021 RFB#19-005 CFW RF3 VER 2019 05 13 BID BOND TRAFFIC CONTROL CENTER (TCC) OPTION 1: BID BOND DEPOSIT 11 Attached is a deposit in the form of a certified check, cashier's check. or cash in the amount of which amount is not less than five percent (5%) of the total bid. j 8/5/2019 ;7'1,h',:r,a' –Signature of Authorized Official Date President Title —OR— OPT103,4 2. 6,,b SOND KNOW PERSONS BY THESE PR NTS that we. as Principal; and as rety. are held and firmly bound unto the City of Federal Way, a bligee, in the sum of five (5) pert of the total amount of the bid proposal for the payment of which th rincipal and the Surety d themselves; their heirs and executors, administrators, successors and as ns. jointly and seve ; by these presents. The condition of this obligation is such t t if the O igee shall make any award to the Principal for the above-mentioned Project according to the t- ms the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter ii­ a contract with the Obligee in accordance with the terms of said proposal or bid and award and shat[ .iv J for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if th , F.' inch:- shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the de t specified in call for bids: then this obligation shall be null and void; otherwise, it shall be, and ain in full force an ffect, and the Surety shall forthwith pay and forfeit to the Obligee as penal nd liquidated damages, the ount.of this bond. SIGNEL), SEALED AND ' I LD I HIS DAY OF 20 Principal–S7 Authorized Official Surety–Attorney i act (Attach Power of Attor. v) Title Name an Address of Local Office/Agent of Surety Company is: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 R.FB-9 PROJECT#2021 RFB#19-005 CFW RFD VER 2079 05 13 . . . . . . . . . . . . . . SUBCONTRACTOR LIST CITY OF FEDERAL WAY Local Agency Subcontractor List i :3332:5 STH AVE S .rrepar=d�,-ccmp3ance evi r;'�,;-..4=9 30.060 as afrer ,' FEDERAL WAY,VVA 98003 To Be SUbMi CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46; 49.48, and 49.52 RCW within three(3) years prior to the date of the Request for Bids. Bidder Name:. Shaiman Contracting Inc. Print Full Legal Name of Firm By James Shaiman Si n tune of Authorized Person Print Name of Person Making Certifications for Firm Title. President Place. Sunriver, Oregon Title of Person Signing Certificate Print City and State Where Signed Date: 8/5/2019 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 R.FB-11 PROJECT#2021 RFB#19-0OS CFW RFS VER 2019 05.13 . . . . . . . . . . . . . . . . . . . . . . . . . . . PROPOSAL FOR INCORPORA'FUNTIG RECYCLED M.AI-ERLALS ARWA-WA Division 1 Committee rev.1118/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect,January, 1, 2616 (SHB16195).the Bidder shalf propose below- the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on maximum,Allowable Percent (By Weight) of Recycled material, of the Standard Specifications. Proposed total percentage: _ 0 percent_ Nate: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Sic'totals are exactly equal; irr which case proposed recycling percentages will be used as a tie-breaker.per the APWA GSP in Section 1-03.1 of the Special Provisions. regardless. the Bidder's stated,proposed percentages will become a goal the Contractor should do its.best to accamplish_ Bidders will be required to report on recycled materials actually incorporated into the Project; it accordance with the AIWA GSP in Section 1-066 of the Special Provisions_ Bidder: Shairnan Contracting Inc. Signature of Authorized Official-- Date- fficial_Lute: 81 ,2019 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFS-12 PROJECT#202/ RFI3#x19-005 CFW RFB VER 20,9 05 13 PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of 20 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Shaiman Contracting, Inc., a Washington Corporation ("Contractor"), for the project known as Traffic Control Center(TCC) (the"Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE,the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2. TERM 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. It is impractical and difficult to calculate the actual costs and impacts of such delays. The parties therefore agree that the formula for calculating liquidated damages as set forth in the Contract Documents is an appropriate formula and will result in a reasonable approximation of the City's damages in the event of delay. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief(including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed one hundred nine thousand nine hundred seven and 611100 Dollars ($109,907.61), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-13 PROJECT#202/RFB#19-005 CFW RFB VER. 2019 05 13 the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion,which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively"the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier(of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-14 PROJECT#202 1 RFB#19-005 CFW RFB VER 2019 05 13 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-15 PROJECT#202/RFB#19-005 CFW RFB VER 2019 05 13 contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents.The documents incorporated by reference, as if fully set forth in this Contract, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modificadon. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Charge Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-16 PROJECT#202/ RFB#19-005 CFW RFB VER 2019 05 13 guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 8.7 Full Farce and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and VenLEe. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authority/Discretion/JLid grnent. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFS-17 PROJECT#202/RFB#19-005 CFW RFB VER 2019 05 13 entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: Transpo Group. 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CONTRACTOR Company: Shaiman Contracting Inc. Attn: James Shaiman Street Address: 1806 NE 80th Street Seattle, WA 98115 ENGINEER: City of Federal Way Attn: Project Engineer 33325 8th Ave S Federal Way,WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics_Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. DATED the day and year set forth above. [Signature Page Follows] CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFS-18 PROJECT#202/RFB#19-005 CFW RFB VER 2019 05 13 CITY OF FEDERAL WAY CONTRACTOR m rrell, Mayor Sri/r�•sture of Authorized Individual 33325 8th Avenue South James Shaiman Federal Way, WA 98003-6325 Printed Name of Authorized Individual ATTEST: 1806 NE 80th StrPPt Arlrfrac.S Seattle, WA 98115 City, State, Zip S e a ie Courtney, CMC, City ef APPROVED AS YQ FO -;Xi 4WPP'1—' - 10/J. Ryan Call, CityAttorney NOTARY OF CONTRACTOR'S SIGNATURE STATE OF WASHINGTON ) COUNTY OF. King _)) ss. On this dayneenelly, James Shaiman .r .n.�.., appeared before me_ to me known to be the President of_ Shaiman Contracting Inc. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this day of �C -r , 20 MAIA:HASCALL (typed/printed name of notary) NIOITABLIC Notary Public in and for the State of Washington. STATE OFINGTOj My commission expires 1,. x, r, " f My� ctober 27 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-19 PROJECT#2021 RFB#19-005 CFW RFB VER.2019.05.13 .. .... . .. .... .... . .. .... . .. . .. . .. . .. . .. . .. .... .... . .. .... . .. . .. .... . .. .... . .. . .. . .. . .. .... .... . .. . .. . .. .... . .. . .. . .. .... . .. .... . .. . .. . .. . .. . .. .... .... .... .... .... . .. .... .... .... .... SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is F Unchanged Increased by_Working Day(s) ❑ Decreased by_Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE. ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE$ j DECREASE$ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-20 PROJECT#2021 RFB#19-005 CFW RFB VER.2019.05 13 waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. CONTRACTOR'S SIGNATURE DATE PUBLIC WORKS DIRECTOR DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project will use this form. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-21 PROJECT#202/RFB#19-005 CFW RFB VER. 2019.05.13 a DATE(MM/DD/YYYY) A Ra CERTIFICATE OF LIABILITY INSURANCE 09/24/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsem s. PRODUCER NAP.IE:G Shelley Smith PHONE a 5 Scott M. Campbell ' ..._.. Insurance Srvices Group, Inc _fA:c,No,Ext); .(42 � 775-6446. , - 600 Main Street, Ste. A E-MAIL ADDRESS: ShelleyS@insuranceservicesgroup.com Edmonds WA 98020 - INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Republic-Vanguard Insurance Co 40479 INSURED INSURER B:Westchester Surplus Lines Ins. 10172 Shaiman Contracting Inc INSURERc: Car)itol Indemnity Corporation 10472 1806 NE 80th Street INSURER D: Seattle WA 98115 _INSURER E: _ INSURER F COVERAGES CERTIFICATE NUMBER:Cert ID 3494 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'_!W9 R'; POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY MMIDDIYYYY A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 -DA IMAGE TO CLAIMS-MADE OCCUR Y Y EN104857100 03/31/2019 03/31/2020 PREMISES Ea occurrence 5 1001000 MED EXP(Any one person) S 5,000 PERSONAL BADVINJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 JECT POLICY PRO ❑ LOC PRODUCTS-COMP/OPAGG S 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COM ED SINGLE L M S (Ea accident ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Par acdclonl)_ $ C UMBRELLA LIAB X OCCUR Y Y �XS1_9021803 10/01/2019 10/01/2020 EACH OCCURRENCE S 3,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE S 3,000,000 DED RETENTION S S WORKERS COMPENSATION PEROTH- AND EMPLOYERS'LIABILITY YIN EN104857100 03/31/2019 03/31/2020. STATUTE X ER ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ WA STOP GAP E.L.EACH ACCIDENT S 1,000,000 OFFICER/MEMBER EXCLUDED? NIP` -- (Mandatory in NH) LE.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT S 1,000,000 B Pollution IG71155171 002 07/09/2019 07/09/2020 Occur & Agg/Claims Made $ 1,000,000 $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE; Traffic Control Center (TCC) CFW#202/CM-HSIP-OOS(464) City of Federal Way, its officers, elected officials, employees, agents, and volunteers are named as additional insured, if required by written contract, per attached form NX GL 189 0511. Coverage is primary and non-contributory and includes waiver of subrogation. Umbrella follows general & auto liability forms. If required by written contract, additional insured include: consultant that completed the preparation of the engieering design and project plans, and it officer, employees, agents and subconsultants. Consultants hired by the Contracting Agency for design, construction support, or materials testing. CERTIFICATE.HOLDER 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. City of Federal Way c/o City Hall 333258 8th Ave S AUTHORIZED REPRESENTATIVE Federal Way WA 98003 I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 1 of 2 POLICY NUMBER: EN1048571.00 COMMERCIAL GENERAL LIABILITY NX GL 189 05 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKET ADDITIONAL INSUREDS - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number: EN104857100 Endorsement Effective: 03/31/19 12:01 a.m. Named Insured: Counter Signed By: SHAIMAN CONTRACTING INC Ll SCHEDULE Name of Person or Organization: Any person or organization that the named insured is obligated by virtue of a written contract or Agreement to provide insurance such as is afforded by this policy, Location. (if no entry appears aoov�, Information required to complete this endorsement will be shown in the Declarations as applicable to this e-dc,-ement.) A. Section II—Who Is An Insured is amended to irnJIJI � IS an insuroa the person Cr orgsr i.-at nrt shown in the Schedule, but only to the extent that the person cr ogarJ_.a'io si,._;L:n n tli 5chetlu' is held liable for your acts or omissions arising out of your on jasr a operalicris r.;erfc.rmwd for tt,,;i errs-fired. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added. 2, Exclusions This insurance does not apply to"bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than services, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the site of the covered operations has been completed: or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The words"you"and "your" refer to the Named Insured shown in the Declarations, NX GL 189 05 11 Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission L� LI) DATE / Y) CERTIFICATE OF LIABILITY INSURANCE 10/03/03/20192019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Ellie Neigel NAME -- - -- ... Staia��" ;6 i DIANE HAGEN STATE FARM INSURANCE HONK 253- 752-9920 1FAl-C N.I. 253-752-9921 3401 6TH AVENUE SUITE I E•DJrDRESS; ellie@dianehagen.com _ . TACOMA,WA 98406 INSURERS)AFFORDING COVERAGE NAIC# INSURER A: State Farm Mutual Automobile Insurance Company 25178 INSURED INSURER B: SHAIMAN,JAMES&SHAIMAN CONTRACTING INC INSURER C: 1806 NE 80TH ST INSURER D: _ SEATTLE WA 98115-4454A INSURER E. INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SIND POLICY NUMBER MN1 00 YYYY MPOLICY ErF M UCY EXP LTR IDD (YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE Q OCCUR PREMISES(Ea occurrence) $ MED EXP(Any oneperson) $ PERSONAL&ADV INJURY $ GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY El JV T F-1 LOC PRODUCTS-COMP/OPAGG $ OTHER: $ AUTOMOBILE LIABILITY a ao"iCOMBIoEnl ED SIraGI,E:LIMIT $ 1,000,000 i-__.......•.. ANY AUTO 331 7989-A23-47C 07/23/2019 01/23/2020 1 BODILY INJURY(Per person) $ A OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED 438 7001-A30-47A 07/30/2019 01/30/2020 :�_ =PTY DA MAGE $ AUTOS ONLY AUTOS ONLY °' o"fil UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED ] I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE LiN/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ i I _ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) 331 7989-A23-47C 2014 TOYOTA TACOMA-438 7001-A30-47 ENOL CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF FEDERAL WAY ACCORDANCE WITH THE POLICY PROVISIONS. C/O CITY HALL 33325 8TH AVENUE SOUTH AurIIOR{gyp REPRESENTATIVE FEDERAL WAY,WA 98003-6325 <--- -' ✓ �/� 9 ©1988-2015 ACORD CORPORATION. rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 1001466 132649-12 0316-2016 Bond No.2293760 PERFORMANCE AND PAYMENT BOND TRAFFIC CONTROL CENTER (TCC) The City of Federal Way ("City") has awarded to Shaiman Contracting,Inc.-� ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington(RCW)and(where applicable)Chapter 60.28 RCVJ. North American Specialty Insurance Company The Principal, and \ ("Surety"), a corporation organized under the laws of the State of New Hampshire and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of One Hundred Nine Thousand,Nine Hundred Seven&61/100ths-- US Dollars ($ 109.907.61 ) Total Contract Amount, subject to the provisions herein. This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39 12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. PRINCIPAL: Shaiman C o troc(in—�,Inc. SURETY: North American Specialty Insurance Company Signature Dal Sf � al . _ nature to 1 � Surety Signature P 9 /AI Nicholas Fredrickson Printed Name Printed Name �&S In t Attorney-in-Fact _ 7711 Title CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER liTCC) JUNE 2019 RFB-23 PROJECT#202/RFB#19-005 CFW RFB VER 2019 05 f3 Page 26 Performance and Payment Bond Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com-Always Verify Scale LOCAL OFFICEIAGENT OF SURETY: Parker.Smith&Feek.Inc. Name 2233 112th Avenue NE Street Address Bellevue.WA 98004 City, State, zip 425-709-3600 Telephone BOND NO.: 2293760 APPROVED A5 TO FOR7: d/ J. Ryan Call, City Attomey CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 RFB-24 PROJECT#2021 RFS#1"05 GFW RFB VER.2019.05.f3 Page 27 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Kansas City,Missouri and Washington International Insurance f rnn :rnc„e'arht7r,ill.m r ;uri :xl:Md C'JIs ine 111A11r 1110 kmti o the Sialc of New Hampshire and having its principal office in the City ofKansas L tl (t t 1 =ttLlr ifs 11', i. - , ( I'd rl }I aan i.xJ under IIILi laws of the State of Missouri,and having its principal office in the City of Ldl;ti.lti l I;1.. r.11 li':,.I I_Ii1 i!. I:Li WLc. .Incl.i1Y17oint: SUSAN B.LARSON,SCOTT FISHER,MINDEE L.RANKIN,DEANNA M.FRENCH,RONALD J.LANGE,ELIZABETH R.HAHN,JANA M.ROY ROGER R.KALTENBACH,GUY P.ARMFIELD,SCOTT McGILV RAY,ANDREW P.LARSEN,NICHOLAS FREDRICKSON,AND SCOTT GARCIA JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ,��yulydui,rrrrr ,; �LMsr lrr,��, ••� AL3 rL' ,t rJ.r� p'S 1lr C(h�' � c,�l "C¢' ^�'{ By �„ Steven P.An roan. mr Icr rest nt a washl p[crnat ane Insurance Company ,�•v?.- � = C+L 5�� - &Senior Vlce President of North American Specialty Insurance Company ",� J�. ' SEAL 4 `— S7 _ &Senior Vice President of Westport Insurance Corporation �o ' 5r• N. By n n f fir. 11 11 0 fVuly � x m Mike A.Ito,Senior Vice President n!14 .Irui t u Inlet I:In 11:at Inst r"r rer f nrl,a,ty y fC,^,:?tila�V44� &Senior Vice President or ti,tnh 1 runic-m 7prcialty Insurance Company &Senior Vice President tu-u.•aw a Corporation IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 30TH day of MAY —,20 19 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 30THday of MAY 20 19,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. M.KENNY ._ l Nota ty lhr L•t-.°•tr!.rl tli'mrn= n+yr"Iyvfl ' M.Kenny,NOtary Public I, Jeffrey Goldbergthe duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation wbich is still in full fora and effect. e I- IN WITNESS WHEREOF_I have set my hand and affixed the seals of the Companies thi day of 19 Jeffrey Goldberg,Vice President&Au start Secretary orWashington tntemxlional Instimnce Company& North American Specialty Insurance Company&Vice President&Assistmm Secretary of 1Ve tiport losmiinre Coiporation City of Federal Way Contract Provisions Traffic Control Center(TCC) AMENDMENTS TO THE WSDOT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION (REVISED APRIL 1, 2013) 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 2018 4 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 and 9 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. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 6, 2018 19 1-01.3 Definitions 20 The following new term and definition is inserted before the definition for"Shoulder": 21 22 Sensitive Area—Natural features, which may be previously altered by human activity, that 23 are present on or adjacent to the project location and protected, managed, or regulated by 24 local, tribal, state, or federal agencies. 25 26 The following new term and definition is inserted after the definition for"Working Drawings": 27 28 WSDOT Form—Forms developed and maintained by WSDOT that are required or 29 available for use on a project. These forms can be downloaded from the forms catalogue 30 at: 31 32 http://wsdot.wa.gov/forms/pdfForms.html 33 34 1-02.AP1 35 Section 1-02, Bid Procedures and Conditions 36 October 30, 2018 37 1-02.4(1) General 38 This section is supplemented with the following- 39 40 Prospective Bidders are advised that the Contracting Agency may include a partially 41 completed Washington State Department of Ecology (Ecology)Transfer of Coverage 42 (Ecology Form ECY 020-87a)for the Construction Stormwater General Permit(CSWGP) 43 as part of the Bid Documents. When the Contracting Agency requires the transfer of 44 coverage of the CSWGP to the Contractor, an informational copy of the Transfer of 45 Coverage and the associated CSWGP will be included in the appendices. As a condition of 46 Section 1-03.3, the Contractor is required to complete sections I, III, and VIII of the Transfer 47 of Coverage and return the form to the Contracting Agency. 48 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-1 PROJECT#2021 RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 2 1-05.AP 1 3 Section 1-05, Control of Work 4 August 6, 2018 5 1-05.5 Vacant 6 This section, including title, is revised to read: 7 8 1-05.5 Tolerances 9 Geometrical tolerances shall be measured from the points, lines, and surfaces defined in 10 Contract documents. 11 12 A plus (+)tolerance increases the amount or dimension to which it applies, or raises a 13 deviation from level. A minus (-)tolerance decreases the amount or dimension to which it 14 applies, or lowers a deviation from level. Where only one signed tolerance is specified (+ or 15 -), there is no specified tolerance in the opposing direction. 16 17 Tolerances shall not be cumulative. The most restrictive tolerance shall control. 18 19 Tolerances shall not extend the Work beyond the Right of Way or other legal boundaries 20 identified in the Contract documents. If application of tolerances causes the extension of 21 the Work beyond the Right of Way or legal boundaries, the tolerance shall be reduced for 22 that specific instance. 23 24 Tolerances shall not violate other Contract requirements. If application of tolerances causes 25 the Work to violate other Contract requirements, the tolerance shall be reduced for that 26 specific instance. If application of tolerances causes conflicts with other components or 27 aspects of the Work, the tolerance shall be reduced for that specific instance. 28 29 1-05.9 Equipment 30 The following new paragraph is inserted before the first paragraph 31 32 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose dirt 33 and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 34 undercarriage. The Engineer will reject equipment from the site until it returns clean. 35 36 This section is supplemented with the following: 37 38 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 39 vegetative debris from equipment before removing it from the job site. 40 41 1-06.AP 1 42 Section 1-06, Control of Material 43 January 7, 2019 44 1-06.1(3) Aggregate Source Approval (ASA) Database 45 This section is supplemented with the following: 46 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-3 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 6. Using the quality level from step 5, determine the composite pay factor(CPF)from 2 Table 2. 3 4 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 5 compaction lot; however, the maximum HMA compaction CPF using an LSL= 6 92.0 shall be 1.05. 7 8 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 9 LSL= 91.5. The value thus determined shall be the HMA compaction CPF for that 10 lot; however, the maximum HMA compaction CPF using an LSL= 91.5 shall be 11 1.00. 12 13 1-06.2(2)D1 Quality Level Analysis 14 The following new sentence is inserted after the first sentence: 15 16 The quality level calculations for HMA compaction are completed using the formulas in 17 Section 1-06.2(2)D5. 18 19 1-06.2(2)D4 Quality Level Calculation 20 The first paragraph (excluding the numbered list) is revised to read: 21 22 The procedures for determining the quality level and pay factors for a material, other than 23 HMA compaction, are as follows: 24 25 1-06.6 Recycled Materials 26 The first three sentences of the second paragraph are revised to read 27 28 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350- 29 075A within 30 calendar days after the Contract is executed. The plan shall provide the 30 Contractor's anticipated usage of recycled concrete aggregates for meeting the 31 requirements of these Specifications. The quantity of recycled concrete aggregate will be 32 provided in tons and as a percentage of the Plan quantity for eligible material listed in 33 Section 9-03.21(1)E Table on Maximum Allowable percent(By Weight) of Recycled 34 Material. 35 36 The last paragraph is revised to read: 37 38 Within 30 calendar days after Physical Completion, the Contractor shall report the quantity 39 of recycled concrete aggregates that were utilized in the construction of the project for each 40 eligible item listed in Section 9-03.21(1)E.The Contractor's report shall be provided on 41 WSDOT Form 350-075A, Recycled Materials Reporting. 42 43 1-06.6(1)A General 44 Item 1(a) in the second paragraph is revised to read: 45 46 a. The estimated costs for the Work for each material with 25 percent recycled concrete 47 aggregate. The cost estimate shall include for each material a documented price quote 48 from the supplier with the lowest total cost for the Work. 49 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-5 PROJECT#2021 RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 2 7. Dispose of any project debris by removal, burning, or placement above high-water 3 flows. 4 5 8. Immediately notify the Engineer and stop all work causing impacts, if at any time, 6 as a result of project activities, fish are observed in distress or a fish kill occurs. 7 8 If the Work in (1)through (3) above differs little from what the Contract requires, the 9 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract items 10 do not cover those areas, the Contracting Agency will pay pursuant to Section 1-09.4.Work 11 in (4)through (8) above shall be incidental to Contract pay items. 12 13 1-07.5(3) State Department of Ecology 14 This section is revised to read: 15 16 In doing the Work, the Contractor shall: 17 18 1. Comply with Washington State Water Quality Standards. 19 20 2. Perform Work in such a manner that all materials and substances not specifically 21 identified in the Contract documents to be placed in the water do not enter waters 22 of the State, including wetlands. These include, but are not limited to, petroleum 23 products, hydraulic fluid, fresh concrete, concrete wastewater, process 24 wastewater, slurry materials and waste from shaft drilling, sediments, sediment- 25 laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 26 27 3. Use equipment that is free of external petroleum-based products. 28 29 4. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks, 30 tires) and undercarriage of equipment prior to using equipment below the ordinary 31 high water line. 32 33 5. Clean loose dirt and debris from all materials placed below the ordinary high water 34 line. No materials shall be placed below the ordinary high water line without the 35 Engineer's concurrence. 36 37 6. When a violation of the Construction Stormwater General Permit(CSWGP) 38 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 39 Contractor ECAP Report, and submit the form to the Engineer within 48 hours of 40 the violation. 41 42 7. Once Physical Completion has been given, prepare a Notice of Termination 43 (Ecology Form ECY 020-87)and submit the Notice of Termination electronically to 44 the Engineer in a PDF format a minimum of 7 calendar days prior to submitting 45 the Notice of Termination to Ecology. 46 47 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 48 Completion has been given and the Engineer has determined that the project site 49 is not stabilized from erosion. 50 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-7 PROJECT#2021 RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 2 3. Pay Transparency Nondiscrimination Provision published by US Department of 3 Labor. Post for projects with federal-aid funding. 4 5 Item number 2 through 12 are renumbered to 4 through 14, respectively. 6 7 1-07.11(2) Contractual Requirements 8 In this section, "creed" is revised to read "religion". 9 10 Item numbers 1 through 9 are revised to read 2 through 10, respectively 11 12 After the preceding Amendment is applied, the following new item number 1 is inserted' 13 14 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, fear, 15 hostility and intimidation at all times. Behaviors that violate this requirement include but 16 are not limited to: 17 18 a. Persistent conduct that is offensive and unwelcome. 19 20 b. Conduct that is considered to be hazing. 21 22 c. Jokes about race, gender, or sexuality that are offensive. 23 24 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual nature 25 which interferes with a person's ability to perform their job or creates an 26 intimidating, hostile, or offensive work environment. 27 28 e. Language or conduct that is offensive, threatening, intimidating or hostile based 29 on race, gender, or sexual orientation. 30 31 f. Repeating rumors about individuals in the Work Site that are considered to be 32 harassing or harmful to the individual's reputation. 33 34 1-07.11(5) Sanctions 35 This section is supplemented with the following: 36 37 Immediately upon the Engineer's request, the Contractor shall remove from the Work site 38 any employee engaging in behaviors that promote harassment, humiliation, fear or 39 intimidation including but not limited to those described in these specifications. 40 41 1-07.11(6) Incorporation of Provisions 42 The first sentence is revised to read: 43 44 The Contractor shall include the provisions of Section 1-07.11(2) Contractual Requirements 45 (1)through (5) and the Section 1-07.11(5) Sanctions in every subcontract including 46 procurement of materials and leases of equipment. 47 48 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 49 The last sentence of the first paragraph is revised to read: 50 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-9 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor. 4 5 1-09.AP 1 6 Section 1-09, Measurement and Payment 7 August 6, 2018 8 1-09.2(1) General Requirements for Weighing Equipment 9 The last paragraph is supplemented with the following: 10 11 When requested by the Engineer, the Contractor's representative shall collect the tickets 12 throughout the day and provide them to the Engineer's designated receiver, not later than 13 the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no 14 pay. 15 16 1-09.2(2) Specific Requirements for Batching Scales 17 The last sentence of the first paragraph is revised to read: 18 19 Batching scales used for concrete or hot mix asphalt shall not be used for batching 20 other materials. 21 22 1-09.10 Payment for Surplus Processed Materials 23 The following sentence is inserted after the first sentence of the second paragraph: 24 25 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity of 26 Asphalt and quantity of RAP or other materials incorporated into the mix. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-11 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019.04-01) City of Federal Way Contract Provisions Traffic Control Center(TCC) AMENDMENTS TO THE WSDCOT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE, AND MUNICIPAL CONSTRUCTION (REVISED APRIL 1, 2019) 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 2018 4 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 and 9 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. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 6, 2018 19 1-01.3 Definitions 20 The following new term and definition is inserted before the definition for"Shoulder": 21 22 Sensitive Area—Natural features, which may be previously altered by human activity, that 23 are present on or adjacent to the project location and protected, managed, or regulated by 24 local, tribal, state, or federal agencies. 25 26 The following new term and definition is inserted after the definition for"Working Drawings": 27 28 WSDOT Form— Forms developed and maintained by WSDOT that are required or 29 available for use on a project. These forms can be downloaded from the forms catalogue 30 at: 31 32 http://wsdot.wa.gov/forms/pdfForms.html 33 34 1-02.AP 1 35 Section 1-02, Bid Procedures and Conditions 36 October 30, 2018 37 1-02.4(1) General 38 This section is supplemented with the following: 39 40 Prospective Bidders are advised that the Contracting Agency may include a partially 41 completed Washington State Department of Ecology (Ecology)Transfer of Coverage 42 (Ecology Form ECY 020-87a)for the Construction Stormwater General Permit(CSWGP) 43 as part of the Bid Documents. When the Contracting Agency requires the transfer of 44 coverage of the CSWGP to the Contractor, an informational copy of the Transfer of 45 Coverage and the associated CSWGP will be included in the appendices. As a condition of 46 Section 1-03.3, the Contractor is required to complete sections I, III, and VIII of the Transfer 47 of Coverage and return the form to the Contracting Agency. 48 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-1 PROJECT#2021 RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 The Contracting Agency is responsible for compliance with the CSWGP until the end of day 2 that the Contract is executed. Beginning on the day after the Contract is executed, the 3 Contractor shall assume complete legal responsibility for compliance with the CSWGP and 4 full implementation of all conditions of the CSWGP as they apply to the Contract Work. 5 6 1-02.5 Proposal Forms 7 The first sentence of the first paragraph is revised to read: 8 9 At the request of a Bidder, the Contracting Agency will provide a physical Proposal Form 10 for any project on which the Bidder is eligible to Bid. 11 12 1-02.6 Preparation of Proposal 13 Item number 1 of the second paragraph is revised to read: 14 15 1. A unit price for each item (omitting digits more than two places to the right of the 16 decimal point), 17 18 In the third sentence of the fourth paragraph, "WSDOT Form 422-031"is revised to read 19 "WSDOT Form 422-031 U". 20 21 The following new paragraph is inserted before the last paragraph 22 23 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 24 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the 25 Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 26 Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. 27 28 29 1-03.AP 1 30 Section 1-03, Award and Execution of Contract 31 January 2, 2018 32 1-03.3 Execution of Contract 33 The first paragraph is revised to read: 34 35 Within 20 calendar days after the Award date, the successful Bidder shall return the signed 36 Contracting Agency-prepared Contract, an insurance certification as required by Section 1- 37 07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage 38 form for the Construction Stormwater General Permit with sections I, III, and VIII completed 39 when provided, and shall be registered as a contractor in the state of Washington. 40 41 1-03.5 Failure to Execute Contract 42 The first sentence is revised to read: 43 44 Failure to return the insurance certification and bond with the signed Contract as required in 45 Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business 46 Enterprise information if required in the Contract, or failure or refusal to sign the Contract, 47 or failure to register as a contractor in the state of Washington, or failure to return the 48 completed Transfer of Coverage for the Construction Stormwater General Permit to the 49 Contracting Agency when provided shall result in forfeiture of the proposal bond or deposit 50 of this Bidder: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-2 PROJECT#2021 RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 2 1-05.AP 1 3 Section 1-05, Control of Work 4 August 6, 2018 5 1-05.5 Vacant 6 This section, including title, is revised to read: 7 8 1-05.5 Tolerances 9 Geometrical tolerances shall be measured from the points, lines, and surfaces defined in 10 Contract documents. 11 12 A plus (+)tolerance increases the amount or dimension to which it applies, or raises a 13 deviation from level. A minus (-)tolerance decreases the amount or dimension to which it 14 applies, or lowers a deviation from level. Where only one signed tolerance is specified (+ or 15 -), there is no specified tolerance in the opposing direction. 16 17 Tolerances shall not be cumulative. The most restrictive tolerance shall control. 18 19 Tolerances shall not extend the Work beyond the Right of Way or other legal boundaries 20 identified in the Contract documents. If application of tolerances causes the extension of 21 the Work beyond the Right of Way or legal boundaries, the tolerance shall be reduced for 22 that specific instance. 23 24 Tolerances shall not violate other Contract requirements. If application of tolerances causes 25 the Work to violate other Contract requirements, the tolerance shall be reduced for that 26 specific instance. If application of tolerances causes conflicts with other components or 27 aspects of the Work, the tolerance shall be reduced for that specific instance. 28 29 1-05.9 Equipment 30 The following new paragraph is inserted before the first paragraph: 31 32 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose dirt 33 and vegetative debris from drive mechanisms, wheels, tires,tracks, buckets and 34 undercarriage. The Engineer will reject equipment from the site until it returns clean. 35 36 This section is supplemented with the following: 37 38 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 39 vegetative debris from equipment before removing it from the job site. 40 41 1-06.AP1 42 Section 1-06, Control of Material 43 January 7, 2019 44 1-06.1(3) Aggregate Source Approval (ASA) Database 45 This section is supplemented with the following: 46 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-3 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 Regardless of status of the source, whether listed or not listed in the ASA database the 2 source owner may be asked to provide testing results for toxicity in accordance with 3 Section 9-03.21(1). 4 5 1-06.2(2)D Quality Level Analysis 6 This section is supplemented with the following new subsection: 7 8 1-06.2(2)D5 Quality Level Calculation—HMA Compaction 9 The procedures for determining the quality level and pay factor for HMA compaction are as 10 follows: 11 12 1. Determine the arithmetic mean, Xm, for compaction of the lot: 13 14 X. = x n 15 16 Where: 17 x= individual compaction test values for each sublot in the lot. 18 7x= summation of individual compaction test values 19 n = total number test values 20 21 2. Compute the sample standard deviation, "S", for each constituent: 22 i [nY-x2—!Fx)2 23 S= n(n`-1) I� 24 25 Where: 26 Tx2= summation of the squares of individual compaction test values 27 (�-x)z= summation of the individual compaction test values squared 28 29 3. Compute the lower quality index (QL): 30 31 QL = .'V,,� LSI S 32 33 Where: 34 LSL = 92.0 35 36 4. Determine PL (the percent within the lower Specification limit which corresponds to 37 a given QL)from Table 1. For negative values of QL, PL is equal to 100 minus the 38 table PL. If the value of QL does not correspond exactly to a figure in the table, use 39 the next higher value. 40 41 5. Determine the quality level (the total percent within Specification limits): 42 43 Quality Level = PL 44 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-4 PROJECT#2021 RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 6. Using the quality level from step 5, determine the composite pay factor(CPF)from 2 Table 2. 3 4 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 5 compaction lot; however, the maximum HMA compaction CPF using an LSL= 6 92.0 shall be 1.05. 7 8 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 9 LSL = 91.5. The value thus determined shall be the HMA compaction CPF for that 10 lot; however, the maximum HMA compaction CPF using an LSL= 91.5 shall be 11 1.00. 12 13 1-06.2(2)D1 Quality Level Analysis 14 The following new sentence is inserted after the first sentence: 15 16 The quality level calculations for HMA compaction are completed using the formulas in 17 Section 1-06.2(2)D5. 18 19 1-06.2(2)D4 Quality Level Calculation 20 The first paragraph (excluding the numbered list)is revised to read: 21 22 The procedures for determining the quality level and pay factors for a material, other than 23 HMA compaction, are as follows: 24 25 1-06.6 Recycled Materials 26 The first three sentences of the second paragraph are revised to read: 27 28 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350- 29 075A within 30 calendar days after the Contract is executed. The plan shall provide the 30 Contractor's anticipated usage of recycled concrete aggregates for meeting the 31 requirements of these Specifications. The quantity of recycled concrete aggregate will be 32 provided in tons and as a percentage of the Plan quantity for eligible material listed in 33 Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled 34 Material. 35 36 The last paragraph is revised to read: 37 38 Within 30 calendar days after Physical Completion, the Contractor shall report the quantity 39 of recycled concrete aggregates that were utilized in the construction of the project for each 40 eligible item listed in Section 9-03.21(1)E.The Contractor's report shall be provided on 41 WSDOT Form 350-075A, Recycled Materials Reporting. 42 43 1-06.6(1)A General 44 Item 1(a) in the second paragraph is revised to read: 45 46 a. The estimated costs for the Work for each material with 25 percent recycled concrete 47 aggregate. The cost estimate shall include for each material a documented price quote 48 from the supplier with the lowest total cost for the Work. 49 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-5 PROJECT#202 I RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 1-07.AP1 2 Section 1-07, Legal Relations and Responsibilities to the Public 3 April 1, 2019 4 1-07.5 Environmental Regulations 5 This section is supplemented with the following new subsections: 6 7 1-07.5(5) U.S. Army Corps of Engineers 8 When temporary fills are permitted, the Contractor shall remove fills in their entirety and the 9 affected areas returned to pre-construction elevations. 10 11 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 12 Provisions, the Contractor shall retain a copy of the permit or the verification letter(in the 13 case of a Nationwide Permit) on the worksite for the life of the Contract. The Contractor 14 shall provide copies of the permit or verification letter to all subcontractors involved with the 15 authorized work prior to their commencement of any work in waters of the U.S. 16 17 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 18 The Contracting Agency will provide fish exclusion and handling services if the Work 19 dictates. However, if the Contractor discovers any fish stranded by the project and a 20 Contracting Agency biologist is not available,they shall immediately release the fish into a 21 flowing stream or open water. 22 23 1-07.5(1) General 24 The first sentence is deleted and replaced with the following: 25 26 No Work shall occur within areas under the jurisdiction of resource agencies unless 27 authorized in the Contract. 28 29 The third paragraph is deleted. 30 31 1-07.5(2) State Department of Fish and Wildlife 32 This section is revised to read: 33 34 In doing the Work, the Contractor shall: 35 36 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 37 38 2. Not place materials below or remove them from the ordinary high water line 39 except as may be specified in the Contract. 40 41 3. Not allow equipment to enter waters of the State except as specified in the 42 Contract. 43 44 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 45 otherwise. 46 47 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of 48 water. 49 50 6. Ensure continuous stream flow downstream of the Work area CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-6 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 2 7. Dispose of any project debris by removal, burning, or placement above high-water 3 flows. 4 5 8. Immediately notify the Engineer and stop all work causing impacts, if at any time, 6 as a result of project activities, fish are observed in distress or a fish kill occurs. 7 8 If the Work in (1)through (3)above differs little from what the Contract requires, the 9 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract items 10 do not cover those areas, the Contracting Agency will pay pursuant to Section 1-09.4. Work 11 in (4)through (8) above shall be incidental to Contract pay items. 12 13 1-07.5(3) State Department of Ecology 14 This section is revised to read: 15 16 In doing the Work, the Contractor shall: 17 18 1. Comply with Washington State Water Quality Standards. 19 20 2. Perform Work in such a manner that all materials and substances not specifically 21 identified in the Contract documents to be placed in the water do not enter waters 22 of the State, including wetlands. These include, but are not limited to, petroleum 23 products, hydraulic fluid, fresh concrete, concrete wastewater, process 24 wastewater, slurry materials and waste from shaft drilling, sediments, sediment- 25 laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 26 27 3. Use equipment that is free of external petroleum-based products. 28 29 4. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks, 30 tires) and undercarriage of equipment prior to using equipment below the ordinary 31 high water line. 32 33 5. Clean loose dirt and debris from all materials placed below the ordinary high water 34 line. No materials shall be placed below the ordinary high water line without the 35 Engineer's concurrence. 36 37 6. When a violation of the Construction Stormwater General Permit(CSWGP) 38 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 39 Contractor ECAP Report, and submit the form to the Engineer within 48 hours of 40 the violation. 41 42 7. Once Physical Completion has been given, prepare a Notice of Termination 43 (Ecology Form ECY 020-87) and submit the Notice of Termination electronically to 44 the Engineer in a PDF format a minimum of 7 calendar days prior to submitting 45 the Notice of Termination to Ecology. 46 47 8. Transfer the CSWGP coverage to the Contracting Agency when Physical 48 Completion has been given and the Engineer has determined that the project site 49 is not stabilized from erosion. 50 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-7 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 9. Submit copies of all correspondence with Ecology electronically to the Engineer in 2 a PDF format within four calendar days. 3 4 1-07.5(4) Air Quality 5 This section is revised to read: 6 7 The Contractor shall comply with all regional clean air authority and/or State Department of 8 Ecology rules and regulations. 9 10 The air quality permit process may include additional State Environment Policy Act (SEPA) 11 requirements. Contractors shall contact the appropriate regional air pollution control 12 authority well in advance of beginning Work. 13 14 When the Work includes demolition or renovation of any existing facility or structure that 15 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 16 Material (PACM), the Contractor shall comply with the National Emission Standards for 17 Hazardous Air Pollutants (NESHAP). 18 19 Any requirements included in Federal and State regulations regarding air quality that 20 applies to the "owner or operator"shall be the responsibility of the Contractor. 21 22 1-07.7(1) General 23 The first sentence of the third paragraph is revised to read. 24 25 When the Contractor moves equipment or materials on or over Structures, culverts or 26 pipes, the Contractor may operate equipment with only the load-limit restrictions in Section 27 1-07.7(2). 28 29 The first sentence of the last paragraph is revised to read: 30 31 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 32 33 1-07.9(1) General 34 The last sentence of the sixth paragraph is revised to read: 35 36 Generally, the Contractor initiates the request by preparing standard form 1444 Request for 37 Authorization of Additional Classification and Rate, available at 38 https://wwvv.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the 39 Engineer for further action. 40 41 1-07.9(21 Postina Notices 42 The second sentence of the first paragraph (up until the colon) is revised to read: 43 44 The Contractor shall ensure the most current edition of the following are posted. 45 46 The revision dates are deleted from all items in the numbered list. 47 48 The following new items are inserted after item number 1 49 50 2. Mandatory Supplement to EEOC P/E-1 published by US Department of Labor. Post 51 for projects with federal-aid funding. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-8 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 2 3. Pay Transparency Nondiscrimination Provision published by US Department of 3 Labor. Post for projects with federal-aid funding. 4 5 Item number 2 through 12 are renumbered to 4 through 14, respectively. 6 7 1-07.11(2) Contractual Requirements 8 In this section, "creed" is revised to read "religion"- 9 10 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 11 12 After the preceding Amendment is applied, the following new item number 1 is inserted: 13 14 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, fear, 15 hostility and intimidation at all times. Behaviors that violate this requirement include but 16 are not limited to: 17 18 a. Persistent conduct that is offensive and unwelcome. 19 20 b. Conduct that is considered to be hazing. 21 22 c. Jokes about race, gender, or sexuality that are offensive. 23 24 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual nature 25 which interferes with a person's ability to perform their job or creates an 26 intimidating, hostile, or offensive work environment. 27 28 e. Language or conduct that is offensive, threatening, intimidating or hostile based 29 on race, gender, or sexual orientation. 30 31 f. Repeating rumors about individuals in the Work Site that are considered to be 32 harassing or harmful to the individual's reputation. 33 34 1-07.11(5) Sanctions 35 This section is supplemented with the following: 36 37 Immediately upon the Engineer's request, the Contractor shall remove from the Work site 38 any employee engaging in behaviors that promote harassment, humiliation, fear or 39 intimidation including but not limited to those described in these specifications. 40 41 1-07.11(6) Incorporation of Provisions 42 The first sentence is revised to read: 43 44 The Contractor shall include the provisions of Section 1-07.11(2) Contractual Requirements 45 (1)through (5) and the Section 1-07.11(5) Sanctions in every subcontract including 46 procurement of materials and leases of equipment. 47 48 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 49 The last sentence of the first paragraph is revised to read: 50 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-9 PROJECT#202 I RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 An SPCC Plan template and guidance information is available at 2 http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill- 3 prevent-report. 4 5 1-07.16(2)A Wetland and Sensitive Area Protection 6 The first sentence of the first paragraph is revised to read: 7 8 Existing wetland and other sensitive areas, where shown in the Plans or designated by the 9 Engineer, shall be saved and protected through the life of the Contract. 10 11 1-07.18 Public Liability and Property Damage Insurance 12 Item number 1 is supplemented with the following new sentence: 13 14 This policy shall be kept in force from the execution date of the Contract until the Physical 15 Completion Date. 16 17 1-08.AP 1 18 Section 1-08, Prosecution and Progress.lanuary 7, 2019 19 1-08.1 Subcontracting 20 The first sentence of the seventh paragraph is revised to read: 21 22 All Work that is not performed by the Contractor will be considered as subcontracting 23 except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete 24 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site fabricated 25 items, and any other materials supplied by established and recognized commercial plants; 26 or(2) delivery of these materials to the Work site in vehicles owned or operated by such 27 plants or by recognized independent or commercial hauling companies hired by those 28 commercial plants. 29 30 The following new paragraph is inserted after the seventh paragraph: 31 32 The Contractor shall not use businesses (material suppliers, vendors, subcontractors, etc.) 33 with federal purchasing exclusions. Businesses with exclusions are identified using the 34 System for Award Management web page at www.SAM.gov. 35 36 1-08.5 Time for Completion 37 Item number 2 of the sixth paragraph is supplemented with the following 38 39 f A copy of the Notice of Termination sent to the Washington State Department of 40 Ecology(Ecology); the elapse of 30 calendar days from the date of receipt of the 41 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 42 Ecology. This requirement will not apply if the Construction Stormwater General 43 Permit is transferred back to the Contracting Agency in accordance with Section 8- 44 01.3(16). 45 46 1-08.7 Maintenance During Suspension 47 The fifth paragraph is revised to read: 48 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-10 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) 1 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 2 costs associated with protecting and maintaining such Work shall be the responsibility of 3 the Contractor. 4 5 1-09.AP 1 6 Section 1-09, Measurement and Payment 7 August 6, 2018 8 1-09.2(1) General Requirements for Weighing Equipment 9 The last paragraph is supplemented with the following: 10 11 When requested by the Engineer, the Contractor's representative shall collect the tickets 12 throughout the day and provide them to the Engineer's designated receiver, not later than 13 the end of shift, for reconciliation. Tickets for loads not verified as delivered will receive no 14 pay. 15 16 1-09.2(2) Specific Requirements for Batching Scales 17 The last sentence of the first paragraph is revised to read: 18 19 Batching scales used for concrete or hot mix asphalt shall not be used for batching 20 other materials. 21 22 1-09.10 Payment for Surplus Processed Materials 23 The following sentence is inserted after the first sentence of the second paragraph 24 25 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity of 26 Asphalt and quantity of RAP or other materials incorporated into the mix. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) MAY 2019 A-11 PROJECT#202/RFB#19-005 AMENDMENTS TO THE STANDARD SPECIFICATIONS (REVISED 2019-04-01) City of Federal Way Contract Provisions Traffic Control Center(TCC) SPECIAL PROVISIONS 1-08.0 PRELIMINARY MATTERS................................................................................................................. 50 1-08.1 SUBCONTRACTING......................................................................................................................... 52 1-08.3 PROGRESS SCHEDULE................................................................................................................... 53 1-08.4 PROSECUTION OF WORK................................................................................................................ 53 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF WORK........................................................................53 1-08.5 TIME FOR COMPLETION..........................................................................................................54 1-08.9 LIQUIDATED DAMAGES............................................................................................._..................... 55 1-09 MEASUREMENT AND PAYMENT.................................................................................................... 55 1-09.6 FORCE ACCOUNT.......................................................................................................................... 55 1-09.9 PAYMENTS.................................................................................................................................... 55 1-09.11 DISPUTES AND CLAIMS................................................................................................................ 56 1-09.13 CLAIM RESOLUTION..................................................................................................................... 57 8-30 TRAFFIC CONTROL CENTER(TCC) ......................,.......................................................................58 8-30.1 DESCRIPTION.................................................................................................................................58 8-30.2 MATERIALS ................................................................................................................................... 58 8-30.3 CONSTRUCTION REQUIREMENTS....................................................................................................58 8-30.5 PAYMENT...................................................................................................................................... 58 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-ii PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 TABLE OF CONTENTS 1-01 DEFINITIONS AND TERMS........ ..................................................... ..................... 2 1-01.3 DEFINITIONS....................................................................................................................................2 1-02 BID PROCEDURES AND CONDITIONS............................................................................................ 4 1-02.1 PREQUALIFICATION OF BIDDERS.......................................................,.......,.......................................4 1-02.1 QUALIFICATIONS OF BIDDER.............................................................................. .........................4 1-02.2 PLANS AND SPECIFICATIONS............................................................................................................4 1-02.4 EXAMINATION OF PLANS,SPECIFICATIONS,AND SITE WORK.............................................................4 1-02.4(1)GENERAL.................................................................................................................................... 4 1-02.5 PROPOSAL FORMS..........................................................................................................................4 1-02.6 PREPARATION OF PROPOSAL........................................................................................................... 5 1-02.6(1)RECYCLED MATERIALS PROPOSAL.............................................................................................. 6 1-02.7 BID DEPOSIT...................................................................................................................................6 1-02.9 DELIVERY OF PROPOSAL .................................................................................................................6 1-02.10 WITHDRAWING, REVISING,OR SUPPLEMENTING PROPOSAL ............................................................7 1-02.14 DISQUALIFICATION OF BIDDERS...................................................................................................... 8 1-03 AWARD AND EXECUTION OF CONTRACT................................................................................... 11 1-03.1 CONSIDERATION OF BIDS............................................................................................................... 11 1-03.1(1)IDENTICAL BID TOTALS.............................................................................................................. 11 1-03.3 EXECUTION OF CONTRACT............................................................................................................. 12 1-03.4 CONTRACT BOND.......................................................................................................................... 12 1-03.7 JUDICIAL REVIEW.......................................................................................................................... 13 REVISE THIS SECTION TO READ:................................................... .............................. ....................... 13 1-04 SCOPE OF THE WORK.................................................................................................................... 13 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS,SPECIAL PROVISIONS,SPECIFICATIONS, AND ADDENDA................................................................................................................................................. 13 1-05 CONTROL OF WORK....................................................................................................................... 14 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK..................................................................... 14 1-05.11 FINAL INSPECTION....................................................................................................................... 14 1-05.11 FINAL INSPECTIONS AND OPERATIONAL TESTING.......................................................................... 15 1-05.15 METHOD OF SERVING NOTICES.................................................................................................... 16 1-05.16 WATER AND POWER.................................................................................................................... 16 1-06 CONTROL OF MATERIAL................................................................................................................ 16 1-06.6 RECYCLED MATERIALS.................................................................................................................. 18 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC................................................. 18 1-07.1 LAWS TO BE OBSERVED................................................................................................................. 18 1-07.2 STATE TAXES................................................................................................................................ 19 1-07.9 WAGES.........................................................................................................................................20 1-07.11 REQUIREMENTS FOR NONDISCRIMINATION....................................................................................21 1-07.12 FEDERAL AGENCY INSPECTION.................................................................................................... 37 1-07.13 CONTRACTORS RESPONSIBILITY FOR WORK................................................................................45 1-07.16 PROTECTION AND RESTORATION OF PROPERTY............................................................................45 1-07.17 UTILITIES AND SIMILAR FACILITIES...............................................................................................45 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE................................................................46 1-07.18 INSURANCE................................................................................................................................. 46 1-08 PROSECUTION AND PROGRESS................................................................................................... 50 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-i PROJECT#202 /RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the Traffic Control Center Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS A19D TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The 'date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. 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. 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 substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. 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 date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract 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. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-2 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. 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 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 headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) (***PROJECT-SPECIFIC SPECIAL PROVISION***) Also incorporated into the Contract Documents by reference are: ® See Appendix A — Traffic Control Center Specifications for other Contract Documents references. Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-1 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 1-02 810-PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) 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. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with 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. 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 Basis of Distribution Sets Reduced Plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 2 Furnished only upon request. 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 Work (June 27, 2011 APWA GSP) 1-02.411) General (August 15, 2016 APWA GSP, Option B) The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.5 Proposal Forms (July 31, 2017 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 UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-4 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. 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 Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive 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 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. 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. 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 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-3 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Add the following new section: 1-02.6('() Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the 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; 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. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (May 17, 2018 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 Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • UDBE Written Confirmation Document from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification (WSDOT 272-056U) • Good Faith Effort (GFE) Documentation These documents, if applicable, shall be received either with the Bid Proposal or as a supplement to the Bid. These documents shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "Supplemental Information" CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-6 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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 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 (July 11, 2018 APWA GSP) Supplement the second paragraph with the following: 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. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 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 the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. 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 UDBE requirements are to be satisfied through such an agreement. (August 2, 2004 WSDOT GSP, OPTION 15) Section 1-02.6 is supplemented with the following: The fifth and sixth paragraphs of Section 1-02.6 are deleted. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-5 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE 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; j The Bidder fails to submit UDBE 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; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or i. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project(in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: 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 Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 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, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-8 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. 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. The Contracting Agency will not open or consider any "Supplemental Information" (UDBE confirmations, or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; 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; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-7 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause/ Termination for Defauft 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 government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. 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 Supplemental Criteria stated above, the apparent low Bidder 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 the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. 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 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 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 SP-10 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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). 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 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. 4. Claims Against Retainage and Bands 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. 5. 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 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-9 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER.2019.04 one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount are eligible to draw. 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 an the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 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 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties)that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SPA PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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. 1-03 AWARD AND EXECUTION QF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) 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 anv item and the bidder's unit or lump sum price is less than the minimum specified amount. the Contracting AgencV 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 A ency,__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. 1-03.10) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal° lowest bid that proposed to use the highest percentage of recycled materials in the Prvlect per the form submitted with the Bid Proposal. If those percentages are also exacti a ual then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SPA I PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 4. Bid Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Amendments to the Standard Specifications, 8. Standard Specifications, 9. Contracting Agency's Standard Plans or Details (if any), and 10. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: 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 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 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. 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. 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 (October 1, 2005 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 SP-14 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 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(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APINA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Specie! Prpvisians, 5pecf#ications, and Addenda (April 12, 2019 CFW GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Contract 2. Change Orders, with those of a later date taking precedence of those of an earlier date 3. Addenda, with those of a later date taking precedence of those of an earlier date CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-13 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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. 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. 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) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL (August 6, 2012, WSDOT GSP, OPTION 1(A)) Section 1-06 is supplemented with the following: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SPA PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 1-05.11 Final Inspections and Operational Testing 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 therefore. 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 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. 1-05.11(2) Final Inspection and Physical Completion Date 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. 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 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 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SPA PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2099.04 A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-0LE AL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (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. 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. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-18 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Buy America In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreugn country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-17 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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 or 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 price. 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 on 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 amount. 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). 1-07.9 Wages 1-07.9(1) General (January 9, 2019 WSDOT GSP, OPTION 1) Section 1-07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA190001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-20 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Section 1-07.1 is supplemented with the following: (April 3, 2006 WSDOT GSP, OPTION 3) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 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. 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. 1-07.20) 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 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-19 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA} Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA: SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 SP-22 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 (April 2, 2007 WSDOT GSP, OPTION 4) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.11 Requirements for Nondiscrimination (April 2, 2018 WSDOT GSP, OPTION 1) Section 1-07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-21 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-24 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP)within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 -7 th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website: http://www.dol.gov/ofcco/TAguides/ctaguide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract S pecifications Executive Order 11246 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-23 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-26 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-25 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER.2019.04 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (April 3, 2018 WSDOT GSP, OPTION 2) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions &Answers) apply to this Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation monthly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-28 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 n. Ensure that all facilities and company activities are non-segregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work-force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-27 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 substantially alters goods and materials to make them suitable for construction use before reselling them. Regular Dealer (DBE) —A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. DBE Goals No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation The Contractor shall not discriminate on the grounds of race, color, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. DBE firms shall have an equal opportunity to compete for subcontracts in which the Contractor enters into pursuant to this Contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e.g. newspapers, journals, etc.) or by soliciting Bids/Proposals directly from DBEs. 2. Establish delivery schedules that encourage participation by DBEs and other small businesses. 3. Participate with a DBE as a joint venture. DBE Eligibility/Selection of DBEs for Reporting Purposes Only Contractor may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed, and the firm performs a commercially useful function (CUF). Absent a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and shall be reported as such. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-30 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 DBE Abbreviations and Definitions Broker—A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract, or, persons/companies who arrange or expedite transactions. Certified Business Description —Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory—A database of all Minority, Women, and Disadvantaged Business Enterprises. The on-line Directory is available to Contractors for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Contract— For this Special Provision only, this definition supplements Section 1- 01.3. 49 CFR 26.5 defines contract as: "... a legally binding relationship obligating a seller to furnish supplies or services (including, but not limited to, construction and professional services) and the buyer to pay for them. For purposes of this part, a lease is considered to be a contract." Disadvantaged Business Enterprise (DBE)—A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business Enterprise (UDBE)firm is a subset of DBE. Force Account Work—Work measured and paid in accordance with Section 1- 09.6. Manufacturer(DBE) —A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-29 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 DBE Service Provider The value of fees or commissions charged by a DBE Broker, a DBE behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only "Flagging", the DBE firm must provide a Traffic Control Supervisor(TCS)and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of"Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. In addition, if the DBE firm utilizes the Contractor's equipment, such as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken for supplying and operating the items. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling. The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The Work that a DBE trucking firm performs with trucks it leases from other certified DBE trucking firms qualify for 100% DBE credit The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a non-DBE truck leasing company, but can only receive credit as DBE participation if the DBE uses its own employees as drivers. DBE credit for a truck broker is limited to the fee/commission that the DBE receives for arranging transportation services. Truck registration and lease agreements shall be readily available at the project site for the Engineer review. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-32 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Crediting DBE Participation All DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. Be advised that although a firm is listed in the directory, there are cases where the listed firm is in a temporary suspension status. The Contractor shall review the OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not enter into new contracts that count towards participation. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be credited only if the DBE's Lower-Tier Subcontractor is also a DBE. Work subcontracted to a non-DBE shall not be credited. Count expenditures toward race/gender-neutral participation only if the DBE is performing a CUF on the contract. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. The subcontract agreement shall incorporate requirements of the primary Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the project site for the Engineer review. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-31 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be readily available for review by the Engineer. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the Contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE shall with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-34 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 DBE Manufacturer and DBE Regular Dealer One hundred percent(100%) of the cost of the manufactured product obtained from a DBE Manufacturer can count as DBE participation. Sixty percent(60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE participation. If the role of the DBE Regular Dealer is determined to be that of a pass-through, then no DBE credit will be given for its services. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. Regular Dealer DBE firms must be approved before being used on a project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal Opportunity (OEO)web site must include the specific project for which approval is being requested. The Regular Dealer must submit the Regular Dealer Status Request form a minimum of five days prior to being utilized on the specific project. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Procedures Between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures After Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-33 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non-responsible. Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. (June 1, 2017 WSDOT GSP, OPTION 6) Small Business Enterprise Participation The Small Business Enterprise (SBE) Program is an element of the Disadvantaged Business Enterprise (DBE) Program in accordance with the requirements of 49 CFR Part 26.39. As such, the requirements of this contract establish affirmative efforts to utilize SBE certified firms on construction projects. No preference will be included in the evaluation of Bids/Proposals. No minimum level of SBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. Voluntary SBE Goals A voluntary goal amount of ten percent of the Contract bid amount is established. The goal is voluntary, but achievement of the goal is encouraged. No preference will be included in the evaluation of bids/proposals. Bidders may contact the Washington State Office of Minority and Women's Business Enterprises (OMWBE) at 360-664- 9750 or visit www.omwbe.wa.gov to obtain information on certified SBE firms. Required SBE Participation Plan The Contractor shall submit a SBE Participation Plan prior to commencing contract work. Although the goal is voluntary, the outreach efforts to provide SBE maximum practicable opportunities are not. For SBE Participation Plan Drafting Guidelines, please visit: www.wsdot.wa.g ov/eq ua lopp o i tunes. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Required SBE Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-36 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form #272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the juinl checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must"be responsible for negotiating price, determining quality and quantity, ordering the material and installing and paying for the material itself." The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier is not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt Payment requirements apply to progress payments as well as return of retainage. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this Contract. Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Each contract with a Contractor(and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-35 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 performance of the Contract, or, persons/companies who arrange or expedite transactions. Certified Business Description —Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory—A database of all Minority, Women, and Disadvantaged Business Enterprises. The on-line Directory is available to Contractors for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Contract— For this Special Provision only, this definition supplements Section 1- 01.3. 49 CFR 26.5 defines contract as: "... a legally binding relationship obligating a seller to furnish supplies or services (including, but not limited to, construction and professional services) and the buyer to pay for them. For purposes of this part, a lease is considered to be a contract." Disadvantaged Business Enterprise (DBE)—A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized Disadvantaged Business Enterprise (UDBE)firm is a subset of DBE. Force Account Work—Work measured and paid in accordance with Section 1- 09.6. Manufacturer(DBE) —A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Regular Dealer(DBE) —A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-38 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Definitions Regardless of race or gender, a SBE is one certified by OMWBE as such, where the firm's: O Three year averaged gross receipts are less than $22.41 million dollars, with smaller industry standards applicable Q Is at least 51% owned and controlled by an individual or individuals with a personal net worth less than $1.32 million dollars r A Micro Small Business Enterprise is a firm certified as an SBE with average gross receipts for three years less than one million dollars 1-07.12 Federal Agency Inspection (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. (April 3, 2018 WSDOT GSP) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions &Answers) apply to this Contract. As such, the requirements of this Contract are to make affirmative efforts to solicit DBEs, provide information on who submitted a Bid or quote and to report DBE participation monthly as described elsewhere in these Contract Provisions. No preference will be included in the evaluation of Bids/Proposals, no minimum level of DBE participation shall be required as a Condition of Award and Bids/Proposals may not be rejected or considered non-responsive on that basis. DBE Abbreviations and Definitions Broker—A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-37 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not enter into new contracts that count towards participation. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be credited only if the DBE's Lower-Tier Subcontractor is also a DBE. Work subcontracted to a non-DBE shall not be credited. Count expenditures toward race/gender-neutral participation only if the DBE is performing a CUF on the contract. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. The subcontract agreement shall incorporate requirements of the primary Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the project site for the Engineer review. DBE Service Provider The value of fees or commissions charged by a DBE Broker, a DBE behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-40 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer In such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. DBE Goals No DBE goals have been assigned as part of this Contract. Affirmative Efforts to Solicit DBE Participation The Contractor shall not discriminate on the grounds of race, color, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. DBE firms shall have an equal opportunity to compete for subcontracts in which the Contractor enters into pursuant to this Contract. Contractors are encouraged to: 1 Advertise opportunities for Subcontractors or suppliers in a timely and reasonably designed manner to provide notice of the opportunity to DBEs capable of performing the Work. All advertisements should include a Contract Provision encouraging participation by DBE firms. This may be accomplished through general advertisements (e.g. newspapers, journals, etc.)or by soliciting Bids/Proposals directly from DBEs. 2. Establish delivery schedules that encourage participation by DBEs and other small businesses. 3. Participate with a DBE as a joint venture. DBE Eligibility/Selection of DBEs for Reporting Purposes Only Contractor may take credit for DBEs utilized on this Contract only if the firm is certified for the Work being performed, and the firm performs a commercially useful function (CUF). Absent a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and shall be reported as such. Crediting DBE Participation All DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. Be advised that although a firm is listed in the directory, there are cases where the listed firm is in a temporary suspension status. The Contractor shall review the CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-39 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Regular Dealer is determined to be that of a pass-through, then no DBE credit will be given for its services. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. Regular Dealer DBE firms must be approved before being used on a project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal Opportunity (OEO)web site must include the specific project for which approval is being requested. The Regular Dealer must submit the Regular Dealer Status Request form a minimum of five days prior to being utilized on the specific project. Purchase of materials or supplies from.a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count as DBE participation provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward as DBE participation. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Procedures Between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1 A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three-years. Procedures After Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-42 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUF. Temporary Traffic Control If the DBE firm is being utilized in the capacity of only"Flagging", the DBE firm must provide a Traffic Control Supervisor(TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of"Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. In addition, if the DBE firm utilizes the Contractor's equipment, such as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken for supplying and operating the items. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling. The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The Work that a DBE trucking firm performs with trucks it leases from other certified DBE trucking firms qualify for 100% DBE credit The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a non-DBE truck leasing company, but can only receive credit as DBE participation if the DBE uses its own employees as drivers. DBE credit for a truck broker is limited to the fee/commission that the DBE receives for arranging transportation services. Truck registration and lease agreements shall be readily available at the project site for the Engineer review. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE Manufacturer can count as DBE participation. Sixty percent(60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited as DBE participation. If the role of the DBE CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-41 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must"be responsible for negotiating price, determining quality and quantity, ordering the material and installing and paying for the material itself." The Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier is not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1-08.1. Prompt Payment requirements apply to progress payments as well as return of retainage. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this Contract. Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Each contract with a Contractor(and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non-responsible. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-44 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 material, installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward UDBE COA Goal. Leasing of equipment from a leasing company Is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be readily available for review by the Engineer. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the Contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. • The DBE shall with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-43 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Lakehaven Water& Sewer District Comcast Attn: Wes Hill Attn: Jerry Steele 31627 1 s�Avenue S 410 Valley Ave NW, Suite 12-C Federal Way, WA 98003 Puyallup, WA 98371 Telephone: (253)946-5440 Telephone: (253) 288-7532 King County Traffic Operations AT&T Attn: Mark Parrett Attn: Daniel McGeough 155 Monroe Ave NE 11241 Willows Rd NE, #130 Renton, WA 98056 Redmond, WA 98052 Telephone: (206) 296-8153 Telephone: (425) 896-9830 Zayo City of FW IT Dept(City Fiber) Attn: Scott Morrison Attn: Thomas Fichtner 22651 83rd Ave S 33325 8th Ave S Kent, WA 98032 Federal Way, WA 98003 Telephone: (206) 832-4862 Telephone: (253) 835-2547 ADDITIONAL CONTACTS King County METRO Transit South King Fire & Rescue 81270 6th Ave S, Bldg 2 31617 1 st Ave S Seattle, WA 98134 Federal Way, WA 98003 Telephone: (206) 684-2785 Telephone: (253) 946-7253 City of Federal Way Police Federal Way School District 33325 8th Ave S Attn: Transportation Department Federal Way, WA 98003 1211 S. 332nd St Telephone: (253) 835-6701 Federal Way, WA 98003 (for officer traffic control scheduling) Telephone: (253) 945-5960 Telephone: (253) 835-6767 (for traffic/ road closure issues) 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 (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated 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 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-46 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Payment Compensation for all costs involved with complying with the conditions of this Specification and any other assuuial.ed DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.16 Protection and Restoration of Property 1-07,16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy Century Link Attn: Jason Airey Attn: Leslie Ferguson 3130 S 38th St 7850 S Trafton St. Bldg B Tacoma, WA 98409 Tacoma, WA 98409 Telephone: (206) 348-9637 Telephone: (206) 733-8862 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-45 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage 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. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 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. 3. Any other amendatory endorsements to show the coverage requited herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements—actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-48 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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 Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency witfi 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 Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. 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. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. 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. H. 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 Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, 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(4) describes limits lower than those maintained by the Contractor. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-47 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $1,000,000 each loss and annual aggregate 1-08 PROSECUTION AND PRQPRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.00) Preconstruction Conference (October 10, 2008 APWA GSP) 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, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-50 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. 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 or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 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)0 Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-49 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 1-08.1 Subcontracting (May 30, 2019 APWA GSP, OPTION A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work(Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (Form 420-004). The ninth paragraph, beginning with "On all projects, ..." is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. (June 3, 2019 WSDOT GSP, OPTION 1) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (WSDOT Form 420-004). The Contractor shall submit a completed Monthly Retainage Report (WSDOT Form 272- 065) within 15 calendar days after receipt of every monthly progress payment until every Subcontractor and lower tier Subcontractor's retainage has been released. This form shall be submitted to the Engineer by email to the following email address for the region administering the Contract: CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-52 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working- hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. 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. (The Engineer may require designated represer i La Lives 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 or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. 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. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-51 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, Option B) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the 30th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. 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 charged as a working day, then the fifth day of that week will be char ed 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)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-54 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 Eastern Region — ERegionOEO(c)wsdot.wa.gov North Central Region — NCRegion OEO.@wsdot.wa.qov Northwest Region — NWRegionOEO@wsdot.wa.gov wsdot.wa.gov Olympic Region —ORegionOEO(cr7��,wsdot.wa.gov South Central Region — SCRea%onOEO@wsdot,wa.gov Southwest Region— SWRe ionOEO wsdot.wa. ov Washington State Ferries — Ferries 0EO(aawsdot.wa.gov The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the greconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) 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 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. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER (TCC) JUNE 2019 SP-53 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 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 time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 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 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. 1-09.9411 Retainage -_ (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-56 PROJECT#202 I RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 f. A copy of the Notice of Termination sent to the Washington State Department of Ecology(Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This rcquiromont will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8- 01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 20 working days. 1-08.9 Li uidated Damages (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 all the Contract Work. The Contractor shall complete the remaining 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 1-09.6 Force Account (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. 1-09.9 Payments (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 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-55 PROJECT#202/ RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 DIVISION 8 MISCELLANEOUS CONSTRUCTION TRAFFIG-CONTROL CENTER TCC Section 8-30 and its subsections are new sections as follows: 8-30.1 Description Section 8-30.1 is a new section: This work shall consist of the modification of an existing small conference room at the City of Federal Way City Hall into a Traffic Control Center (TCC), including the furnishing and installation of all materials and equipment to complete the TCC construction and associated mechanical and electrical system improvements. 8-30.2 Materials Section 8-30.2 is a new section: All materials shall be in accordance with the Contract Plans and Appendix A — Traffic Control Center Specifications. 8-30.3 Construction Requirements Section 8-30.3 is a new section: All construction shall be in accordance with Contract Provisions and Appendix A—Traffic Control Center Specifications. 8-30.5 Payment (* ) Section 8-30.5 is a new section: Payment will be made for the following bid items: Bid Item Unit Traffic Control Center—Construction Lump Sum (Not Including Mechanical/Electrical Systems) Traffic Control Center—Mechanical System Lump Sum Traffic Control Center— Electrical System Lump Sum Office Chair Allowance j Lump Sum The lump sum bid item price for "Traffic Control Center— Construction" shall be full pay for furnishing all labor, equipment, materials, and supplies necessary to complete the work as specified including but not limited to; video displays; mounting equipment; video/monitor wall; interior wall and ceiling finishes; furnishings/furniture; work stations/monitors; permits; and the removal and disposal of existing features The lump sum bid price for"Traffic Control Center— Mechanical System" shall be full pay for furnishing all labor, equipment, materials, and supplies necessary to complete the work specified including but not limited to; ceiling diffusers; ducting; sensors; wiring; HVAC control systems; permits; and the removal and disposal of existing features. CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-58 PROJECT#2021 RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 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, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (July 23, 2015 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 counly in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. 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 DIVISION 1 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-57 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER. 2019.04 The lump sum bid price for "Traffic Control Center— Electrical System" shall be full pay for furnishing all labor, equipment, materials, and supplies necessary to complete the work specified including but not limited to; LED lighting systems; security systems; permits; and conduit and wiring. The lump sum bid price for "Office Chair Allowance" shall be full pay for supplying fully assembled office chairs. The City will reimburse the Contractor invoiced price of chairs including all tax and delivery costs plus allowed mark-up per Standard Specification 1- 09.6. END OF DIVISION 8 CITY OF FEDERAL WAY TRAFFIC CONTROL CENTER(TCC) JUNE 2019 SP-59 PROJECT#202/RFB#19-005 CFW SPECIAL PROVISIONS VER.2019.04 City of Federal Way Contract Provisions Traffic Control Center(TCC) APPENDIX A TRAFFIC CONTROL CENTER SPECIFICATIONS City of Federal Way Traffic Control Center 33325 8th Ave S, 1000 o C Federal Way, WA 98063 July 11, 2019 TABLE OF CONTENTS DIVISION 9 FINISHES 092900 Gypsum Board 099123 Interior Painting DIVISION 12 FURNISHINGS 122413 Roller Window Shades 123210 Manufactured Console *Note: See Division 1-06 of the Special Provisions for Buy America Requirements 6888 ; REGISTERED 4,-'ARCHITECT —JOHN BRAD MII1,14jE. 4+,STATE OF WASHINGTON City of Federal Way Traffic Control Center 33325 8th Ave S, 100% CD Federal Way,WA 98063 July 11, 2019 DIVISION 9 SECTION 092900 - GYPSUM BOARD PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Interior gypsum board (GWB) 2. Related accessories. 1.2 SUBMITTALS A. Product Data: For each type of product indicated 1.3 QUALITY ASSURANCE A. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. B. Mockups: Before beginning gypsum board installation, install mockups of at least 100 sq. ft. in surface area to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Install mockups for the following: a. Each level of gypsum board finish indicated for use in exposed locations. b. Each texture finish indicated. 2. Apply or install final decoration indicated, including painting and wallcoverings, on exposed surfaces for review of mockups. 3. Simulate finished lighting conditions for review of mockups. 4. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. GYPSUM BOARD 092900 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 PART2 - PRODUCTS 2.1 INTERIOR GYPSUM BOARD A. General: Complying with ASTM C 36/C 36M or ASTM C 1396/C 1396M, as applicable to type of gypsum board indicated and whichever is more stringent. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Georgia-Pacific Gypsum LLC: 1) Tough Rock Gypsum Wallboard Panels b. American Gypsum Co. C. BPB America Inc. d. G-P Gypsum. e. Lafarge North America Inc. f. National Gypsum Company. g. PABCO Gypsum. h. USG Corporation i. Approved Equal. B. Type X (GWB) 1. Thickness: 5/8 inch. 2. Long Edges: Tapered 2.2 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Galvanized or aluminum-coated steel sheet, rolled zinc, plastic, or paper-faced galvanized steel sheet. 2. Shapes: a. Cornerbead. b. LC-Bead: J-shaped; exposed long flange receives joint compound. C. L-Bead: L-shaped; exposed long flange receives joint compound. d. U-Bead: J-shaped; exposed short flange does not receive joint compound. e. Expansion (control)joint. GYPSUM BOARD 092900 -2 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 B. Aluminum Trim: Extruded accessories of profiles and dimensions indicated. 1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Fry Reglet Corp. b. Gordon, Inc. C. Pittcon Industries. d. Approved Equal. 3. Aluminum: Alloy and temper with not less than the strength and durability properties of ASTM B 221, Alloy 6063-T5. 4. Finish: Corrosion-resistant primer compatible with joint compound and finish materials specified. 2.3 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M B. Joint Tape: 1. Interior Gypsum Wallboard: Paper. C. Joint Compound for Interior Gypsum Wallboard: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1 Prefilling: At open joints, and damaged surface areas, use setting-type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting-type taping compound. a. Use setting-type compound for installing paper-faced metal trim accessories. 3. Fill Coat: For second coat, use setting-type, sandable topping compound. 4. Finish Coat: For third coat, use drying-type, all-purpose compound. Match existing texture. 2.4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. GYPSUM BOARD 092900 -3 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. C. Sound Attenuation Blankets: ASTM C 665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. 1. Fire-Resistance-Rated Assemblies: Comply with mineral-fiber requirements of assembly. D. Acoustical Sealant: As specified in Division 07 Section "Joint Sealants." PART 3 - EXECUTION 3.1 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. STC-Rated Assemblies: Seal construction at perimeters, behind control joints, and at openings and penetrations with a continuous bead of acoustical sealant. Install acoustical sealant at both faces of partitions at perimeters and through penetrations. Comply with ASTM C 919 and with manufacturer's written recommendations for locating edge trim and closing off sound-flanking paths around or through assemblies, including sealing partitions above acoustical ceilings. D. Install sound attenuation blankets before installing gypsum panels, unless blankets are readily installed after panels have been installed on one side. 3.2 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Type X: Vertical surfaces, unless otherwise indicated 3.3 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. GYPSUM BOARD 092900 - 4 City of Federal Way Traffic Control Center 33325 8th Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 B. Control Joints: Install control joints according to ASTM C 840 and in specific locations approved by Architect for visual effect. C. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners. D. Aluminum Trim: Install in locations indicated on Drawings. 3.4 FINISHING GYPSUM BOARD A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, and damaged surface areas. C. Apply joint tape over gypsum board joints, except those with trim having flanges not intended for tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2 Level 2: Panels that are substrate for acoustical tile; panels that are substrate for acoustical tile; where indicated on drawings. 3. Level 3: Where indicated on Drawings. 3.5 PROTECTION A. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. B. Remove and replace panels that are wet, moisture damaged, and mold damaged- 1- amaged.1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2 Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION 092900 GYPSUM BOARD 092900- 5 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 SECTION 099123 - INTERIOR PAINTING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes surface preparation and the application of paint systems on the following interior substrates: 1. Wood. 2. Gypsum board. 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For each finish and for each color and texture required. C Product List: Printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted. 1.3 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual"for products and paint systems indicated. B. Mockups: Apply benchmark samples of each paint system indicated and each color and finish selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3. a. Wall and Ceiling Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b. Other Items: Architect will designate items or areas required. 2. Apply benchmark samples after permanent lighting and other environmental services have been activated. INTERIOR PAINTING 099123- 1 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 3. Final approval of color selections will be based on benchmark samples. a. If preliminary color selections are not approved, apply additional benchmark samples of additional colors selected by Architect at no added cost to Owner. 1.4 EXTRA MATERIALS A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 5 percent, but not less than 1 gal. of each material and color applied. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Benjamin Moore & CO. 2. Sherwin Williams Company 3. Dunn-Edwards Corporation 4. Approved Equal. 2.2 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2 For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. VOC Content of Field-Applied interior Paints and Coatings: Provide products that comply with the following limits for VOC content, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24); these requirements do not apply to paints and coatings that are applied in a fabrication or finishing shop: 1. Flat Paints, Coatings, and Primers: VOC content of not more than 50 g/L. 2. Nonflat Paints, Coatings, and Primers: VOC content of not more than 150 g/L. 3. Anti-Corrosive and Anti-Rust Paints Applied to Ferrous Metals: VOC not more than 250 g/L. 4. Floor Coatings: VOC not more than 100 g/L. INTERIOR PAINTING 099123- 2 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 5. Shellacs, Clear: VOC not more than 730 g/L. 6. Shellacs, Pigmented: VOC not more than 550 g/L. 7. Flat Topcoat Paints: VOC content of not more than 50 g/L. 8. Nonflat Topcoat Paints: VOC content of not more than 150 g/L. 9. Primers, Sealers, and Undercoaters: VOC content of not more than 200 g/L. 10. Dry-Fog Coatings: VOC content of not more than 400 g/L. 11. Zinc-Rich Industrial Maintenance Primers: VOC content of not more than 340 g/L. 12. Pre-Treatment Wash Primers: VOC content of not more than 420 g/L. C. Chemical Components of Field-Applied Interior Paints and Coatings: Provide topcoat paints and anti-corrosive and anti-rust paints applied to ferrous metals that comply with the following chemical restrictions; these requirements do not apply to paints and coatings that are applied in a fabrication or finishing shop: 1. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings). 2. Restricted Components: Paints and coatings shall not contain any of the following: a. Autolein. b. Acrylonitrile. C. Antimony. d. Benzene. e. Butyl benzyl phthalate. f. Cadmium. g. Di (2-ethylhexyl) phthalate. h. Di-n-butyl phthalate. i. Di-n-octyl phthalate. j. 1,2-dichlorobenzene. k. Diethyl phthalate. I. Dimethyl phthalate. M- Ethylbenzene. n. Formaldehyde. o. Hexavalent chromium. P. Isophorone. q. Lead. r. Mercury. S. Methyl ethyl ketone. t. Methyl isobutyl ketone. U. Methylene chloride. V. Naphthalene. w Toluene (methylbenzene). X. 1,1,1-trichloroethane. Y. Vinyl chloride. D. Colors: As selected by Architect from manufacturer's full range. INTERIOR PAINTING 099123 - 3 City of Federal Way Traffic Control Center 33325 8t"Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 2.3 BLOCK FILLERS A. Interior/Exterior Latex Block Filler: MPI #4. 1. VOC Content: Max.VOC 50g/L. 2.4 PRIMERS/SEALERS A. Interior Latex Primer/Sealer: MPI#50. 1. VOC Content: Max. VOC 50g/L. B. Interior Alkyd Primer/Sealer: MPI #45. 1. VOC Content: Max. VOC 100g/L. C. Wood-Knot Sealer: Sealer recommended in writing by topcoat manufacturer for use in paint systems indicated. 2.5 WOOD PRIMERS A. Interior Latex-Based Wood Primer: MPI #39. 1. VOC Content: Max. VOC 1008/L.. 2.6 LATEX PAINTS A. Interior Latex (Flat): MPI #53 (Gloss Level 1). 1. VOC Content: Max.VOC 50g/L. B. Interior Latex (Satin): MPI #43 (Gloss Level 4). 1. VOC Content: Max.VOC 150g/L. C. Interior Latex (Semigloss): MPI #54 (Gloss Level 5), 1. VOC Content: Max.VOC 150g/L. D. Interior Latex (Gloss): MPI #114 (Gloss Level 6, except minimum gloss of 65 units at 60 deg). 1. VOC Content: Max. VOC 1508/L. INTERIOR PAINTING 099123-4 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 E. Institutional Low-Odor/VOC Latex (Low Sheen): MPI #144 (Gloss Level 2). 1. VOC Content: Max. VOC 150g/L. F. Institutional Low-Odor/VOC Latex (Semigloss): MPI #147 (Gloss Level 5). 1. VOC Content: Max.VOC 150g/L. G. High-Performance Architectural Latex (Satin): MPI #140 (Gloss Level 4). 1. VOC Content: Max. VOC 150g/L. H. High-Performance Architectural Latex(Semigloss): MPI #141 (Gloss Level 5). 1. VOC Content: Max. VOC 150g/L. PART 3- EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1 Concrete: 12 percent. 2. Masonry(Clay and CMU): 12 percent. 3 Wood: 15 percent. 4. Gypsum Board: 12 percent. 5. Plaster: 12 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1 Beginning coating application constitutes Contractor's acceptance of substrates and conditions. INTERIOR PAINTING 099123- 5 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 3.2 PREPARATION AND APPLICATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. 1, Remove incompatible primers and reprime substrate with compatible primers as required to produce paint systems indicated. C. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. D. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. E. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.3 INTERIOR PAINTING SCHEDULE A. Gypsum Board Substrates. 1. Institutional Low-Odor/VOC Latex System: MPI INT 9.2M. a. Prime Coat: Interior latex primer/sealer. b. Intermediate Coat: Institutional low-odor/VOC interior latex matching topcoat. C. Topcoat: Institutional low-odor/VOC interior latex (low sheen) (eggshell) (semigloss) END OF SECTION 099123 INTERIOR PAINTING 099123- 6 City of Federal Way Traffic Control Center 33325 8t" Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 SECTION 123210 - MANUFACTURED CONSOLE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Command Center Console. 1.2 DEFINITIONS A. MDF: Medium-density fiberboard. 1.3 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. C. Samples: For cabinet finishes and for each type of top material indicated. 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is certified for chain of custody by an FSC-accredited certification body. B. Quality Standard: Unless otherwise indicated, comply with requirements for modular cabinets in AWI's "Architectural Woodwork Quality Standards." C. Product Designations: Drawings indicate sizes, configurations, and finish material of manufactured wood casework by referencing designated manufacturer's catalog numbers. Other manufacturers' casework of similar sizes and door and drawer configurations, of same finish material, and complying with the Specifications may be considered. Refer to Division 01 Section "Product Requirements." 1.5 WARRANTY A. Standard actual Manufacturer's warranty. MANUFACTURED CONSOLE 123210 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 PART2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by one of the following or approved equal: 1. Manufactured Console: a. Winsted; Control Room Consoles. b. TBC Consoles, C. Americon, or d. Approved equal. 2.2 MATERIALS, GENERAL A. Low-Emitting Materials: Provide manufactured console, including countertops, made with adhesives and composite wood products containing no urea formaldehyde. B. Softwood Plywood: DOC PS 1. C. Particleboard: ANSI A208.1, Grade M-2. D. MDF: ANSI A208.2, Grade 130. E. Hardboard: AHA A135.4, Class 1 Tempered. F. Plastic Laminate: High-pressure decorative laminate complying with NEMA LD 3. 2.3 COMAND CENTER CONSOLE A. Static countertop space. Refer to Architect's drawings for dimensions. 2.4 CONSOLE COMPONENTS A. Framework: the self-supporting skeleton framework shall be fully capable of supporting all specified electronics. B. Countertop: shall be constructed from 1" thick, high density composite core with a high-pressure plastic laminate (color to be selected by Architect) C. Access doors and panels shall be constructed from high pressure plastic laminate with 3/4" thick composite core. Enclosure panels are high-pressure plastic laminate with minimum 40-pound. MANUFACTURED CONSOLE 123210 - 2 City of Federal Way Traffic Control Center 33325 81h Ave S, 100% CD Federal Way, WA 98063 July 11, 2019 D. (medium) density particle board with backer sheet of high-pressure standard plastic laminate (color to be selected by Architect) E. Access doors shall be vented and will swing-out for convenient access to the PCUs. F. Bottom Shelf: to storage (5) CPUs towers G Edging: ergonomically designed, applied to all console desktops in the work space area (front, sides). H. Data/ Power rail: shall include cable grommets and openings for a universal data mounting plate and/or duplex power box. I. Internal UL listed power strips. J. Hardware: manufacturer's standard finish, commercial quality, heavy-duty hardwar 2.5 DESIGN, COLOR, AND FINISH A. Design: Provide manufactured wood casework of the following design: 1. Reveal overlay with wire pulls. B. Wood Colors and Finishes: As indicated by manufacturer's designations. C. Plastic-Laminate Colors, Patterns, and Finishes: As selected by Architect from plastic-laminate manufacturer's full range of wood-grain patterns. D. Edgebanding Color: As selected from casework manufacturer's full range. PART 3- EXECUTION 3.1 CONSOLE INSTALLATION A. As recommended by manufacturer 3.2 CLEANING AND PROTECTING A. Clean finished surfaces. B. Protection: Provide 6-mil (0.15-mm) plastic or other suitable water-resistant covering over countertop surfaces. Tape to underside of countertop at a minimum of 48 inches (1220 mm) o.c. Remove protection at Substantial Completion. END OF SECTION 123210 MANUFACTURED CONSOLE 123210- 3 City of Federal Way Traffic Control Center 33325 81"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SEALS PAGE THE PROFESSIONAL SEALS AND SIGNATURES AFFIXED HERON INDICATE THE PROFESSIONALS' REVIEW AND PARTICIPATION IN THE PREPARATION OF THE CONTRACT SPECIFICATIONS LISTED. 'X ° ��, 43283 �~ �IONAL =' 230010—GENERAL HVAC REQUIREMENTS 230020—BASIC MATERIALS AND METHODS FOR HVAC 230553—IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230593—TESTING, ADJUSTING,AND BALANCING 230713—DUCT INSULATION 230993—SEQUENCES OF OPERATION FOR HVAC CONTROLS 233100—HVAC DUCTS AND CASINGS 233300—AIR DUCT ACCESSORIES 233600—AIR TERMINAL UNITS 233700—AIR OUTLETS AND INLETS DIVISION 23 SEAL SHEET 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 23 00 10 -GENERAL HEATING, VENTILATING, AND AIR-CONDITIONING (HVAC) REQUIREMENTS PART 1 GENERAL 1.1 GENERAL A. Conform to General Conditions, Supplementary Conditions, and Division 01. B. This section of the specification applies to the entire mechanical work, both interior and exterior, as specified herein after and shown on the plans. 1.2 SCOPE A. Provide heating, ventilating, and air conditioning equipment, piping, ductwork, etc. as shown on Plans and as described in contract documents. 1.3 DEFINITIONS A. The term "approved equal" means final approval by the Owner's representative of a material or piece of equipment substituted for that which is shown in the specifications or plans. B. The term "provide" means the furnishing and installing of equipment(including connections and appurtenances) complete and ready for use. C. The term "Mechanical Contractor(MC)"and "Electrical Contractor(EC)" as used in these Specifications or on the Contract Drawings, refers to those subcontractors working under the direction of the "General Contractor (GC)." 1.4 INTENT OF DRAWINGS A. The drawings are diagrammatic and do not show the exact details and locations, nor all offsets in ductwork and piping. Contractor shall provide additional fittings, offsets and extensions in piping, ductwork and related mechanical insulation as required to meet the intent of the documents. Contractor shall include in his bid provisions to relocate or shift piping and ductwork where conflicts exist with Structural, Architectural, or Electrical. B. Refer to the complete set of Architectural, Structural, Electrical, and Civil Plans and Specifications for additional details of the work. Review Plans and Specifications of other trades to identify other requirements. Discrepancies shall be reported to the Owner's representative immediately before ordering material or beginning work. 1.5 COORDINATION A. Examine the Architectural, Civil, Structural and Electrical drawings before work is started. Consult with each of the other Contractors regarding locations and spaces required for work and lay out work to avoid interference. Maximum clearance shall be maintained for service access and maintenance of all equipment. Failure to coordinate shall be justification to require GENERAL HEATING, VENTILATING, AND AIR-CONDITIONING 230010 - 1 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 Contractor, at his own expense, to move his work to provide the necessary space for the other contractors. B. Contractor shall be responsible for his own coordination between all other trades. Development of Shop Drawings shall be a collaborative effort between the General Contractor, Mechanical Contractor, Electrical Contractor and all other subcontractors working on the project. Shifting of piping, ductwork and other mechanical items shall be the responsibility of the Team to maintain the intent of the documents. Submit shop drawings to the Owner's representative. 1.6 WORK IN OTHER SECTIONS A. Drawings and General Provisions of the Contract, including General and Special Conditions and Division 01 Specification Sections, apply to this Section. 1.7 CODES AND REFERENCES A. Codes and Standards listed shall be the most current issue as adopted by the Local Jurisdiction. In the event of a conflict of codes, the most stringent code will apply. 1. International Building Code (IBC) 2. Uniform Plumbing Code (UPC) 3. International Mechanical Code (IMC) 4. Washington State Energy Code 5. SMACNA Duct Construction Standards, Metal and Flexible 6. National Electrical Code (NEC) 1.8 PERMITS AND FEES A. Obtain and pay for all permits, licenses and construction or utility fees. Furnish final certificate to Owner showing compliance with code requirements. 1.9 SCHEDULING A. Comply with requirements of General Specifications. 1.10 PRIOR APPROVALS A. Specifications have been written around equipment and material selected for this project based on quality, size, capacity, and performance required to meet building design criteria. Any equipment and/or material used in this project, that is not as specified, must have prior approval from the Owner's representative. B. Request for Approval must be submitted with substitution request form included in Division 0 to Owner's representative, a minimum of 10 calendar days prior to bid date. This letter shall be accompanied with complete information regarding items to be substituted. If supplier requires a reply to the request for approval, he is to send self-addressed, stamped envelope with request. GENERAL HEATING,VENTILATING, AND AIR-CONDITIONING 230010 - 2 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 C. Those items that receive prior approval, will be listed in the Mechanical Addenda. D. Supplier, and/or Mechanical Contractor, shall be responsible for ensuring that substituted material or equipment is of the same size, quality, capacity, weight, and electrical characteristics as that specified. Any changes and costs required during construction, due to contractor's/supplier's neglect to properly select substituted equipment, shall be paid by the contractor/supplier. E. Prior approval to bid does not mean automatic final approval of material or equipment by the Owner's representative. Final approval will be given after final submittal data has been presented to Owner's representative, with complete information regarding weights, capacities, size, electrical requirements and quality. 1.11 MATERIAL AND MATERIAL SUBMITTALS A. All material used on the project shall be new material and free from defects. This Contractor shall submit catalog data and engineering data on all equipment as specified or having received prior approval. B. Material and equipment specified is designated by various manufacturer's catalog numbers. Acceptable alternate manufacturers are also listed. Such manufacturers are exempt from the 10-day prior approval clause of these specifications, but must submit standard submittal data for final approval as otherwise noted. C. Submittal shall be arranged in numerical order, according to specification section number and item number. Submittal shall be bound in hard cover, loose-leaf binder(s). D. Submittal shall be as follows: Before ordering or installing any of the materials, this Contractor shall submit copies of complete information on the materials to be used on the project. Submittal may be electronic or in hard copy. If contractor chooses to submit printed copies, he shall provide five copies to the Owner's representative. Submittal shall include, but not be limited to, the following. 1. Contractor's Cost Breakdown 2. Complete List of Subcontractors and Suppliers 3. HVAC Insulation 4. All Air-Handling Equipment 5. HVAC Ductwork 6. Tests and Adjustments- Balancing 7. Integrated Automation - Energy management and control system E. Owner's representative's review of submittals is for general conformance with the design concept and Contract Documents. Marking or comments shall not be construed as relieving the Contractor from compliance with the project Plans and Specifications, nor departures therefrom. The Contractor remains responsible for details and accuracy for confirming and correlating all quantities and assembly and for safe performance of his work. F. The Owner's representative will return one set, electronic or printed copy, of this submittal to GENERAL HEATING, VENTILATING, AND AIR-CONDITIONING 230010 - 3 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 33325 81"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 the contractor showing any corrections, additions, and/or deletions. If the Contractor needs additional printed copies, he shall photocopy his approved copy of the required items. This Contractor shall resubmit those items that need to be corrected or added. 1.12 CONTRACTOR'S COST BREAKDOWN A. Mechanical Contractor shall submit, with the bound submittals, a cost breakdown of the major portions of his work, pursuant to the following outline. 1. Job organization and submittals. 2. Outside site utilities. 3. HVAC Equipment. 4. HVAC ductwork and air terminals. 5. HVAC piping and insulation. 6. Tests and adjustments 7. Integrated Automation - Energy management and control system. 1.13 RECORD (AS-BUILT) DRAWINGS A. This Contractor shall maintain a set of Contract Drawings at the site on which the actual installed location of piping, equipment, etc., shall be shown in a legible, neat manner. This set of plans shall show actual dimensions (including depth of bury)of underground piping from construction lines, so they can be readily found after covering. Upon completion of the project, the as-built information shall be transformed into AutoCAD version 2007 or greater. Record drawings shall be the same size as contract drawings. This set of plans shall be submitted for final approval. Drawings shall be one full size set, one half size set and on CD in PDF and .dwg format. The contractor shall be ready for review of the on-site as-builts monthly prior to submitting his billing. Failure to have drawings available for review may delay monthly billings. 1.14 OPERATING INSTRUCTIONS A. Operate all systems through complete cycles in the presence of designated Owner's representative. Give instructions for operation, care and maintenance. All systems shall be operated through complete operating cycles for a minimum period of 7 days in conjunction with the designated Owner's representative before acceptance. 1.15 TRAINING A. The Mechanical Contractor shall digitally record all Owner Mechanical training sessions and shall provide copies on DVDs. Training sessions shall be provided for all mechanical systems. Three copies of these DVDs shall be turned over to the Owner at the completion of the project. 1.16 OPERATION AND MAINTENANCE MANUALS (O&Ms) A. General: Provide a manual complete with parts list furnished by the manufacturer with the equipment, together with supplementary drawings where necessary,to itemize serving and maintenance points.lnclude filter maintenance, methods of operation, seasonal requirements, manufacturer's data and warranty forms. Warranty forms are to be located in the front of the GENERAL HEATING, VENTILATING, AND AIR-CONDITIONING 230010 -4 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 manuals as well as in each applicable specific section. Provide address and 24-hour phone number of the firms responsible under warranty. Items requiring service or correction during the warranty period shall be serviced within 24 hours of notification by Owner. Data in manuals shall be neat, clean copies, with operation and maintenance instructions for each item of equipment installed. An index shall be provided with all contents listed in an orderly presentation according to specification section. 1.17 CERTIFICATIONS A. Provide written certification that work has been fully completed in strict accordance with Plans and Specifications and request final inspection. B. Provide written certification that Contractor will replace materials and workmanship that prove defective for one (1)year after date of acceptance or extended warranty as listed in individual sections. C Provide written certification of inspection from the Authority Having Jurisdiction, stating that all work has been inspected, accepted, and approved as complying with existing governing ordinances and codes. D. Provide written certification that Owner's representative has been fully instructed in the operation and function of all mechanical systems. E. Provide copies of certification in the O & M Manuals. F. See Division 1-06 of the Special Provisions for Buy America requirements. 1.18 DOCUMENTS A. Present the following documents to the Owner's representative prior to final acceptance of buildings. Final payment of the Contract will be contingent upon receiving these documents. 1_ Record (as-built) drawings. 2. Operation and Maintenance Manuals 3. Final material submittal. 4. Warranties and Extended Warranties. 5. Approved Final Balancing logs. 6. Final certificates of inspection and code compliance. 7. All applicable forms required by these specifications. 8. Provide copies of the above documents in O & M Manuals. 1.19 WARRANTY A All mechanical equipment and systems including Heating, Ventilating, and Air Conditioning systems, including controls and all parts thereof, shall be warranted (parts and labor), for a period of one (1) year after the date of substantial completion as determined by the documentation. B. Contractor shall repair or replace to the satisfaction of the Owner's representatives any GENERAL HEATING,VENTILATING, AND AIR-CONDITIONING 230010 - 5 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 defective material, equipment, or poor workmanship, which may show itself during this warranty period. C. Controls shall be warranted for two (2)years total parts and labor, from date of final acceptance. D. Test and Balance shall be warranted for two (2)years total, from date of final acceptance. 1.20 MECHANICAL ACOUSTICAL REQUIREMENTS A. The noise criteria (NC)end resultant for each space shall be per Code as adopted by Local Jurisdiction. 1.21 DEMOLITION A. Complete all Demolition Work as shown on the drawings and where required to install the new work shown on the drawing and as specified herein. Demolition work shall not be started until the occupants have moved out. The move will be scheduled in stages and the contractor must phase out his work in stages (with advance coordination with the Owner's Representative)to cause as little disruption to the Owner's work flow as possible. B. Work To Be Removed By Owner Before Starting Work: The Owner will remove from the construction areas all equipment that is to remain the property of the Owner, but not reused or installed later as part of the work. Contractor to notify Owner prior to the need for area or building, and allow the Owner a reasonable time to accomplish removal or move as determined by the Owner's representative. PART 2 PRODUCTS (Not Used) PART 3 -EXECUTION 3.01 SUBMITTAL A. Owner's representative's review of submittals is for general conformance with the design concept and Contract Documents. Marking or comments shall not be construed as relieving the Contractor from compliance with the project Plans and Specifications, nor departures therefrom. The Contractor remains responsible for details and accuracy for confirming and correlating all quantities and assembly and for safe performance of his work. 3.02 DEMOLITION A. Complete all demolition, wrecking, and removal of work necessary for the completion of the work shown on the drawings and/or as specified. All mechanical materials designated for removal shall be removed from site and disposed of legally. The Owner shall be offered the right of first refusal for demolished mechanical equipment and components. Loading and disposal as described here shall be at no expense to the Owner. Care shall be taken in making openings in walls and roofs as not to damage any of the existing walls, floors and roofs. Where holes are left from removal of mechanical equipment this Contractor shall be responsible for patching same to match the surrounding finishes unless otherwise shown or specified. B. Debris: Allow no debris to accumulate at, or in buildings, on grounds, streets, and/or walks. Haul away from site as soon as removed. Allow no debris to remain in the building and/or outside the building overnight. Legally dispose of at Contractor's expense. GENERAL HEATING, VENTILATING, AND AIR-CONDITIONING 230010 - 6 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 C. Interior Dust Control: Provide dust tight partition around area to be cut and as required to prevent dust from entering the ventilation system. Equip partition with adequate access doors that can be closed dust tight while cutting work is in progress. Remove dust tight partitions when no longer required. D. Building Protection: Protect the inside of the building from foul weather by covering wall and roof openings. E. Asbestos Materials: Notify the Owner's representative if the presence of asbestos is suspected. Immediately stop work in that area. F. Structural Members: Check with, and gain approval from,the Owner's representative prior to cutting or altering structural members. END OF SECTION 230010 GENERAL HEATING,VENTILATING, AND AIR-CONDITIONING 230010-7 (HVAC) REQUIREMENTS City of Federal Way Traffic Control Center 333258 1h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 23 00 20 - BASIC MATERIALS AND METHODS FOR HEATING, VENTILATING, AND AIR-CONDITIONING PART 1 GENERAL 1.1 WORK INCLUDES A. General requirements for basic materials and methods. 1.2 REFERENCES A. American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHRAE). B. "Seismic Restraint Manual Guidelines for Mechanical Systems" by Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). PART 2 PRODUCTS 2.1 GENERAL A. See specific sections for this requirement. B. See Division 1-06 of the Special Provisions for Buy America requirements. 2.2 PRODUCT TESTING A. Any piece of equipment used in this project and hereinafter specified which, by its nature, requires electrical connection, such as fans, pumps, air handling equipment, etc., must be provided with an approval label from one of the agencies hereinafter listed. B_ Approval of agency must be for the total package; approval of individual components not acceptable. All labels must be located outside of equipment and shall be visible to inspector. Comply with all requirements of RCW 19.28.010 and NEC Sections 90-7 and 110-3 (1993). C. It shall be the responsibility of the Mechanical Contractor or the equipment supplier to meet the requirements of this section. Any agency costs to provide an appropriate label for a piece of equipment must be included in this bid. Failure by Mechanical Contractor or supplier to obtain approval labels prior to bid shall be sufficient cause for the Mechanical Contractor/supplier to obtain all such labels at no additional cost to Owner. The following is a list of approval testing laboratories: 1. Underwriters Laboratories, Inc., www.ul.com 2. Canadian Standards Association, www.csagroup.org 3. American Gas Association, www.aga.org. 4. Factory Mutual Systems, www.fmglobal.com 5. MET Electrical Testing, www.metlabs.com 6. Intertek Testing, www.intertek.com BASIC MATERIALS AND METHODS FOR HEATING, VENTILATING, 230020 - 1 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 2.3 DAMAGED OR REJECTED MATERIALS A. Remove from the site immediately. 2.4 STARTERS, DISCONNECTS AND VFDS A. All starters shall be provided and installed by Electrical Contractor unless otherwise noted. B. All disconnects shall be provided and installed by Electrical Contractor unless otherwise noted. C. VFDs shall be provided by the Control Contractor, installed by the Electrical Contractor, and controlled by the Control Contractor unless otherwise noted. D. Mechanical Contractor shall coordinate VFDs, based on direction provided in the Contract Specifications. All VFDs are to be of a single manufacture and/or provided by a specific contractor. The MC shall be responsible for compliance with the specification or shall correct problems at his expense. E. The Mechanical Contractor shall coordinate with the Electrical Contractor and provide voltage, phase, horsepower, and amperage for all of the mechanical equipment being provided, based on approved submittals and the actual equipment being provided. F. Starters, disconnects, and VFDs shall be provided in a timely manner, so as to not delay the Electrical Contractor's work. 2.5 FIRE INTEGRITY A. Manufacturers 1. 3M Fire Products 2. Holdrite 3. STI 4. Approved equal B. The penetration sealing systems shall be provided with F-Rating and/.or T-Rating as required by IBC Section 714.3 and 714.4 Penetrations include the following: 1. Through-penetration firestopping in fire-rated construction. 2. Construction-gap firestopping at connections of the same or different materials in fire- rated construction. 3. Construction-gap firestopping occurring within fire-walls, floor or floor-ceiling assemblies. 4. Construction-gap firestopping in smoke partitions. 5. Through-penetration smoke stopping in smoke partitions. 6. Construction-gap smoke stopping in smoke partitions. 7. All ductwork and piping penetrating mechanical spaces, mechanical mezzanines, mechanical lofts, mechanical boiler rooms, or other mechanical spaces, shall be fire caulked, even if the walls are not rated. Visible piping penetrations shall be covered by BASIC MATERIALS AND METHODS FOR HEATING, VENTILATING, 230020- 2 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 split chrome-plated floor and ceiling plates. Visible ductwork penetrations shall be covered by painted angle-iron frames. C. All products shall be listed in Underwriters Laboratory Fire Resistance Directory. Firestopping for penetrations and voids shall be UL-tested systems. 1. Through-penetration firestop devices (XHCR). 2. Fire resistance ratings (BXUV). 3. Through-penetration firestop systems (XHEZ). 4. Fill, void or cavity material (XHHW). D. All material shall be tested per American Society for Testing and Material Standards, ASTM E814: Standard test method for fire tests of through-penetration firestops. E. Firestopping for penetrations and voids shall be UL-tested systems. 2.6 HANGERS A. Manufacturers: 1. Grinnell 2. Michigan Hanger 3. Tolco 4. PHD 5. Anvil 6. Holdrite 7. Approved equal B. Provide all anchors, hangers and all supports for piping and equipment included in contract. C. It is the responsibility of the Contractor to provide an adequate pipe suspension system in accordance with recognized engineering practices, using standard, commercially-accepted pipe hangers and accessories. D All pipe hangers and supports shall conform to the latest requirements of ASME B31.1 Code for Pressure Piping, and Manufacturers Standardization Society Documents MSS SP-58 and MSS SP-69. 2.7 ACCESS DOORS AND PANELS A. Manufacturers: 1. Jay R. Smith 2. Milcor 3. Mifab BASIC MATERIALS AND METHODS FOR HEATING, VENTILATING, 230020 - 3 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 4. Approved equal. B. 16 gauge steel door and frame with concealed hinge and cylinder lock. Provide matching latches/locks keyed the same for multiple panels in a project. When "B" dimension is 24" or more, provide additional latches at the top and bottom of door. Provide finish and material as noted in Part 3—Execution. 2.8 VIBRATION ISOLATION A. Manufacturers: 1. Kinetics Noise Control, Inc. 2. Mason Industries 3. Amber-Booth 4. I.S.A.T. 5. Flexicraft 6. Twin City Hose 7. Approved equal. B. General 1. If equipment is internally isolated by the manufacturer, internal isolation (base and isolator) shall be equivalent to the scheduled base and isolator and the isolator shall meet the scheduled spring static deflection. 2. Size anchoring bolts to withstand lateral seismic shear and isolate bolts from direct contact with structure using bolt isolation washer and bushing. 3. Bases specified in the schedule can be supplied by the manufacturer of the equipment if they meet the specification given herein. 4. Electrical connections shall be made with floppy length of flexible cable. 5. Piping in connected to vibrating equipment shall be supported from resilient ceiling hangers or from floor mounted resilient supports. C VAV box- Up to 5000 CFM 1. Hung Type Isolator: 1" Deflection - 30 degree Swing Spring and Double Deflection Neoprene Hanger. 2. Flex Connector: Flexible duct connection manufactured from UL listed fire-retardant neoprene-coated woven glass fiber fabric to NFPA 90A, with minimum density of 30 ounces per square yard. 3. Motion Restraint Snubber: Seismic Restraint- Cable. 2.9 BURIED UTILITY WARNING AND IDENTIFICATION TAPE A. Where non-metallic piping is buried, provide detectable aluminum foil plastic-backed tape or detectable magnetic plastic tape manufactured specifically for warning and identification of BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020 -4 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 buried piping. Tape shall be detectable by an electronic detection instrument. Provide tape in rolls, 3" minimum width, color-coded for the utility involved with warning and identification imprinted in bold black letters continuously and repeatedly over entire tape length. Warning and identification shall read "Caution: Buried Water Piping Below" or similar wording. Use permanent code and letter coloring unaffected by moisture and other substances contained in trench backfill material. PART 3 EXECUTION 3.1 LAYING OUT WORK A. Locate all general reference points as established by the General Contractor and take such action as is necessary to prevent their destruction; lay out work and be responsible for all lines, elevations, grading for utilities and other work executed under the Contract. Exercise proper precautions to verify figures shown on drawings, before laying out work and be responsible for any errors resulting from failure to exercise such precaution. The coordination of the utility installation with the final site grading and elevation by the General Contractor shall be the responsibility of this contractor. Locate existing utility lines which will be affected by the building location before any footing work begins. Report conflicts with the Plans to the Owner's representative for adjustment before proceeding with the work. Failure to follow this instruction will result in the contractor being required to alter his work at his own expense. 3.2 ELECTRICAL WORK A. All electrical work performed under this Section of the Specifications shall conform to all applicable portions of the Electrical Section of the Specifications, and shall conform to all applicable codes. 3.3 WORKMANSHIP A. Furnish and install all equipment for a neat and finished appearance. If, in the judgment of the Owner's representative, any portion of the work has not been installed in a workmanlike manner, or has been left in a rough, unfinished manner, Contractor will be required to remove and reinstall the equipment, and patch and paint surrounding surfaces in a manner satisfactory to the Owner's representative, without any increase in cost to the Owner. 3.4 OPENINGS IN DUCTWORK A. Keep all openings covered tightly with plastic during the work. 3.5 WALL/FLOOR PLATES AND ESCUTCHEONS A. Where piping or ductwork passes through any wall, floor or ceiling, it shall be fitted with chromium-plated escutcheons or stainless steel angle/trim rings for ductwork, with suitable set screws or other approved holding device. Where extended sleeves are necessary, the plates shall be of sufficient depth to cover the sleeves. 3.6 HANGERS AND SUPPORTS A. General 1. Submittals: The Contractor shall submit, prior to installation, the following information and data for approval. a. Data Sheets on all cataloged items to be used. BASIC MATERIALS AND METHODS FOR HEATING, VENTILATING, 230020 - 5 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 b. Sketches covering all specially designed hanger assemblies and fabrications. 2. Where piping or ductwork is to be supported from building steel, beam clamps shall be used. Beam clamp selection shall be for the required load and the configuration of the steel at the point of attachment. Drilling holes in the steel for hanger rod will not be permitted unless approved by the Structural Engineer. Use only adjustable side beam clamps (Type 25); standard beam clamps are not acceptable. 3. Angle Clips: Where piping or ductwork is to be supported from building wood structure, angle clips shall be used with lag bolts sized to support the load in shear. Any attachment to wooden structural members shall be subject to the approval of the Structural Engineer. 4. Hanger Rods: Hanger rod size shall be selected on the basis of loading from the following table: 3/8" 610# 1/2" 1130# 5/8" 1810# 3/4" 2710# 7/8" 3770# Hangers shall be subject to tensile loading only. Where lateral or axial movement is anticipated, use suitable linkage in hanger rod to permit swing. DO NOT BEND RODS. 5. All rods shall be electro-plated to prevent corrosion. 6. All rods shall be double-nutted with lock washer and cut washer, on both ends if applicable, and excess rod on the bottom shall be cut flush and ground for safety. 7. Brackets and Racks: Where piping or ductwork is run adjacent walls or steel columns, welded steel brackets shall be used as base supports. Multiple pipe racks or trapeze hangers shall be designed and fabricated to suit conditions. 8. Auxiliary Steel:All auxiliary steel necessary for the installation of the hangers and supports shall be designed in accordance with the AISC Steel Handbook,furnished by the Mechanical Contractor, and shall receive one shop coat of primer paint. B. Hangers for Ductwork: 1. Reference and comply with SMACNA HVAC Duct Construction Standards- Metal and Flexible Table 4-1 - Rectangular Duct Hangers Minimum Size, and Table 4-2- Minimum Hanger Sizes for Round Duct for the following: a. Strap and Rod Sizes b. Hanger Spacing 2. Steel Cables a. Galvanized-Steel Ducts: Galvanized steel complying with ASTM A 602 b. Stainless-Steel ducts: Stainless steel complying with ASTM A 492. C. End Connections: Cadmium-plate steel assemblies with brackets, swivel, and bolts designed for duct hanger service, with an automatic locking and clamping device. 3. Duct Attachments: Sheet-metal screws, blind rivets, or self-tapping metal screws, compatible with duct materials. BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020 -6 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 4. Support materials shall match ductwork materials (i.e. provide stainless steel support materials for stainless steel duct, galvanized steel support materials for galvanized steel ducts, and aluminum support materials for aluminum ducts). 5. Hanger and Support Installation: a. Reference Table 4-1 - Rectangular Duct Hangers Minimum Size, and Table 4-2- Minimum Hanger Sizes for Round Duct. b. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheetmetal screws, or blind rivets; support at each floor and at a maximum interval of 16 feet. C. Install upper attachments to structure. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 3.7 CUTTING AND PATCHING (NEW WORK) A Furnish dimensions and locations of openings to other Contractors doing the work. Provide ample time to avoid delays and unnecessary labor. Cutting and patching made necessary to admit work, repair defective material or workmanship, or by neglect to anticipate proper requirements, shall be done by the General Contractor at the expense of the Mechanical Contractor. 3.8 CUTTING AND PATCHING (EXISTING STRUCTURE) A. All necessary cutting and patching of existing structures necessary for installation of mechanical work shall be done by the Mechanical Contractor as directed by the Owner's representative. B All surfaces must be patched upon completion of the work to the satisfaction of the Owner's representative. Final finish of all patched surfaces shall be done per Architectural finish schedule, by the General Contractor. All excavation necessary for the Mechanical Contractor shall be performed by the MC. Surfaces shall be patched as hereinbefore specified and all backfilling shall be done in accordance with requirements of this section and other related notes in the Contract Documents. If none specified, restore to original condition. 3.9 ACCESSIBILITY A. Locate valves, damper operators, etc., so as to be easily accessible in mechanical spaces or through access panels, specified hereinafter. Otherwise, obtain Owner's representative's approval of location. B. Any equipment requiring maintenance clearances for servicing of filters, motors, compressors, etc., shall be carefully installed to avoid servicing problems. Failure of contractor to comply with this requirement shall be sufficient cause for contractor to make all necessary changes at no cost to the Owner. To avoid problems with interpretation of the NEC, allow 42"for all electrical clearances. 3.10 ACCESS DOORS AND PANELS A. Locations of panels shall be carefully selected during construction, so as not to be located behind cabinets, etc. Coordinate closely with the Architectural and Electrical Plans before installing panels. B. In areas such as janitor's room or on painted walls, etc., access panels shall be prime-coated and painted by the General Contractor; install before surrounding surfaces have been painted In areas such as toilet rooms, the access panels shall be stainless steel or chrome-plated. In BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020 -7 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 other finished areas such as on ceilings, all access panels shall have the same type of finished surface as that of the surrounding area. C. Verify with the Owner's representative location and finish prior to ordering; failure to get the Owner's representative's approval may result in replacement of access panels at the Mechanical Contractor's expense. Minimum size of access doors is 12"x 12"; actual size depends on the specific circumstance, and panel shall be large enough to accomplish replacement or repair of the item requiring access. The Owner's representative shall have the final say on whether or not the access is of sufficient size. D. Provide access panels for all concealed valves for all piping. E. Doors shall have cylinder lock latches, all keyed alike. F Provide fire-rated access doors for one-hour or two-hour rated walls and ceilings; units shall be UL labeled. 3.11 MECHANICAL ACCESSES A. Provide suitable access to all mechanical equipment requiring servicing, maintenance, replacement, or repair. In concealed spaces where access has not been provided by the Architect by means of doors, hatchways, walkways or other means, provide wall or ceiling access doors of a type suitable to the Owner's representative, sized to provide easy access to all equipment. Location of such doors shall be coordinated with the work of the other trades, to avoid conflict therewith, and such locations shall be approved by the Owner's representative prior to installation of access panels. B. In addition to building access openings, provide access panels on ducts where required to service fire dampers, damper operators, and other associated equipment. All access doors providing access to mechanically furnished panels, control boxes and filter compartments shall be provided with fully-hinged, easily-opened access doors. Minimum size is 12" x 12", unless access area prevents that size. Consult Owner's representative prior to installing smaller sizes. 3.12 PAINTING, TAGS, ETC. A, Field painting of all mechanical equipment, piping etc., located in and exposed in occupied spaces, shall be by the General Contractor. See Architectural painting specification. B. Each major item of Mechanical Equipment shall be provided with the name of the item, i.e., Exhaust Fan No. 2, etc., in labels of black phenolic plastic with white engraved inscription. Minimum size of lettering is 1"with a maximum of 2". Select appropriate sizes for the size of the equipment being labeled. Align labels with edges of equipment and locate labels so as to be visible. For ceiling exhaust fans, provide additional tag on grille. C. Ceiling Tile Access Labels: Where it is necessary to remove ceiling tile(s)to access mechanical equipment, backdraft dampers, motorized dampers, remote control sensors, valves/controllers, combination fire/smoke dampers, filters, valves, volume dampers, etc., provide and install round 1/2" diameter, yellow, self-adhesive labels on the metal ceiling grid, visible near all four corners of each tile requiring removal. 3.13 FIRE INTEGRITY A. All penetrations of fire-rated walls, ceilings, roofs or floors via ductwork, piping and air terminals must be protected by fire dampers, fire/smoke dampers, appropriately-rated assemblies, and caulking to maintain integrity of structure. BASIC MATERIALS AND METHODS FOR HEATING, VENTILATING, 230020 - 8 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3.14 CLEANING UP A. Comply with requirements of the General Specifications. B. Ducts shall be maintained as clean as possible during erection, and shall be blown clean before the building painting operations are started. Ducts and apparatus casings shall be thoroughly cleaned before fans and filters are operated. Installed ductwork and equipment openings shall be sealed to prevent contamination of construction dust, debris and moisture. Uninstalled ductwork and equipment shall be securely covered to prevent contamination or the insulation getting wet. Uninstalled ductwork and equipment shall be stored on pallets or dunnage that prevents water reaching the ductwork. If ductwork or equipment is found to be dirty or wet, this contractor shall be responsible for replacing such items. Contaminated or wet duct shall be spray painted with high visibility paint and removed from the site immediately. After equipment has been used for any purpose, such as adjusting, testing, or temporary ventilation, filters shall be replaced and exhaust/return ducts shall be cleaned. Use temporary filters with 80%to 85% filter efficiency during construction. Cover all openings with temporary filters if startup, test and balance, or commissioning starts prior to all work being completed in the building. C. Remove tags, shipping labels, etc., from all ductwork in exposed areas, whether ductwork is painted or not. 3.15 CAULKING A. Caulk all openings and flash around all piping, equipment, and ductwork passing through roof, floor, and walls. All caulking shall be water resistant. See also paragraph "Fire Integrity"for rated walls, ceilings, roofs, or floor penetrations. B All piping and ductwork penetrations of walls, ceilings, and floors shall be caulked.A chrome- plated escutcheon plate shall be installed at each visible piping penetration of walls, ceilings, or floors. All duct penetrations of walls, ceilings or floors shall be flashed with 3" x 3" 18 gauge galvanized sheet metal angle for concealed ducts, and stainless steel angle for exposed ducts. 3.16 OPERATION OF EQUIPMENT AND SYSTEMS A. Contractor is responsible during all periods of balancing and testing. Provide temporary utilities as required 3.17 TESTS, ADJUSTMENTS AND INSPECTION A. Test all work thoroughly and systematically, both during construction and after completion. Notify Owner's representative 48 hours in advance of all tests. Tests shall be maintained until approved. Tests shall be as hereinafter specified. B. The Contractor shall test the completed installation as in regular service. Any defects or imperfections that may show up are to be promptly corrected. The Contractor shall guarantee the entire system and all parts thereof for a period of one year from date of final acceptance. The Contractor shall repair or replace any part which may show signs of failure during that time, if such failure, in the opinion of the Owner's representative, is due to imperfections in material or to improper workmanship. C. No system, whether prescribed for testing or not, shall be covered or concealed below ground, in walls, in ceiling spaces, or generally from ease of viewing, without first notifying the Owner's representative. Failure to notify the Owner's representative for inspection of concealed systems shall be cause to require this contractor to uncover and recover such systems at no additional cost to Owner. BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020-9 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 D. A log of all tests shall be kept. The log shall note, dates, time of day test started, system or portion of system tested, length of test, test results, and who witnessed the test (AHJ, Owner's representative, or GC). Contractor shall insert legible name of witnesses. Contractor to submit a copy of the contractor's test log monthly to the Owner's representative. E. Review the project to determine when final inspection is appropriate and advise Owner's representative. Mechanical Contractor is required to complete his work before requesting final inspection. F. See specification section of piping used for test methods or procedures used. G. Conduct refrigeration leak test on all DX equipment prior to installation on or in buildings. H. Prior to repair, modification or tying into existing hydronic systems, take test samples from the system to be analyzed for glycol type, concentration, and/or other ingredients. Test report shall be forwarded to the Owner's representative. 3.18 FINAL INSPECTION A. This contractor shall thoroughly review and inspect the project to determine when final inspection is required, and shall so advise the Owner's representative. It shall be understood that the work is to be essentially complete. If such is not the case and more than one final inspection and one backcheck are necessary, this Contractor may be billed for the additional backchecks at the then governing rate for the personnel involved. The final inspection punchlist shall be legibly signed on a copy of the punch list by a person responsible for the trade involved, and transmitted to the Owner's representative, before a backcheck will be scheduled. 3.19 PROTECTION AND CLEANING A. All equipment and material installed by this contractor shall be properly protected from damage during the course of construction. B. In attic or other spaces where piping such as condensate drains, heating lines, refrigeration lines, etc. have been installed at floor level and interfere with foot traffic, the Mechanical Contractor shall provide covers to protect this piping. Wood or other such material will be acceptable. Where duct plenums or duct runs interfere with normal traffic patterns of maintenance personnel, the sheet metal contractor shall provide a wooden "bridge" over the ducts to prevent damage. C. Protect walking paths in mechanical spaces. Maintain 6-8" headroom minimum, for all piping and ductwork. If required clearance is not possible, obtain permission from the Owner's representative to violate the above requirement, and comply with protective measures required. 3.20 SPECIAL PROTECTION A. Exercise maximum precaution to protect the building and equipment from damage of any kind, and in particular, prevent water and dust seepage into new equipment. 3.21 BALANCING WORK A. Provide Testing, Adjusting and Balancing as required in this section of the specification. 3.22 INSTRUCTION PERIODS FOR OWNER'S PERSONNEL BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020- 10 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Scope: Following installation of mechanical work, have representatives of installation tradesmen conduct demonstrations and instruction periods to point out locations of servicing points and required points of maintenance to Owner's representatives. B. General Description of Instruction Periods: Each period shall include preliminary discussion and presentation of information from maintenance manuals with appropriate references to drawings, followed by tours of building areas explaining maintenance requirements, access methods, servicing and maintenance procedures, equipment cleaning procedures, temperature control settings, and available adjustments. C. Scheduling of Instruction Periods: Notice of Contractor's readiness to conduct such instruction and demonstration shall be given to the Owner's representative at least two weeks prior to the instruction periods, and agreement reached as to the date at which the instruction periods are to be performed.Advise Owner's representative two weeks prior to date when ready to conduct instruction and demonstrations; receive approvals of proposed date prior to making final arrangements. D. Schedule an additional instruction period for the off-season. That is, if initial instruction period takes place during the heating season, schedule another during the cooling season, or vice versa. 3.23 ON-SITE OBSERVATIONS AND SAFETY MEASURES A. During its progress, all work shall be subject to observation by the Owner's representative, and of the National Board of Fire Underwriters, State and Local Inspectors. The Engineer has not been retained or compensated to provide design and construction review services relating to the Contractor's safety precautions or to means, methods, techniques, sequences or procedures required for the Contractor to perform his work. The Contractor will be totally responsible for conditions of the jobsite, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The duty of the Owner's representative to conduct construction observations of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measures in, on, or near the construction site. It shall be the Contractor's responsibility to comply with "Safety and Health Regulations for Construction" in the Federal Register by the U.S. Department of Labor. Contractor shall be responsible for providing all such safety measures and shall consult with the State and/or Federal Safety Inspector for interpretation whenever in doubt as to whether he is or is not in compliance with State and/or Federal regulations. Furthermore, the Contractor distinctly assumes all risk or damage or injury to any persons or property wherever located resulting from any action or operation under this contract or in connection with the work. 3.24 CONTINUITY OF BUILDING UTILITIES AND SHUTDOWNS A. General: Continuity of utilities services in the building shall be maintained at all times as required to provide heat, water, lighting, and power to all portions of the building. Utility systems shutdowns required for extensions, alterations or connections of new services shall be accomplished in accordance with the following requirements. B. Shutdowns: While building is in operation, utilities shutdowns shall be scheduled for weekends, holidays, or at night, if the shutdown affects the use of the building or surrounding buildings. The actual time and date is to be coordinated with and approved by the Owner's representative at least 72 hours in advance. C. Costs: The Contractor shall include in his bid proposal, all costs associated with utilities shutdowns. No extra payment will be made for overtime work, schedule changes, or failure to BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020- 11 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 complete utilities connections within authorized shutdown periods. 3.25 DRAFT STOPS A. It shall be the responsibility of each contractor performing his trade to verify with Architectural Plans and to maintain the integrity of draft stops, whenever his work requires penetration of these areas. Patch as required to maintain integrity of draft stops. 3.26 SYSTEM STARTUP A. Provide the services of manufacturer's field representative for starting and testing equipment. B. Prepare a manufacturer's startup report, and turn over to the Owner's representative. END OF SECTION 230020 BASIC MATERIALS AND METHODS FOR HEATING,VENTILATING, 230020- 12 AND AIR-CONDITIONING City of Federal Way Traffic Control Center 33325 8ffi Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 230553 -IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT PART 1 GENERAL 1.1 SECTION INCLUDES A. Nameplates. B. Ductwork Identification Nameplates. C. Ceiling Tile Access Markers. 1.2 REFERENCE STANDARDS A. ASME A13.1 - Scheme for the Identification of Piping Systems; The American Society of Mechanical Engineers. B. Reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.3 SUBMITTALS A. List: Submit list of wording, symbols, letter size, and color coding for mechanical identification, including matching size and colored arrows. B. Chart and Schedule: Submit valve chart and schedule, including valve tag number, location, function, and valve manufacturer's name and model number. C Product Data: Provide manufacturers catalog literature for each product required. D. Project Record Documents: Record actual locations of tagged valves, on As-Builts. 1.4 QUALITY ASSURANCE A Perform work in accordance with applicable codes. B See Division 1-06 of the Special Provisions for Buy America requirements. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Brady Corporation B. Seton Identification Products C. Marking Services, Inc. D. Approved equal 2.2 NAMEPLATES IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Description: Laminated three-layer plastic with engraved letters. 1. Letter Color: White. 2. Letter Height, Equipment: 1 -1/2". 3. Background Color: Black. 2.3 DUCTWORK IDENTIFICATION NAMEPLATES A. Description: 1. Plastic Laminate 1-1/4" letters and arrows. 2. Vinyl Markers 1-1/4" letters and arrows. 3. Color per ASME standards. 2.4 CEILING TILE ACCESS MARKERS A. Description: Vinyl or plastic markers, 1/2" diameter minimum with color coded head. B. Color code as follows: 1. HVAC Equipment: Yellow. PART 3 EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive adhesive for identification materials. 3.2 INSTALLATION A. Install plastic nameplates and markers with corrosive-resistant mechanical fasteners, or adhesive. Apply with sufficient adhesive to ensure permanent adhesion. B. Identify all mechanical equipment; air handling units, VAV boxes with plastic nameplates. C. Identify control panels and major control components outside panels with plastic nameplates. D. Tag automatic controls, instruments and relays. Key to control schematic, show on control As- Builts. Provide tags identical to valve tags. First line = abbreviation [EMCS]. Number consecutively starting at 01. Provide Valve Chart Frames and Control Device Lists on walls in an accessible location, well lighted space, in each Mechanical Space. (Does not include Janitor Rooms). E. Identify all ductwork with plastic or vinyl nameplates. Identify with air handling unit identification number, system (Primary Air, Outside Air, Return Air, Exhaust Air, Supply Air, etc.) and area served. Locate identification as ducts leave or return to Air Handling Unit, on duct runs not to exceed 20' on center, adjacent each branch, at each side of penetration of structure or enclosure, and at each obstruction. air handling unit, at each side of penetration of structure or enclosure, and at each obstruction. Do not install labels on exposed ductwork. F. Provide ceiling tile access markers to locate Mechanical Equipment, Filters, Valves, Dampers, etc., above T-bar type panel ceilings. Locate on the metal ceiling grid near all four corners of IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 the tile requiring removal. END OF SECTION 230553 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 230553 - 3 City of Federal Way Traffic Control Center 33325 81'Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 230593 -TESTING, ADJUSTING, AND BALANCING PART 1 GENERAL 1.1 SECTION INCLUDES A. Testing, adjustment, and balancing of air systems. B. Measurement of final operating condition of HVAC systems. 1.2 REFERENCE STANDARDS A. AABC MN-1 - AABC National Standards for Total System Balance; Associated Air Balance Council. B. ASHRAE Standard 111 - Practices for Measurement, Testing, Adjusting and Balancing of Building Heating, Vcntilation, Air Conditioning, and Refrigeration Systems; American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc. C. NEBB (TAB)- Procedural Standards for Testing Adjusting Balancing of Environmental Systems; National Environmental Balancing Bureau. D. SMACNA (TAB) - HVAC Systems Testing, Adjusting, and Balancing; Sheet Metal and Air Conditioning Contractors' National Association. E. Reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.3 SUBMITTALS A. Qualifications: Submit name of Testing, Adjusting and Balancing agency and TAB supervisor within 30 days after award of the Mechanical Contract by the General Contractor. Include a list of the last 12 projects completed with a list of the respective Owner's representatives and a contact phone number for each. B. TAB Plan: Submit a written plan indicating the testing, adjusting, and balancing standard to be followed and the specific approach for each system and component. 1. Submit for Review. 2. Submit for forwarding to Owner's Commissioning Authority. 3. Submit plan twelve weeks prior to starting the testing, adjusting, and balancing work, or sooner. 4. Include at least the following in the plan: a. List of all air flow, water flow, system capacity, and efficiency measurements to be performed and a description of specific test procedures, parameters, and formulas to be used. TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 a. Copy of field checkout sheets and logs to be used, listing each piece of equipment to be tested, adjusted and balanced with the data cells to be gathered for each. b. Identification and types of measurement instruments to be used and their most recent calibration date. C. Discussion of what notations and markings will be made on the ductwork and piping drawings during the process. d. Final test report forms to be used. e. Detailed step-by-step procedures for TAB work for each system and issue, including: 1) Terminal flow calibration (for each terminal type). 2) Diffuser proportioning. 3) Total flow calculations. 4) Rechecking. 5) Diversity issues. f. Expected problems and solutions, etc. g. Details of how TOTAL flow will be determined; for example. 1) Air: Sum of terminal flows via control system calibrated readings or via hood readings of all terminals, supply (SA)and return air(RA) pitot traverse, SA or RA flow stations. h. Procedures for field technician logs of discrepancies, deficient or uncompleted work by others, contract interpretation requests and lists of completed tests (scope and frequency). 1. Procedures for formal progress reports, including scope and frequency. �. Procedures for formal deficiency reports, including scope, frequency and distribution. C. Field Logs: Submit at least twice a week to General Contractor, Owner's representative, and Commissioning Authority. Label accordingly. If no field logs are submitted, it will be assumed that no work was being done during this period. D. Control System Coordination Reports: Communicate in writing to the controls installer all setpoint and parameter changes made or problems and discrepancies identified during TAB that affect, or could affect, the control system setup and operation. E. Progress Reports. Provide preliminary/hand-written balance report no later than one (1) week after completion of work. No progress payments will be authorized if a preliminary balance report has not been submitted. F. Final Report: Indicate deficiencies in systems that would prevent proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. 1. Submit draft copies of report for review prior to final acceptance of Project. Provide final copies for Owner's representative and for inclusion in Operating and Maintenance manuals. 2_ Include actual instrument list with manufacturer name, serial number, and date of calibration. 3. Form of Test Reports: Use report format recommended by TAB standard. If none of TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 these apply, follow ASHRAE Standard 111. 4. Units of Measure: Report data in I-P (inch-pound) units only. 5. Include the following on the title page of each report: a. Name of Testing, Adjusting, and Balancing Agency. b. Address of Testing, Adjusting, and Balancing Agency. C. Telephone number of Testing, Adjusting, and Balancing Agency. d. Project name of project. e. Project location of project. f. Project Architect. g. Project Mechanical Engineer. h. Project General Contractor. i. Project Mechanical Contractor. j. Project Controls Contractor. k. Owner's Commissioning Agent. I. Report date. G Project Record Documents: Record actual locations of flow measuring stations and balancing valves and rough setting. 1.4 DALT DUCT AIR LEAKAGE TESTING -ASSISTANCE A. M.C. to provide HVAC equipment mechanics to operate and assist with HVAC equipment and HVAC ductwork mechanics to provide the field required test ports and other modifications needed to perform the DALT. M.C. to ensure that these support personnel are present at the agreed upon times. 1.5 INSULATION PRIOR TO TAB OR DALT AIR LEAKAGE TESTING A. Do not allow insulating of ductwork or piping prior to TAB and or DALT testing. If project is behind schedule, the Owner's representative may agree to partial insulation prior to completion of testing, if the TAB contractor agrees. 1.6 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. See Division 1-06 of the Special Provisions for Buy America requirements. C. M.C.to provide conformed construction drawings and specifications to the TAB firm, if available. If not available, issue the same drawings that are being provided to the other Subcontractors, along with any RFIs or Change Orders that may affect their work. The M.C. is responsible to keep the TAB firm up to date with pertinent contract documents and correspondence. D. M.C. to provide approved equipment submittals and project schedule for the use by the TAB subcontractor. 1.7 WARRANTY A. Include a warranty for 24 months after final acceptance by the Owner, during which time the Owner may request a recheck, or resetting of any outlet, coil or device listed in the project test report. TAB contractor to contact other project subcontractors if their technical assistance is TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 3 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 required to make any test or adjustments required. Maximum number of rechecks shall not exceed a yearly total of 5% of the entire project. However, if the balance reports are proved to be inaccurate, the Owner may request the entire project be re-balanced during the warranty period. See paragraph Commissioning in this Section for recheck and failure criteria. The above warranty shall be included in the original contract bid proposal. PART 2 PRODUCTS -NOT USED PART 3 EXECUTION 3.2 GENERAL REQUIREMENTS A. Perform total system balance in accordance with one of the following: 1. AABC MN-1, AABC National Standards for Total System Balance. 2. ASHRAE Standard 111, Practices for Measurement, Testing, Adjusting and Balancing of Building Heating, Ventilation, Air-Conditioning, and Refrigeration Systems. 3. NEBB Procedural Standards for Testing Adjusting Balancing of Environmental Systems. 4. SMACNA HVAC Systems Testing, Adjusting, and Balancing. B. Begin work after completion of systems to be tested, adjusted, or balanced and complete work prior to Substantial Completion of the project. C. TAB Agency Qualifications: 1. Certified by one of the following: a. AABC, Associated Air Balance Council: www.aabchq.com; upon completion submit AABC National Performance Guaranty. b. NEBB, National Environmental Balancing Bureau: www.nebb.org. C. TABB, The Testing, Adjusting, and Balancing Bureau of National Energy Management Institute: www.tabbcertified.org. D. TAB Supervisor Qualifications: Professional Engineer licensed in the State in which the Project is located. E TAB Team Members: Submit their qualifications along with the Companies qualifications and the TAB Supervisor qualificatlons. TAB team approved to accompllsh work on this contract, must be full-time employees of the TAB agency. No other personnel are allowed to do TAB work on this contract. F. Pre-Qualified TAB Agencies: 1. Neudorfer Engineering (206) 621-1810. 2. Hardin & Sons (253) 862-6645. 3. Air Balance Associates (206) 528-4788 TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 -4 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3.3 EXAMINATION A. Verify that systems are complete and operable before commencing work. Ensure the following conditions: 1. Systems are started and operating in a safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Proper thermal overload protection is in place for electrical equipment. 4. Final filters are clean and in place. If required, have HVAC contractor replace or install temporary media in addition to final filters. 5. Duct systems are clean of debris. 6. Fans are rotating correctly. 7. Access doors are closed and duct end caps are in place. 8. Air outlets are installed and connected 9. Confirm duct system leakage is minimized. Have HVAC contractor coat or recoat joints that may not be up to SMACNA standards prior to testing. B. Submit field reports. Report defects and deficiencies that will or could prevent proper system balance. C. The testing and balancing work is a part of the overall project, and shall be shown on the project schedule with a reasonable time allotted to accomplish the work. If the Owner, General Contractor and or other Subcontractors have delayed the project and there is no time left for the testing and balancing to be performed, the following remedies shall be considered by the Owner; 1. The time of completion shall be extended. 2. The Owner's representative and General Contractor shall negotiate overtime for the Test and Balancing Contractor to accelerate the time required to complete his work. 3. The Owner's representative may allow some systems and requirements to be waived or extended to a later time period. 4. Or other remedies as suggested by the Test and Balance Contractor that will allow him to complete his work and is agreeable to the Owner's representative and General Contractor. 5. Any changes in the contract terms or specification requirements shall be in writing prior to the testing and balancing work commencing. D. Beginning of work means acceptance of existing conditions, or that a letter allowing revised conditions has been received by the TAB contractor. E. The TAB contractor shall exercise care while performing his work so as to avoid damaging the work of other trades, particularly paint and ceiling tile. If damage is incurred by the Test and Balance Contractor, repairs shall be made at their expense. TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 5 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3.4 PREPARATION A. Hold Pre-balancing meeting two weeks prior to starting TAB work. 1. Require attendance by all installers whose work will be tested, adjusted, or balanced, plus General Contractor, Owner's representative, and Owners Commissioning Agent. 2. Complete Project Examination noted above prior to Pre-balancing meeting, so that any problems found that would prevent balancing can be dealt with at the meeting. B. Provide instruments required for testing, adjusting and balancing operations. Make instruments available to Owner's representative and Owner's Commissioning Agent to facilitate spot checks during testing. C. Request HVAC contractor provide additional balancing devices as required. 3.5 ADJUSTMENT TOLERANCES A. Air Handling Systems: Adjust to within plus or minus 10% of design for supply, return, and exhaust systems. B. Air Outlets and Inlets: Adjust total airflow to within plus or minus 10% of design to space. Adjust outlets and inlets in space to within plus or minus 10% of design. 3.6 RECORDING AND ADJUSTING A. Field Logs: Maintain written logs including: 1. Running log of events and issues. 2. Discrepancies, deficient or uncompleted work by others. 3. Contract interpretation requests. 4. Lists of completed tests. B. Ensure recorded data represents actual measured or observed conditions. C. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops. D. Mark locations where traverse and other critical measurements were taken on the Plans and cross reference the location in the final report. E. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified. F. Leave systems in proper working order; replace belt guards, close access doors, close doors to electrical switch boxes, and restore thermostats to specified settings. G. At final inspection, recheck random selections of data recorded in report. Recheck points or areas as selected and witnessed by the Owner's representative and Owner's Commissioning Agent. 3.7 AIR SYSTEM PROCEDURE TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 -6 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Adjust air handling and distribution systems to provide required design supply, return, and exhaust air quantities at site altitude. B. Make air quantity measurements in ducts by Pitot tube traverse of entire cross sectional area of duct. C. Measure air quantities at air inlets and outlets. D. Adjust distribution system to obtain uniform space temperatures free from objectionable drafts and noise. E. Use volume control devices to regulate air quantities only to extent that adjustments do not create objectionable air motion or sound levels. Effect volume control by duct internal devices such as dampers and splitters. F. Vary total system air quantities by adjustment of fan speeds. Provide drive changes required. Vary branch air quantities by damper regulation. G. Provide system schematic with required and actual air quantities recorded at each outlet or inlet. H. Measure static air pressure conditions on air supply units, including filter and coil pressure drops, and total pressure across the fan. Make allowances for 50% loading of filters. I. Measure temperature conditions across outside air, return air, and exhaust dampers to check leakage. J. Where modulating dampers are provided, take measurements and balance at extreme conditions. Balance variable volume systems at maximum air flow rate, full cooling, and at minimum air flow rate, full heating. K. For variable air volume system powered units, set volume controller to air flow setting indicated. Confirm connections are properly made and confirm proper operation for automatic variable air volume temperature control. L. On fan-powered VAV boxes, adjust air flow switches for proper operation. M. At completion, be sure all test holes in low pressure duct have pressure sealing plugs installed; duct tape is not allowed. Test holes in high pressure duct shall employ threaded and capped duct air fittings. N. The Test and Balance contractor shall include in his bid the cost of one sheave change for each belt driven air moving piece of equipment. If a sheave change is not required, the test and balance contractor shall submit to the Owner a credit for the work that was not required. The total cost of sheave changes shall be listed as a separate line item on the Schedule of Values and submitted to the Owner's representative for approval prior to the first pay application. 3.8 MINIMUM DATA TO BE REPORTED A. Electric Heaters: 1. Identificationlnumber 2. Location TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 - 7 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3. Design kW 4. Number of stages 5. Phase, voltage, amperage 6. Test voltage (each phase) 7. Test amperage (each phase) 8. Air flow, specified and actual 9. Temperature rise, specified and actual B. Duct Leak Tests: 1. Description of ductwork under test 2. Duct design operating pressure 3. Duct design test static pressure 4. Duct capacity, air flow 5. Maximum allowable leakage duct capacity times leak factor 6. Test apparatus a. Blower b. Orifice, tube size C. Orifice size d. Calibrated 7. Test static pressure 8. Test orifice differential pressure 9. Leakage C. Terminal Unit Data: 1. Manufacturer 2. Type, constant, variable, single, dual duct 3. Identification/number 4. Location 5. Model number 6. Amp draw 7. Size 8. Minimum static pressure TESTING,ADJUSTING,AND BALANCING FOR HVAC 230593 -8 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 9. Minimum design air flow 10. Maximum design air flow 11. Maximum actual air flow 12. Inlet static pressure D. Air Distribution Tests: 1. Air terminal number 2. Room number/location 3. Terminal type 4. Terminal size 5. Area factor 6. Design velocity 7. Design air flow 8. Test(final) velocity 9. Test(final) airflow 10. Percent of design air flow END OF SECTION 230593 TESTING, ADJUSTING, AND BALANCING FOR HVAC 230593 -9 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 230713 - DUCT INSULATION PART 1 GENERAL 1.1 SECTION INCLUDES A. Glass Fiber Flexible Duct Wrap Insulation B. Duct Liner 1.2 RELATED REQUIREMENTS A. Section 23 31 00 - HVAC Ductwork and Casings: 1.3 REFERENCE STANDARDS A. ASTM C916 - Standard Specification for Adhesives for Duct Thermal Insulation. B. ASTM C1071 - Standard Specification for Fibrous Glass Duct Lining Insulation (Thermal and Sound Absorbing Material). C. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials. D. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials. E. ASTM G21 -Standard Practice for Determining Resistance of Synthetic Polymeric Materials to Fungi. F. NFPA 255 -Standard Method of Test of Surface Burning Characteristics of Building Materials; National Fire Protection Association. G. SMACNA(DCS) - HVAC Duct Construction Standards- Metal and Flexible; Sheet Metal and Air Conditioning Contractors' National Association; 2005, H. UL 723 - Standard for Test for Surface Burning Characteristics of Building Materials; Underwriters Laboratories Inc. 1. Reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.4 SUBMITTALS A. Product Data: Provide product description, thermal characteristics, list of materials and thickness for each service, and locations. B. Manufacturer's Instructions: Indicate installation procedures necessary to ensure acceptable workmanship and that installation standards will be achieved. 1.5 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. DUCT INSULATION 230713 - 1 City of Federal Way Traffic Control Center 33325 81" Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. Applicator Qualifications: Company specializing in performing the type of work specified in this section, with minimum 5 years of experience. C. See Division 1-06 of the Special Provisions for Buy America requirements. 1.6 DELIVERY, STORAGE, AND HANDLING A. Accept materials on-site in original factory packaging, labeled with manufacturer's identification, including product density and thickness. B. Do not store excess material in the building. Provide secure dry storage on-site, to store material. C. Protect insulation from weather and construction traffic, dirt, water, chemical, and mechanical damage, by storing in original wrapping. 1.7 FIELD CONDITIONS A. Maintain ambient temperatures and conditions required by manufacturers of adhesives, mastics, and insulation cements. B. Maintain temperature during and after installation for minimum period of 24 hours. PART 2 PRODUCTS 2.1 REQUIREMENTS FOR ALL PRODUCTS OF THIS SECTION INSTALLED INSIDE BUILDINGS A. Surface Burning Characteristics: Flame spread/Smoke developed index of 25/50, maximum, when tested in accordance with ASTM E 84, NFPA 255, or UL 723. 2.2 MANUFACTURERS A. Knauf Fiber Glass B. Johns Manville Corporation C. Owens Corning Corp D. CertainTeed Corporation E. Pittsburgh Corning Corporation F. Armacell International G. Approved equal. 2.3 GLASS FIBER, FLEXIBLE A. Insulation: ASTM C553; flexible, noncombustible blanket. 1. 'K' value: 0.36 at 75 degrees F, when tested in accordance with ASTM C518. 2. Maximum Service Temperature: 450 degrees F. 3. Maximum Water Vapor Sorption: 5.0% by weight. DUCT INSULATION 230713 - 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 4. Usage: HVAC Air Distribution Systems Ductwork- Interior- Medium to Low Temperatures. B. Vapor Barrier Jacket: 1. Kraft paper with glass fiber yarn and bonded to aluminized film. 2. Moisture Vapor Permeability: 0.02 perm inch,when tested in accordance with ASTM E96/E96M. 3. Secure with pressure sensitive tape. C. Vapor Barrier Tape: 1. Kraft paper reinforced with glass fiber yarn and bonded to aluminized film, with pressure sensitive rubber-based adhesive. D. Tie Wire: Annealed steel, 16 gage. 2.4 DUCT LINER A. Insulation: Incombustible glass fiber complying with ASTM C 1071;flexible blanket, rigid board, and preformed round liner board with impregnated surface and edges coated with polyvinyl acetate polymer or acrylic polymer shown to be fungus and bacteria resistant by testing to ASTM G 21. 1. Apparent Thermal Conductivity: Maximum of 0.31 at 75 degrees F. 2. Service Temperature: Up to 250 degrees F. 3. Rated Velocity on Coated Air Side for Air Erosion: 5,000 fpm, minimum. 4. Minimum Noise Reduction Coefficients: a. 1"Thickness: 0.45. B. Usage: Low pressure ductwork interior C. Adhesive: Waterproof,fire-retardant type, ASTM C916. D. Liner Fasteners: Galvanized steel, welded with press-on head, per SMACNA standards. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that ductwork pressurization has been tested before applying insulation materials. B. Verify that surfaces are clean and dry, with foreign material removed. 3.2 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Install in accordance with NAIMA National Insulation Standards; have a copy on site for DUCT INSULATION 2307 13 - 3 City of Federal Way Traffic Control Center 33325 8t"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 reference. Employ only skilled tradesmen specializing in this kind of work. C. Insulated ductwork conveying air, below ambient temperature: 1. Provide insulation with vapor barrier jackets. 2. Finish with tape and vapor barrier jacket. 3. Continue insulation through walls, sleeves, hangers, and other duct penetrations. 4. Insulate entire system including fittings,joints, flanges, fire dampers, flexible connections, and expansion joints. D. Insulated ductwork conveying air above ambient temperature: 1. Provide with standard vapor barrier jacket. 2. Insulate fittings and joints. Where service access is required, bevel and seal ends of insulation. E. Duct Liner Application: 1. Adhere insulation with adhesive for 90% coverage. 2. Secure insulation with mechanical liner fasteners. Refer to SMACNA HVAC Duct Construction Standards - Metal and Flexible for spacing. 3. Seal and smooth joints. Seal and coat transverse joints. 4. Seal liner surface penetrations with adhesive. 5. Duct dimensions indicated are net inside dimensions required for air flow. Increase duct size to allow for insulation thickness. 3.3 SCHEDULES A. Provide thickness of insulation to meet or exceed Washington State Energy Code and or local codes whichever are more stringent. B. Special Requirements - DUCT LINER. 1. Duct liner for this project will be 1" unless noted otherwise in Contract documents. 2. Line ALL of the following ductwork a. First 5' of ductwork downstream of the VAV box C. Special Requirements - DUCT WRAP. 1. Wrap all of the following ductwork: a. Primary air ductwork (upstream of the VAV box). b. Concealed supply ductwork 2. Duct wrap shall not be used in the following applications: DUCT INSULATION 2307 13 -4 City of Federal Way Traffic Control Center 33325 811' Ave S 100% CD Federal Way, WA 98063 July 11, 2019 a. In conditioned spaces, do not wrap ductwork exposed to view within a zone that serves that Zone. D. Provide insulation thicknesses per Washington State Energy Code as a minimum. END OF SECTION 230713 DUCT INSULATION 230713 - 5 City of Federal Way Traffic Control Center 33325 81"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 230993 -SEQUENCES OF OPERATION FOR HVAC CONTROLS PART 1 GENERAL 1.1 SCOPE A Provide all DDC controls and points required for proper operation of the system in the manner as described in these sequences. The DDC system shall be an extension of the existing system. All parts and pieces shall be compatible and integrated into the existing building DDC system. Thermostats shall have temperature adjustment, digital display, and occupancy override pushbutton. B This section defines the manner and method by which controls function. Requirements for each type of control system operation are specified. Equipment, devices, and system components required for control systems are specified in other sections. These sequences are for use with an Energy Management Control System (EMCS), incorporating Direct Digital Control (DDC)for energy management, equipment monitoring, and control. C. Sequence of operation for: 1. Alarm Reporting 2. Night Setback 3. Occupied Mode 4. Optimum Start/Stop 5. Start-Up of Mechanical Equipment 6. Terminal Air Units 7. Warm-Up Mode- Mechanical Equipment 1.2 RELATED SECTIONS A. Section 23 09 23 - Direct-Digital Control System for HVAC. B. Section 23 09 13- Instrumentation and Control Devices for HVAC. 1.3 SUBMITTALS A. Sequence of Operation Documentation: Submit written sequence of operation for entire HVAC system and each piece of equipment. 1. Preface: One or two paragraph overview narrative of the system describing its purpose, components, and function. 2. State each sequence in small segments, and give each segment a unique number for referencing in Functional Test procedures. Provide a complete description regardless of the completeness and clarity of the sequences specified in the contract documents. 3. Include at least the following sequences SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 23 09 93 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 a. Start-up. b. Warm-up mode. C. Occupied mode. d. Unoccupied mode. e. Shutdown. f. Capacity control sequences and equipment staging. g. Temperature and pressure control, such as setbacks, setups, resets, etc. h. Detailed sequences for all control strategies, such as economizer control, optimum start/stop, staging, optimization, demand limiting, etc. i. Effects of power or equipment failure with all standby component functions. j. Sequences for all alarms and emergency shut downs. k. Seasonal operational differences and recommendations. I. Interactions and interlocks with other systems. 4. Include initial and recommended values for all adjustable settings, setpoints and parameters that are typically set or adjusted by operating staff; and any other control settings or fixed values, delays, etc. that will be useful during testing and operating the equipment. 5. For packaged controlled equipment, include manufacturer's furnished sequence of operation amplified as required to describe the relationship between the packaged controls and the control system, indicating which points are adjustable control points and which points are only monitored. 6. Include schedules, if known, B Control System Diagrams: Submit graphic schematic of the control system showing each control component and each component controlled, monitored, or enabled. 1. Label with settings, adjustable range of control and limits. 2. Include flow diagrams for each control system, graphically depicting control logic. 3. Include the system and component layout of all equipment that the control system monitors, enables or controls, even if the equipment is primarily controlled by packaged or integral controls. 4 Include draft copies of graphic displays indicating mechanical system components, control system components, and controlled function status and value. 5. Include all monitoring, control and virtual points specified elsewhere. 6. Include a key to all abbreviations. C. Points List: Submit list of all control points indicating at least the following for each point. 1. Name of controlled system. 2. Point abbreviation. 3. Point description; such as dry bulb temperature, airflow, etc. 4. Display unit. 5. Control point or setpoint (Yes/No); i.e. a point that controls equipment and can have its setpoint changed. SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 2 City of Federal Way Traffic Control Center 33325 8t"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 6. Monitoring point (Yes/No); i.e. a point that does not control or contribute to the control of equipment but is used for operation, maintenance, or performance verification. 7. Intermediate point (Yes/No); i.e. a point whose value is used to make a calculation which then controls equipment, such as space temperatures that are averaged to a virtual point to control reset. 8. Calculated point (Yes/No); i.e. a "virtual" point generated from calculations of other point values. D. Project Record Documents: Record actual locations of components and setpoints of controls, including changes to sequences made after submission of shop drawings. 1.4 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. See Division 1-06 of the Special Provisions for Buy America requirements. C. Design system under direct supervision of a Professional Engineer experienced in design of this Work and licensed in the State in which the Project is located. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.1 GENERAL A. Provide 5-degree adjustable deadband to meet requirements of Washington State Energy Code. 3.2 ALARM REPORTING A. Report alarm conditions indicated on the Input/Output Summary to the Operator Station. 3.3 NIGHT SETBACK A. Apply to each heating and ventilation zone. B. Night Setback shall be configured and interlocked with the building schedule. C. Night Setback temperature shall be adjustable. D. Building schedule shall be fully configurable allowing for each day and hour per year. 3.4 OPTIMUM START/STOP A. Apply the Optimized Start/Stop program to each heating and ventilation zone. B. Optimized Start/Stop shall be fully configurable; provide all required hardware, sensors and programming to enable Optimum Start/Stop. C. Optimized Start/Stop shall automatically adjust start time for each individual unit to achieve setpoint temperature 30 minutes prior to occupancy. SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 - 3 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 D. Building schedule shall be fully configurable allowing for each day and hour per year. 3.5 START-UP OF MECHANICAL EQUIPMENT A. All mechanical equipment shall energize in a staged fashion. In case of loss of electricity due to power failure, holiday/weekend scheduling and morning warm-up shall require mechanical equipment to be staged "on" in a staggered fashion to prevent a large initial electrical load. 3.6 TERMINAL BOXES - FAN-POWERED A. Each unit shall be controlled by the EMCS. It shall also have its own standalone microprocessor based controller with resident control logic, and damper drive that shall be capable of operating the unit in a standalone mode in the DDC trunk communication is lost. B. Flow sensor on primary air supply shall continuously measure primary airflow. The terminal units shall maintain constant flow as the inlet pressure varies. C. Occupied Mode: Fan shall operate continuously during occupied mode. 1. Cooling Mode: Primary air damper shall modulate as required to maintain leaving air temperature setpoint. Leaving air temperature setpoint shall be reset to maintain space temperature setpoint. 2. Heating Mode: Primary air damper shall modulate down to minimum position. Electric heating coil shall modulate (SSR control)to maintain leaving air temperature setpoint. Leaving air temperature setpoint shall be reset to maintain space temperature setpoint. D. Unoccupied mode: Fan shall be off, primary air damper shall be closed. Unit shall cycle as needed to maintain space temperature setpoint. Heating and cooling modes shall be as for occupied mode, except minimum primary air damper position shall be closed. E Revert to temporary Occupied Mode when space temperature sensor night override button is pushed; override initially set at 2 hours (adjustable). F. Shut down fans on receipt of fire alarm condition. 3.7 WARM-UP MODE- MECHANICAL EQUIPMENT A Control system optimum-start controls shall provide warm-up switching for all items indicated as having a warm-up cycle. The pirmary air dampers shall remain fully closed during the warm-up cycle until the space temperature heating setpoint is reached or occupied period begins, whichever occurs first. After warm-up and 30 minutes prior to room occupancy, the outside air damper shall be opened to minimum outside air volume damper position as listed on Plans and as set by the Test and Balance subcontractor. END OF SECTION 230993 SEQUENCE OF OPERATIONS FOR HVAC CONTROLS 230993 -4 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 233100 - HVAC DUCTS AND CASINGS PART 1 GENERAL 1.1 SECTION INCLUDES A. Duct Materials B. Ductwork Fabrication C. Manufactured Metal Ductwork and Fittings D. Duct Cleaning 1.2 RELATED REQUIREMENTS A. Section 23 00 20 - Basic Materials And Methods for HVAC B. Section 23 07 13- Duct Insulation: External insulation and duct liner. C. Section 23 33 00 -Air Duct Accessories. D. Section 23 37 00 -Air Outlets and Inlets. E. Section 23 05 93-Testing, Adjusting, and Balancing for HVAC F. Division 31 - Excavation, Fill, Trenching. 1.3 REFERENCE STANDARDS A. ASTM A 36 - Standard Specification for Carbon Structural Steel. B. ASTM A 653- Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. C. ASTM A666 - Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. D. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate. E. NFPA 90A- Standard for the Installation of Air-Conditioning and Ventilating Systems; National Fire Protection Association. F. NFPA 90B - Standard for the Installation of Warm Air Heating and Air Conditioning Systems; National Fire Protection Association. G. NFPA 96 - Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations; National Fire Protection Association. H. SMACNA (LEAK)- HVAC Air Duct Leakage Test Manual; Sheet Metal and Air Conditioning Contractors' National Association. I. SMACNA (DCS) - HVAC Duct Construction Standards- Metal and Flexible; Sheet Metal and HVAC DUCTS AND CASINGS 233100 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 Air Conditioning Contractors' National Association. J. UL 181 - Standard for Factory-Made Air Ducts and Air Connectors; Underwriters Laboratories Inc. K. All codes and reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.4 PERFORMANCE REQUIREMENTS A. No variation of duct configuration or sizes permitted except by written permission of the Architect and Engineer. Size round ducts installed in place of rectangular ducts in accordance with ASHRAE table of equivalent rectangular and round ducts. Meet or exceed SMACNA requirements for all sheet metal systems. B. Leakage Testing (High Velocity): Test the system for leaks in accordance with the SMACNA HVAC Air Duct Leakage Test Manual. Maximum permissible leakage shall be 1% of the total system flow. All audible leaks shall be eliminated. C. Leakage Testing General Requirements: Maximum permissible leakage shall be as noted in the Washington State Energy Code, or as noted in these specifications, whichever is more stringent. 1.5 SUBMITTALS A. Product Data: Provide data for all materials. B. Shop Drawings: Indicate ducts, fittings, and particulars such as gage, sizes, welds, and configuration prior to starting work on systems. Duct design pressure rating is posted on contract drawings, shop drawings shall reflect pressure class as shown. Shop drawings are to clarify duct routing taking into consideration structural members, electrical equipment, and other mechanical equipment. Contractor to submit shop drawings for review. C. Test Reports: Indicate pressure tests performed. Include date, section tested, test pressure, and leakage rate, following SMACNA (LEAK) - HVAC Air Duct Leakage Test Manual. D. Manufacturer's Installation Instructions. E. Project Record Documents: Record actual locations of ducts and duct fittings. Record changes in fitting location and type. Show additional fittings used. 1.6 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. See Division 1-06 of the Special Provisions for Buy America requirements. 1.7 REGULATORY REQUIREMENTS A. Construct ductwork to NFPA 90A, 90B, 96 and SMACNA standards. 1.8 FIELD CONDITIONS A. Do not install lined duct in wet locations. Contractor to keep ends of lined duct covered at all times. If lined duct becomes wet or dirty, remove from jobsite and replace with new duct. The General Contractor to provide weather protection if his schedule requires the sheet metal HVAC DUCTS AND CASINGS 233100 -2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 subcontractor to working ahead of the building being dried in. B. Do not install duct sealants when temperatures are less than those recommended by sealant manufacturers. C. Maintain temperatures within acceptable range during and after installation of duct sealants. PART 2 PRODUCTS 2.1 DUCT ASSEMBLIES A. Provide duct assemblies as shown on Plans. 2.2 MATERIALS A. Galvanized Steel Ducts: Hot-dipped galvanized steel sheet, ASTM A 653 FS Type B, with G60/Z180 coating. B. Joint Sealers and Sealants: Non-hardening, water resistant, mildew and mold resistant. 1. Type: Heavy mastic or liquid used alone or with tape, suitable for joint configuration and compatible with substrates, and recommended by manufacturer for pressure class of ducts. 2 VOC Content: Not more than 250 g/L, excluding water. 3. Surface Burning Characteristics: Flame spread of zero, smoke developed of zero, when tested in accordance with ASTM E84. C. Insulated Flexible Ducts 1. Manufacturers: a. Thermaflex Model G-KM b. Johns Manville C. Atco d. Approved equal 2. Chlorinated polyethylene core supported by helically wound coated spring steel wire; fiberglass insulation; black polyethylene vapor barrier film. a. Pressure Rating: 6"wg positive and 1"wg negative. b. Maximum Velocity: 5000 fpm C. Temperature Range: -20 degrees F to 200 degrees F continuous. d. R-4.2, meeting UL 181, & NFPA 90A-90B fire codes, self-extinguishing. e. GREENGUARD certified for Children and Schools. f. Acoustically rated. g. Warranted for 10 years h. Maximum length 6'. i. Install per manufacturer's recommendations. j. Run insulated flexible duct as straight as possible. D. Joint Sealers and Sealants: Non-hardening, water resistant, mildew and mold resistant. E. Primary air duct(upstream of VAV box): 8" w.g. pressure class, galvanized steel. HVAC DUCTS AND CASINGS 233100 -3 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 F Supply air duct(downstream of VAV box): 2"w.g. pressure class, galvanized steel. G. Hanger Rod: ASTM A 36; steel, galvanized;threaded both ends, threaded one end, or continuously threaded. 2.3 DUCTWORK FABRICATION A. Fabricate and support in accordance with SMACNA HVAC Duct Construction Standards and SMACNA High Velocity Duct Construction Standards- Metal and Flexible, and as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated. B. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated. C. Construct T's, bends, and elbows with radius of not less than 1-1/2 times width of duct on centerline. Where not possible and where rectangular elbows must be used, provide air foil turning vanes of perforated metal with glass fiber insulation. D. Provide turning vanes of perforated metal with glass fiber insulation when acoustical lining is indicated. E. T's, bends, and elbows: Construct according to SMACNA(DCS). F. Increase duct sizes gradually, not exceeding 15 degrees divergence wherever possible; maximum 30 degrees divergence upstream of equipment and 45 degrees convergence downstream. G. Fabricate continuously welded round and oval duct fittings in accordance with SMACNA HVAC Duct Construction Standards- Metal and Flexible. H. Provide standard 45 degree lateral wye takeoffs unless otherwise indicated where 90 degree conical tee connections may be used I. Where ducts are connected to exterior wall louvers and duct outlet is smaller than louver frame, provide minimum 12" long plenum same size as the louver, sloped to drain to the exterior. Line plenum with self-adhering rubberized asphalt flashing as shown on Plans; seal plenum to louver frame and duct. Connect duct to plenum with 45 degree divergence fittings. J. Contractor may use the Ductmate connection system at his option. System consists of flanges with integral sealants, corner pieces, clips, bolts, cleats and gaskets. 2.4 MANUFACTURED METAL DUCTWORK AND FITTINGS A. Manufacturers 1. Metal-Fab, Inc. 2. SEMCO Incorporated 3. United McGill Corporation 4. Local shop fabrication by installing contractor. 5. Approved equal B. Manufacture in accordance with SMACNA HVAC Duct Construction Standards as indicated. Provide duct material, gages, reinforcing, and sealing for operating pressures indicated on drawings. HVAC DUCTS AND CASINGS 233100 -4 City of Federal Way Traffic Control Center 33325 8t''Ave S 100% CD Federal Way, WA 98063 July 11, 2019 C. Single Wall Round Duct And Fittings: Materials shall be per SMACNA HVAC Duct Construction Standards, Metal and Flexible, Galvanized Sheet Metal. Provide spiral duct. PART 3 EXECUTION 3.1 INSTALLATION A. Install, support, and seal ducts in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible. B. General 1. Install in accordance with manufacturer's instructions. 2. During construction provide temporary closures of metal or taped polyethylene on open ductwork to prevent construction dust from entering ductwork system. 3. Duct sizes indicated are inside clear dimensions. For lined ducts, maintain sizes inside lining. 4. Install and seal metal and flexible ducts in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible. 5. Provide openings in ductwork where required to accommodate thermometers and controllers. Provide pitot tube openings where required for testing of systems, complete with metal can with spring device or screw to ensure against air leakage. Where openings are provided in insulated ductwork, install insulation material inside a metal ring. 6. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. 7. Use crimp joints with or without bead for joining round duct sizes 8" and smaller with crimp in direction of air flow. 8. Use double nuts and lock washers on threaded rod supports. Cut rods flush with second nut. 9. Connect terminal units to supply ducts directly or with one foot maximum length of flexible duct. Do not use flexible duct to change direction. 10. Connect diffusers to low pressure ducts directly or with 6' maximum length of flexible duct held in place with strap or clamp. 11 The sheet metal contractor shall protect the fabric duct to assure that the system is clean on completion of installation and at project acceptance. 3.2 CLEANING A. Clean duct systems with high power vacuum machines. Protect equipment which may be harmed by excessive dirt with filters, or bypass during cleaning. Provide adequate access into ductwork for cleaning purposes. Repair any damage caused to duct lining caused by cleaning operation. 1. Duct cleaning required, when contractor fails to protect duct prior to installation and or HVAC DUCTS AND CASINGS 233100 - 5 City of Federal Way Traffic Control Center 33325 8t'Ave S 100% CD Federal Way, WA 98063 July 11, 2019 keep ends covered once duct is installed. B. Remove all labels from exposed ductwork, including ductwork in mechanical spaces. Labels may remain on ducts in concealed locations only. END OF SECTION 233100 HVAC DUCTS AND CASINGS 233100 -6 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 233300 -AIR DUCT ACCESSORIES PART 1 GENERAL 1.1 SECTION INCLUDES A. Air Turning Devices B. Duct Access Doors C. Duct Test Holes D. Flexible Duct Connections E. Sleeves For Ducts Through Non-Fire-Rated Walls F. Volume Control Dampers 1.2 RELATED REQUIREMENTS A. Section 23 31 00 - HVAC Ducts and Casings 1.3 REFERENCE STANDARDS A. NFPA 90A- Standard for the Installation of Air-Conditioning and Ventilating Systems; National Fire Protection Association. B. SMACNA(DCS) - HVAC Duct Construction Standards - Metal and Flexible; Sheet Metal and Air Conditioning Contractors' National Association. C. Reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.4 SUBMITTALS A. Product Data: Provide for shop fabricated assemblies including volume control dampers. Include electrical characteristics and connection requirements. B. Shop Drawings: Indicate for shop fabricated assemblies including volume control dampers. C. Manufacturer's Installation Instructions: Provide instructions for fire dampers. 1.5 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. See Division 1-06 of the Special Provisions for Buy America requirements. C. Products specified in this section shall be manufactured in the United States of America. Products shall be labeled with the manufacturer's logo and country of origin. This paragraph will be strictly enforced; contractors to bid this project accordingly. 1.6 DELIVERY, STORAGE, AND HANDLING AIR DUCT ACCESSORIES 233300 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Protect dampers from damage to operating linkages and blades. PART 2 PRODUCTS 2.1 AIR TURNING DEVICES/EXTRACTORS A. Manufacturers: 1. Krueger 2. Price Industries 3. Ruskin Company 4. Titus 5. Approved equal B. Multi-blade device with blades aligned in short dimension, steel construction, with individually adjustable blades and mounting straps. C. Multi-blade device with radius blades attached to pivoting frame and bracket, steel construction, with push-pull operator strap. 2.2 DUCT ACCESS DOORS A. Manufacturers: 1. Acudor Products Inc. 2. Greenheck Fan Corporation 3. Nailor Industries Inc. 4. Ruskin Company 5. Approved equal B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards- Metal and Flexible, and as indicated. C. Fabrication: Rigid and close-fitting of galvanized steel with sealing gaskets and quick fastening locking devices. For insulated ducts, install minimum 1"thick insulation with sheet metal cover. 1. Less Than 12" Square: Secure with sash locks. 2. Up to 18" Square: Provide two hinges and two sash locks. 3. Up to 24" x 48": Three hinges and two compression latches with outside and inside handles. 4. Larger Sizes: Provide an additional hinge. 2.3 DUCT TEST HOLES AIR DUCT ACCESSORIES 233300 - 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Temporary Test Holes: Cut or drill in ducts as required. Cap with neat patches, neoprene plugs, threaded plugs, or threaded or twist-on metal caps. 2.4 FLEXIBLE DUCT CONNECTIONS A. Wherever ducts make connection with any air-handling device such as supply fans, exhaust fans, etc., flexible connections shall be provided. B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible, and as indicated. C. Flexible Duct Connections: Fabric crimped into metal edging strip. 1. Fabric: UL listed fire-retardant neoprene coated woven glass fiber fabric to NFPA 90A, minimum density 30 ounces per square yard. 2. Net Fabric Width: Approximately 2"wide. 2.5 SLEEVES FOR DUCTS THROUGH NON-FIRE-RATED WALL A. Provide sheet metal sleeves around ducts, penetrating through walls or floors. Pack opening around duct with fiberglass and caulk with resilient acoustical caulk and then install 3"x Y - 18 gage sheet metal closure angle all around duct, overlapping corners, secure to duct and wall. Caulk and install closure angle on both sides of wall. When insulated on the exterior, butt to closure angles. See Section 07 84 00 for Fire Caulking requirements, Fire Caulking installation by Section 07 84 00 Subcontractor or General Contractor. 2.6 VOLUME CONTROL DAMPERS A. Manufacturers: 1. Louvers & Dampers, Inc. 2. Nailor Industries Inc. 3. Ruskin Company 4. Greenheck Fan Corporation 5. Approved equal B. Fabricate in accordance with SMACNA HVAC Duct Construction Standards - Metal and Flexible, and as indicated. C. Volume Control Dampers, shall be installed on all branch duct take-offs to diffusers, grilles and registers. Do not provide or use dampers at the face of the diffuser, grilles or registers for balancing. D. Single Blade Dampers: Fabricated for duct sizes up to 6" x 30" E. Multi-Blade Damper: Fabricate of opposed blade pattern with maximum blade sizes 8" x 72". Assemble center and edge crimped blades in galvanized channel frame with suitable hardware. F. End Bearings: Except in round ducts 12" and smaller, provide end bearings. On multiple blade dampers, provide oil-impregnated nylon or sintered bronze bearings. AIR DUCT ACCESSORIES 233300 - 3 City of Federal Way Traffic Control Center 33325 8t"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 G. Quadrants: 1. Provide locking, indicating quadrant regulators on single and multi-blade dampers. 2. On insulated ducts mount quadrant regulators on stand-off mounting brackets, bases, or adapters. 3. Where rod lengths exceed 30", provide regulator at both ends. PART 3 EXECUTION 3.1 PREPARATION A. Verify that electric power is available and of the correct characteristics. 3.2 INSTALLATION A. Install accessories in accordance with manufacturer's instructions, NFPA 90A, and follow SMACNA HVAC Duct Construction Standards - Metal and Flexible. Refer to Section 23 31 00 for duct construction and pressure class. B. Provide additional backdraft dampers on exhaust fans or exhaust ducts nearest to the outside and where indicated. C. Provide duct access doors for inspection and cleaning before and after filters, coils, fans, automatic dampers, and elsewhere as indicated. Provide minimum 8" x 8" size for hand access, 18" x 18" size for shoulder access, and as indicated. Provide 4" x4"for balancing dampers only. Review locations prior to fabrication. D. Provide duct test holes where indicated and required for testing and balancing purposes. E At equipment supported by vibration isolators, provide flexible duct connections immediately adjacent the equipment. F Provide balancing dampers at points on supply, return, and exhaust systems where branches are taken from larger ducts as required for air balancing. Install minimum 2 duct widths from duct take-off. G. Provide balancing dampers on high velocity systems where required. H. Provide balancing/volume dampers on all branch duct take-offs to diffusers, grilles, and registers.These will be used in addition to dampers at the face of the devices. 3.3 COMMISSIONING A. A factory-authorized commissioning agent shall fully demonstrate all functions of the fire life safety monitoring and testing system in conjunction with Owner's Commissioning Agent. END OF SECTION 233300 AIR DUCT ACCESSORIES 233300 -4 City of Federal Way Traffic Control Center 33325 811 Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 233600 -AIR TERMINAL UNITS PART 1 GENERAL 1.1 SECTION INCLUDES A. Fan-Powered Variable Volume Units 1.2 RELATED REQUIREMENTS A. Section 23 31 00 - HVAC Ducts and Casings B. Section 23 33 00 -Air Duct Accessories 1.3 REFERENCE STANDARDS A. NFPA 90A- Standard for the Installation of Air-Conditioning and Ventilation Systems; National Fire Protection Association. B. UL 181 - Standard for Factory-Made Air Ducts and Air Connectors; Underwriters Laboratories Inc. C. Reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.4 SUBMITTALS A. Product Data: Provide data indicating configuration, general assembly, and materials used in fabrication. Include catalog performance ratings that indicate air flow, static pressure, and NC designation. Include electrical characteristics and connection requirements. B. Manufacturer's Installation Instructions: Indicate support and hanging details, and service clearances required. C. Operation and Maintenance Data: Include manufacturer's descriptive literature, operating instructions, maintenance and repair data, and parts lists. Include directions for resetting constant volume regulators. 1.5 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. See Division 1-06 of the Special Provisions for Buy America requirements. C. Manufacturer Qualifications: Company specializing in manufacturing the type of products specified in this section, with minimum five years of documented experience. D. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 1.6 WARRANTY A. Provide a five (5) year manufacturer's warranty on units, covering parts and labor. AIR TERMINAL UNITS 233600 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 PART 2 PRODUCTS 2.1 MANUFACTURERS A. Nailor B. Enviro-tec C. Trane D. Carnes E. Price F. Krueger G. Titus H. Approved equal. 2.2 FAN-POWERED VARIABLE VOLUME UNITS A. Basic Assembly: 1. Casings: Minimum 22 gage galvanized steel. 2. Lining: Minimum 1/2"thick neoprene or vinyl coated fibrous glass insulation, 1.5 Ib/cu ft density, meeting NFPA 90A requirements and UL181 erosion requirement. Face lining with mylar. 3. Plenum Air Inlets: Round stub connections and s-slip and drive connections for duct attachment. B. Basic Unit: 1. Configuration: Air volume damper assembly and fan in series arrangement inside unit casing. Locate control components inside protective metal shroud. 2. Volume Damper: Construction of galvanized steel with peripheral gasket and self- lubricating bearings: maximum damper leakage: 2% of design air flow at 1" rated inlet static pressure 3. Mount damper operator to position damper normally open. C. Automatic Damper Operator: 1. Electric Actuator: 24 volt with high limit. D. Fan Assembly: 1. Fan: Forward curved centrifugal type with direct drive thermally-protected, electronically commutated motor(ECM). 2. Speed Control: Infinitely adjustable with electronic controls. 3. Isolation: Fan/motor assembly on rubber isolators. AIR TERMINAL UNITS 233600 -2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 4. Electrical Characteristics: See schedule on Plans. E. Attenuator Section: Line attenuator sections with 2"thick insulation. F. Electric Heating Coil: 1. Construction: UL listed, slip-in type, open coil design, integral control box factory wired and installed, with: a. Primary and secondary over-temperature protection. b. Minimum airflow switch. C. SSR control 2. Electrical Characteristics: See schedule on Plans. G. Wiring: 1. Factory mount and wire controls. Mount electrical components in control box with removable cover. Incorporate single-point electrical connection to power source. 2. Factory mount transformer for control voltage on electric and electronic control units. Provide terminal strip in control box for field wiring of thermostat and power source. 3. Wiring Terminations: Wire fan and controls to terminal strip. Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Enclose terminal lugs in terminal box sized to NFPA 70. 4. Disconnect Switch: Factory mount fused disconnect switch in control panel. PART 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Provide ceiling access doors or locate units above easily removable ceiling components. C. Support units individually from structure. Do not support from adjacent ductwork. Make sure unit is level. D. Connect to ductwork in accordance with Section 23 31 00 - HVAC Ducts and Casings. E. Provide a straight section of duct before and after unit, for proper control functioning. F. Verify that electric power is available and of the correct characteristics. G. Units to have a minimum of top and bottom access. H. Units to be provided with factory-installed hanger brackets. I. Do not block access with hangers. J. See Section 23 05 53 - Identification for HVAC Piping and Equipment. Label equipment and identify location above ceiling, by color coded ceiling tacks. 3.2 SYSTEM STARTUP AIR TERMINAL UNITS 233600 - 3 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Provide the services of manufacturer's field representative for starting and testing unit. B. Prepare a manufacturer's startup report and turn over to the Owner and commissioning agent. END OF SECTION 233600 AIR TERMINAL UNITS 233600 -4 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 23 SECTION 233700 -AIR OUTLETS AND INLETS PART 1 GENERAL 1.1 SECTION INCLUDES A. Rectangular Ceiling Diffusers. B. Ceiling Grid Core Exhaust and Return Registers/Grilles. 1.2 REFERENCE STANDARDS A. AMCA 500-L- Laboratory Methods of Testing Louvers for Rating; Air Movement and Control Association International, Inc. B. ARI 890 - Standard for Air Diffusers and Air Diffuser Assemblies; Air-Conditioning and Refrigeration Institute. C. ASHRAE Standard 70 - Method of Testing for Rating the Performance of Air Outlets and Inlets; American Society of Heating, Refrigerating and Air Conditioning Engineers, Inc. D. SMACNA (DCS)- HVAC Duct Construction Standards - Metal and Flexible; Sheet Metal and Air Conditioning Contractors' National Association. E. Reference standards shall be the latest revision as accepted by the local Authority Having Jurisdiction. 1.3 SUBMITTALS A. Product Data: Provide data for equipment required for this project. Review outlets and inlets as to size, finish, and type of mounting prior to submission. Submit schedule of outlets and inlets showing type, size, location, application, throw, drop, terminal velocity and noise level. 1.4 QUALITY ASSURANCE A. Perform work in accordance with applicable codes. B. See Division 1-06 of the Special Provisions for Buy America requirements. C. Test and rate air outlet and inlet performance in accordance with ASHRAE Standard 70. D. Test and rate louver performance in accordance with AMCA 500-L. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Grilles/Registers/Diffusers AIR OUTLETS AND INLETS 233700 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 1. Titus 2. Price Industries 3. Kees 4. Krueger 5. Carnes Company 6. Tuttle & Bailey 7. Approved equal 2.2 RECTANGULAR CEILING DIFFUSERS A. Type: Square, stamped, multi-core diffuser to discharge air in 360 degree pattern with sectorizing baffles where indicated. B. Frame: Surface mount type. C. Accessories: Provide radial opposed-blade, butterfly, and combination splitter volume control damper; removable core, sectorizing baffle, equalizing grid, operating rod extension, anti- smudging device, and gaskets for surface mounted diffusers with damper adjustable from diffuser face. D. Fabrication: Steel with baked enamel off-white finish. 2.3 CEILING GRID CORE EXHAUST AND RETURN REGISTERS/GRILLES A. Type: Fixed grilles of 1/2" x 1/2"x 1/2" louvers. B. Fabrication: Aluminum with factory off-white enamel finish. C. Frame: 1-1/4" margin with countersunk screw mounting. D. Frame: Channel lay-in frame for suspended grid ceilings. Where required provide 24" x 24" pan. PART 3 EXECUTION 3.1 INSTALLATION A. Install in accordance with manufacturer's instructions. B. Air Terminals 1. Check location of outlets and inlets and make necessary adjustments in position to conform with architectural features, symmetry, and lighting arrangement. 2. When installed in T-bar ceilings, provide pans as necessary. 3. Terminals installed in suspended ceiling systems shall be attached or supported as required by the latest appropriate Building Code for"Suspended Acoustical Ceilings." 4. Install diffusers to ductwork with air tight connections. AIR OUTLETS AND INLETS 233700 -2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 5. Install insulated diffuser boxes as detailed on the contract drawings. 6. Install grilles and registers to ductwork with air tight connections. Use screws and foil tape only; do not use duct tape. 7. Provide balancing/volume dampers on all branch duct take-offs to diffusers, grilles and registers. 8. Paint ductwork visible behind air outlets and inlets matte black. C. Duct Openings: Where no grille, register, or diffuser is called out at duct openings, provide 1/2" hardware cloth over openings. END OF SECTION 233700 AIR OUTLETS AND INLETS 233700-3 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SEALS PAGE THE PROFESSIONAL SEALS AND SIGNATURES AFFIXED HERON INDICATE THE PROFESSIONALS' REVIEW AND PARTICIPATION IN THE PREPARATION OF THE CONTRACT SPECIFICATIONS LISTED. J. C; .r � 53813 � IST - 260000—GENERAL ELECTRICAL PROVISIONS 260519—LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260526—GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260529—HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260533.13—CONDUIT FOR ELECTRICAL SYSTEMS 260533.16— BOXES FOR ELECTRICAL SYSTEMS 260553—IDENTIFICATION FOR ELECTRICAL SYSTEMS 262726—WIRING DEVICES 262816.16—ENCLOSED SWITCHES 265100—INTERIOR LIGHTING DIVISION 26 SEAL SHEET City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260000- GENERAL ELECTRICAL PROVISIONS PART GENERAL 1.1 GENERAL A. Conform to General Conditions, Supplementary Conditions and Division 1. B. See Division 1-06 of the Special Provisions for Buy America requirements. 1.2 WORK INCLUDES A. Description Of Work: Provide all supervision, labor, materials, tools, equipment/machinery, temporary power and lighting and all other services necessary to complete the work for complete operations described herein and shown on the Drawings. B. Related Work Specified Elsewhere: The provisions and intent of the General Conditions, Special Conditions, and General Requirements apply to the work as if specified in this section and other sections of the Specifications. Provide the electrical work as indicated or specified in other sections of the Specifications and Drawings of the Contract Documents. C. Mounting details of equipment, devices, light fixtures, raceways,junction boxes, etc., are not usually shown or specified. Provide per industry standard practice and code requirements as necessary for proper installation and operation. Shall be included in the Contractor's estimate: the same as if herein specified or shown. D. Where items of the General Conditions or of the Special Conditions are repeated in this section or other sections of the Specifications, it is intended to call particular attention to or qualify them; it is not intended that any other parts of the General Conditions or Special Conditions shall be assumed to be omitted if not repeated herein. 1.3 PERMITS A. Purchase the necessary permits, licenses, and approvals required for execution of work and include purchase price in the bid. 1.4 CODES AND STANDARDS A. All work shall comply with NFPA, NEC, NEMA, and NECA standards for applicable industry standards. B. Execute electrical work in strict accordance with the latest edition of the National Electric Code and governing City of Federal Way ordinances, codes, and regulations. Assure the strict conformity of all Electrical equipment, materials, construction methods, tests, and definitions with the established standards of the following in their latest adopted revision: Underwriter's Laboratories, Inc., and the National Electrical Manufacturers Association. 1.5 REFERENCE DOCUMENTS A. These Specifications and Drawings are intended to cover a completed installation of systems. The omission of expressed reference to any item of labor or material for the proper execution of the work in accordance with present practice of the trade shall not relieve the Contractor GENERAL ELECTRICAL PROVISIONS 260000 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 from providing such labor and materials. Refer to the Drawings and Shop Drawings or other trades for additional details, which affect the proper installation of this work. 1.6 WORKMANSHIP A. This Contractor, in harmony with other trades, shall furnish and install all equipment included in the Contract to provide completed systems with neat, finished appearance, using approved methods of the trade. Only good workmanship will be accepted. If, in the judgment of the Project Engineer, any portion of work has not been installed in a workmanlike manner or left in a rough, unfinished condition, this Contractor shall be required to remove the equipment, reinstall same, patch and paint surrounding surfaces satisfactory to the Project Engineer, with no increase in cost to the Owner. 1.7 PRIOR APPROVALS A. Specifications have been written around equipment and materials selected for this project based on quality, size capacity and performance required to meet building design criteria. All equipment and materials used in this project, which have not been specified, must have prior approval from Engineer. 1.8 SUBMITTALS A. Conform to Division 1 requirements. B. All submittals shall be transmitted in both printed form and electronically. C. All shop drawings shall be transmitted in printed form, PDF, and AutoCAD (release 2010). D. Only hard copy submittals and drawings shall be stamped and returned to Contractor. 1.9 WARRANTY A. Warranty workmanship and all components of the work for a period of one (1)year from the date of acceptance of the installation. Remedy any defects in workmanship and repair or replace any faulty equipment, which fails within the warranty period without additional cost to the Owner. Assure cleanliness of lamps and fluorescent tubes and replacement of defective unit at the time of final acceptance. 1.10 FINAL DOCUMENTS A. As-Built Drawings: This Contractor shall maintain a set of Contract Plans at the site on which current changes and the actual location of conduits, devices, equipment, etc., as installed, shall be marked in red pencil in a legible, neat manner. This set of Plans shall show actual dimensions, including depth of underground conduits and feeders from construction lines so they can be readily found after covering. This set of Plans will be reviewed monthly by Project Engineer prior to approvals of pay request. Submit a set of Electrical Drawings marked in red to indicate the routing of conduit runs to the Engineer for review at the completion of conduit rough-in and prior to cover. Upon completion of the project, the Contractor shall submit the as- built information on a set of reproducible sepias made from the original Contract Document tracings and presented to the Project Engineer for approvals. B. Documents: The following documents shall be presented to the Project Engineer prior to final acceptance of the project. Bind three (3) complete sets of the following in a hard-backed three-ring binder: 1. Guarantee letter GENERAL ELECTRICAL PROVISIONS 260000 - 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 2. Electrical Inspection Certificate. 3. Copies of all permits. 4. Operating and Maintenance Manuals, operating instructions. C Letter from the Electrical Sub-Contractor stating that the Electrical portion of the project is complete and that all punch list items have been completed. 1.11 SCHEDULING, DELIVERY AND STORING A. Schedule all materials, equipment and light fixture deliveries and make all arrangements as necessary to complete all work in accordance with the project construction schedules. Provide schedules of work to Project Engineer as directed during construction. B. Schedule deliveries and unloading to prevent traffic congestion, blocking of access, and interference with work. Arrange deliveries to avoid larger accumulations than can be suitably stored at site. Provide for continuity of supply to avoid change of supplier or change in brand of materials during any phase of work. C. Deliver packaged materials to site in manufacturer's original, unopened, labeled containers. Do not open containers until approximate time for use. Store materials at locations that will not interfere with progress of work. Arrange locations of storage areas in approximately order of intended use. D Store materials in a manner that will prevent damage to materials or structure, and that will prevent injury to persons. Store cementitious materials in dry, weathertight, ventilated spaces. Store ferrous materials to prevent contact with ground and to avoid rusting and damage from weather. E. Provide documents to Project Engineer for any claim of material, equipment and light fixture deliveries not able to meet construction schedules. 1.12 SITE EXAMINATION A. Before submitting bid, Contractor shall visit the site and examine all adjoining existing buildings, temporary power and communication service, equipment and space conditions on which his work is in any way dependent for the best workmanship and operation according to the intent of Specifications and Drawings. He shall report to the Project Engineer any condition which might prevent him from installing his equipment in the manner intended. PART 2 GENERAL 2.1 GENERAL A. All materials and equipment shall be new, undamaged, and shall be UL listed for its use. PART 3 GENERAL 3.1 GENERAL A. All device or equipment mounting height given herein the Specifications, Contract Drawing, and/or documents are intended to provide general guidelines pursuant to industry standards Such guidelines may not be exact or accurate and may or may not conflict with other trade's installation without verification. The contractor will require in his bid, to provide field GENERAL ELECTRICAL PROVISIONS 260000 - 3 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 coordination and verification with other contractors, trades, or any shop drawings, and to ensure that such mounting heights if indeed are practical and feasible as not to conflict with other installation and construction. If conflicts are discovered at any time during the construction, report to Project Engineer immediately for resolution. Before any installation, all devices or equipment can be directed or located by Project Engineer within 20' of the designed contract location without any extra cost. B. If the contractor fails to provide such coordination and field verification and results of erroneous installation, the contractor shall remedy such installation per Project Engineer's direction, at contractor's cost. 3.2 MANUFACTURER'S DIRECTIONS A. Apply, install, connect, and erect manufactured items or materials according to the recommendations, wiring diagrams, instructions of the manufacturer when such recommendations are not illustrated or in conflict with the Contract Documents. B. Furnish to the Project Engineer, on request, copies of manufacturer's recommendations. Secure approval of recommendations before proceeding with work. C. Keep at the site not less than one copy, in good condition, of manufacturer's recommendations, wiring diagrams, instructions, or directions, pertaining to work at the site. Inform involved personnel of requirements and availability of manufacturer's recommendations. 3.3 PREPARATORY WORK A. Inspection: Prior to all work of this Section, carefully inspect the work of all other trades and verify the completeness of all such work to the point where this work may properly commence. B. Discrepancies: Do not proceed with the work in the event of a discrepancy until resolved by the Project Engineer. C. Change Orders: Where changes of work require additional cost, prepare complete cost/credit breakdown herein specified and comply with change order requirements as specified in Division 1, Contract Documents. No cost will be allowed for as-built drawings on any change order unless otherwise instructed. 3.4 COORDINATION A. Electrical Contractor to coordinate and verify exact locations of all wiring devices, light fixtures, fire alarm and communication devices and equipment with Project Engineers in field prior to beginning of rough-in. B. If directed by the Project Engineer, the Contractor shall, without extra charge, verify with local inspectors or authorities having jurisdiction and make reasonable modifications in the layout as needed to prevent conflict with work of other trades or for proper execution of the work. 3.5 RACEWAYS A. All one-lines, risers, and conduit routing are schematic and are not showing exact physical arrangement of equipment. B. Where indicated on Drawings, all junction boxes and pull boxes are minimum requirements. C. Electrical Contractor to provide all other fittings and pull boxes of adequate size in the raceway system wherever necessary or required by National Electrical Code. GENERAL ELECTRICAL PROVISIONS 260000 -4 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 D. Coordinate all conduit routing, pull box and equipment locations with other trades to avoid conflicts of equipment installations. E. All empty conduits shall have pull wires. F. Provide unistrut mounting channels, hanger rods, anchor bolts and all fittings to support conduits and pull boxes. G. Electrical Contractor shall anchor and brace all conduits (2" in diameter and larger) per UBC, Table 23-P, Part ll. 3.6 MISCELLANEOUS A. Cutting And Patching: The Contractor shall perform all cutting and patching as may be necessary for the proper installation of the electrical work. Grout around all raceway penetrations and fill all anchor bolt holes or spalled areas. Core drill new penetrations through existing structural walls, ceilings and floor slabs. B. Cleanup: The premises must be kept free of accumulated materials, rubbish, and debris at all times. Surplus material, tools, and equipment must not be stored at the building. At the completion of the job, all equipment fixtures shall be left clean and in proper condition for their intended use. C. Remove all temporary markings, etc., from devices when installing nameplates. Nameplates shall be engraved phenolic, white letters on black background, letter height 1/4" unless a lack of space requires smaller nameplate. Minimum overall height 1/2", length as required. Install with screws or pop rivets; glue is NOT approved. D. Tests: Test all wiring and all electrical equipment to verify absence of grounds and short circuits and verify proper operation, rotation, and phase relationship. Demonstrate operation of all equipment in accordance with the requirements of this specification and the manufacturer's recommendations. Perform tests in the presence of the Project Engineer. Provide all instruments and personnel required to conduct these tests. 3.7 ON-SITE OBSERVATIONS AND SAFETY MEASURES A. During its progress, all work shall be subject to observation by the Project Engineer, and/or their representatives, and of the National Board of Fire Underwriters, State and Local Electrical Inspectors. The Engineer has not been retained or compensated to provide design and construction review services relating to the Contractor's safety precautions or to means, methods, techniques, sequences or procedures required for the Contractor to perform his work. The Contractor will be totally responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The duty of the Project Engineer to conduct construction observations of the Contractor's performance is not intended to include review of the adequacy of the Contractors' safety measures -- in, on, or near the construction site. It shall be the Contractor's responsibility to comply with "Safety and Health Regulations for Construction" in the Federal Register by the U.S. Department of Labor. Contractor shall be responsible for providing all such safety measures and shall consult with the State or Federal Safety Inspector for interpretation whenever in doubt as to whether safe conditions do or do not exist or whether he is or is not in compliance with state or federal regulations. Furthermore, the Contractor distinctly assumes all risk of damages or injury to any persons or property wherever located, resulting from any action or operation under this contract or in connection with the work. 3.8 DRAFT STOPS GENERAL ELECTRICAL PROVISIONS 260000 - 5 City of Federai Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. It shall be the responsibility of each Contractor performing his trade to verify with Architectural Plans and to maintain the integrity of the draft stops whenever his work requires penetration of these areas. Patch as required to maintain integrity of stops. 3.9 FIRE STOPS AND ENCLOSURES A. It shall be the responsibility of the Electrical Contractor to verify with Project Engineers and other trades to maintain the fire-resistance rating of the walls, partitions, floors or ceiling tops whenever his work requires penetration and opening for equipment installation of these areas. Provide and use approved methods and fire seal material and fitting to maintain the fire resistance rating. All flush-mounted panels where installed on fire rated walls, the Electrical Contractor to provide approved fire rated enclosures of double gypsum wall board for the electrical panels to maintain the wall fire resistance rating. Where panels are semi-flush mounted, provide painted oak wood trim. B. The Electrical Contractor shall locate all devices horizontally a minimum of 2' apart on opposing sides of a fire separation wall to maintain fire rating of wall. 3.10 CONTINUITY OF BUILDING AND UTILITY SERVICES AND SHUTDOWNS A. Continuity of utilities services in the building shall be maintained at all times as required to provide heat, water, lighting, and power to all portions of the building. Utility systems shutdowns required for extensions, alterations or connections of new services shall be accomplished in accordance with the following requirements: B. Shutdowns: Utilities shutdowns shall be scheduled for week-ends, holidays, or at night if the shutdown affects the use of the building or surrounding buildings. The actual time and date will be coordinated with and approved by the Owner at least 72 hours in advance. C Costs: The Contractor shall include in his bid proposal all costs associated with utilities shutdowns. No extra payment will be made for overtime work, schedule changes, or failure to complete utilities connections within authorized shutdown periods. END OF SECTION 260000 GENERAL ELECTRICAL PROVISIONS 260000 - 6 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Single conductor building wire. B. Underground feeder and branch-circuit cable. C. Wire and cable for 600 volts and less. D. Wiring connectors. E. Electrical tape. F. Heat shrink tubing. G. Oxide inhibiting compound. H. Wire pulling lubricant. 1.2 RELATED REQUIREMENTS A. Section 26 05 53—Identification for Electrical Systems. 1.3 REFERENCE STANDARDS A. ASTM B -13- Standard Specification for Soft or Annealed Copper Wire B. ASTM B 8-11 - Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft. C. ASTM B 787/13 787M -04 (2009)-Standard Specification for 19 Wire Combination Unilay- Stranded Copper Conductors for Subsequent Insulation. D. ASTM D 3005 - 10 - Standard Specification for Low-Temperature Resistant Vinyl Chloride Plastic Pressure-Sensitive Electrical Insulating Tape. E. NEIS—National Electrical Installation Standards F. NECA 1-2010 Standard Practice of Good Workmanship in Electrical Construction (ANSI) G. NEMA WC 70- Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy; National Electrical Manufacturers Association; 2009 (ANSI/NEMA WC 70/ICEA S-95-658). H. NETA STD ATS-Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2013. 1 NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 J UL 44-Thermoset-Insulated Wires and Cables; Current Edition, Including All Revisions. K. UL 83 -Thermoplastic-Insulated Wires and Cables; Current Edition, Including All Revisions. L. UL 486A-486B -Wire Connectors; Current Edition, Including All Revisions. M. UL 486C - Splicing Wire Connectors; Current Edition, Including All Revisions. N. UL 486D - Sealed Wire Connector Systems; Current Edition, Including All Revisions. O. UL 510- Polyvinyl Chloride, Polyethylene, and Rubber Insulating Tape; Current Edition, Including All Revisions. 1.4 WIRING METHODS A. Wiring systems 50V and greater shall be installed in a complete raceway system. B. Wiring systems less than 50V: Unless noted otherwise in other sections of these documents, may be installed as open wiring concealed above accessible suspended ceilings and other accessible spaces, subject to the following conditions. 1. Install wiring in conduit where routed in walls, exposed, above non-accessible ceilings, in non-accessible spaces, and outdoors. 2. Open wiring shall be plenum rated. 3. Provide conduit sleeves where wire penetrates walls. 4. Provide outlet boxes for low voltage wiring devices and splices. 1.5 SUBMITTALS A. See Section 01 33 00 for submittal procedures B. Product Data: Provide manufacturer's standard catalog pages and data sheets for conductors and cables, including detailed information on materials, construction, ratings, listings, and available sizes, configurations, and stranding. C. Product Data: Provide for each cable assembly type. D. Project Record Documents: Record actual locations of components and circuits. E. See Division 1-06 of the Special Provisions for Buy America requirements. 1.6 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conductors and cables in accordance with manufacturer's instructions. 1.7 FIELD CONDITIONS A. Do not install or otherwise handle thermoplastic-insulated conductors at temperatures lower than 14 degrees F (-10 degrees C), unless otherwise permitted by manufacturer's instructions. When installation below this temperature is unavoidable, notify Owner's Representative and LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519- 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 obtain direction before proceeding with work. PART2 - PRODUCTS 2.1 WIRING REQUIREMENTS A. Branch Circuits. 1. Provide separate grounded circuit conductor(neutral)for each ungrounded circuit conductor. Shared neutral not permitted for multiwire branch circuits. B. Interior Locations: Use only building wire with Type THHN-THWN insulation in raceway. 2.2 MANUFACTURERS A. Wire 1. Cerro Wire 2. Southwire 3. General Cable B. Splice Connectors: 1. Burndy 2. Ideal Industries 3. 3-M 4. Thomas & Betts. C. Terminal Lugs: 1. Ilsco 2. Burndy 3. Anderson 4. Thomas & Betts 2.3 ALL CONDUCTORS AND CABLES A. Provide all required conduit, boxes,wiring, connectors, etc. as required for a complete operating system. B. Thermoplastic-Insulated Conductors and Cables: Listed and labeled as complying with UL 83. C. Thermoset-Insulated Conductors and Cables: Listed and labeled as complying with UL 44. D. Conductor Material: 1. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated copper LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 3 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 conductors complying with ASTM B 3, ASTM B 8, or ASTM B 787/13 787M unless otherwise indicated. E. Minimum Conductor Size: 1. Branch Circuits: 12 AWG. 2. Control Circuits: 14 AWG. 2.4 SINGLE CONDUCTOR BUILDING WIRE A. Description: Single conductor insulated wire. B. Conductor Stranding: 1. Feeders and Branch Circuits: a. Size 10 AWG and Smaller: Solid. b. Size 8 AWG and Larger: Stranded. C. Insulation Voltage Rating: 600 V. D. Insulation: 1. Copper Building Wire: Type THHN/THWN or THHN/THWN-2. E. Insulation Voltage Rating: 600 volts. 1. Insulation: NFPA 70, Type THHN/THWN, 90 degree C. 2. #10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet(25 m). 3. #10 AWG conductors for 20 ampere, 277 volt branch circuits longer than 200 feet(60 m). 2.5 WIRING CONNECTORS A. Description: Wiring connectors appropriate for the application, suitable for use with the conductors to be connected, and listed as complying with UL 486A-4868 or UL 486C as applicable. 2.6 WIRING ACCESSORIES A. Electrical Tape: 1. Vinyl Insulating Electrical Tape: Complying with ASTM D 3005 and listed as complying with UL 510; minimum thickness of 7 mil (0.18 mm); resistant to abrasion, corrosion, and sunlight; conformable for application down to 0 degrees F (-18 degrees C) and suitable for continuous temperature environment up to 221 degrees F (105 degrees C). B. Heat Shrink Tubing: Heavy-wall, split-resistant, with factory-applied adhesive; rated 600 V; suitable for direct burial applications; listed as complying with UL 486D. C, Oxide Inhibiting Compound: Listed; suitable for use with the conductors or cables to be installed. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 -4 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 D. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be installed and suitable for use at the installation temperature. E. Split Bolt Connectors. F. Solderless Pressure Connectors. G. Spring Wire Connectors. H. Compression Connectors. I. Vinyl Mastic Pads and Rolls. 1. Self-fusing, rubber based insulating compounds laminated to a flexible, all weather vinyl (PVC) backing. 2. 600-volt rated. 3. Suitable for continuous submersion in water. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceways, boxes, and equipment enclosures are installed and are properly sized to accommodate conductors and cables in accordance with NFPA 70. D. Verify that raceway installation is complete and supported. E. Verify that field measurements are as shown on the drawings. F Verify that conditions are satisfactory for installation prior to starting work. 3.2 PREPARATION A. Clean raceways thoroughly to remove foreign materials before installing conductors and cables. 3.3 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install conductors and cable in a neat and workmanlike manner in accordance with NECA 1. C. Installation in Raceway: 1. Tape ends of conductors and cables to prevent infiltration of moisture and other contaminants. 2. Pull all conductors and cables together into raceway at same time. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 5 City of Federal Way Traffic Control Center 33325 8t' Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3. Do not damage conductors and cables or exceed manufacturer's recommended maximum pulling tension and sidewall pressure. 4. Use suitable wire pulling lubricant where necessary, except when lubricant is not recommended by the manufacturer. D. Paralleled Conductors: Install conductors of the same length and terminate in the same manner. E. Secure and support conductors and cables in accordance with NFPA 70 using suitable supports and methods approved by the authority having jurisdiction. Provide independent support from building structure. Do not provide support from raceways, piping, ductwork, or other systems. F. Install conductors with a minimum of 12 inches (300 mm)of slack at each outlet. G Neatly train and bundle conductors inside boxes, wireways, panelboards and other equipment enclosures. H. Make wiring connections using specified wiring connectors. 1. Make splices and taps only in accessible boxes. Do not pull splices into raceways or make splices in conduit bodies or wiring gutters. 2. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. 3. Do not remove conductor strands to facilitate insertion into connector. 4. Clean contact surfaces on conductors and connectors to suitable remove corrosion, oxides, and other contaminates. Do not use wire brush on plated connector surfaces I. Insulate splices and taps that are made with uninsulated connectors using methods suitable for the application, with insulation and mechanical strength at least equivalent to unspliced conductors. J. Insulate ends of spare conductors using vinyl insulating electrical tape. K. Color Code Legend: Provide identification label identifying color code for ungrounded conductors at each piece of feeder or branch-circuit distribution equipment when premises has feeders or branch circuits served by more than one nominal voltage system. L. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07 84 00. M. Unless specifically indicated to be excluded, provide final connections to all equipment and devices, including those furnished by others, as required for a complete operating system. N. Install wire and cable securely, in a neat and workmanlike manner, as specified in NECA 1. O. Open wire shall be installed in a neat and workmanship like manner, parallel or perpendicular to building lines and supported at intervals not greater than 5'. P. Route wire and cable as required to meet project conditions. Q. Use wiring methods indicated. LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 -6 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 R. Pull all conductors into raceway at same time. S. Use suitable wire pulling lubricant for building wire 4 AWG and larger. T. Neatly train and lace wiring inside boxes, equipment, and panelboards. U. Clean conductor surfaces before installing lugs and connectors. V. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise. W. Use solderless pressure connectors with insulating covers for copper conductor splices and taps, 8 AWG and smaller. X. Use insulated spring wire connectors with plastic caps for copper conductor splices and taps, 10 AWG and smaller. Y. Use Vinyl Mastic Pads and Rolls for splices in wet locations. Z. Identify and color code wire and cable under provisions of Section 26 05 53. Identify each conductor with its circuit number or other designation indicated. AA. Branch Circuit Installation: 1. Continuous color code insulation throughout. 2. Make no splices in wiring from distribution equipment to first outlet. 3. Do not intermix wiring from separate electrical systems unless specifically indicated. BB. Feeder Installation: 1. Size feeders as shown on drawings. 2. Identify according to color code standards. 3. Make no splices unless shown on the Plans or specifically approved by the Owner's representative. 4. Splices shall be compression sleeve type. END OF SECTION 260519 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519 - 7 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260526- GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART1 - GENERAL 1.1 SECTION INCLUDES A. Grounding and bonding components. B. Provide all components necessary to complete the grounding system(s) consisting of: 1. Metal underground water pipe. 2. Metal frame of the building. 1.2 REFERENCE STANDARDS A. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.3 PERFORMANCE REQUIREMENTS A. Grounding System Resistance: 5 ohms. 1.4 SUBMITTALS A. See Section 01 33 00 for submittal procedures. 1.5 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience with service facilities within 100 miles of Project. C. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. D. See Division 1-06 of the Special Provisions for Buy America requirements. PART2- PRODUCTS 2.1 MANUFACTURERS A. Cooper Power Systems: www.cooperpower.com. B. Storm Copper Components Co. C. Harger 2.2 CONNECTORS AND ACCESSORIES A. Mechanical Connectors: Bronze. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 1. Product: Mechanical Clamp manufactured by T&B, Burndy or Harger B. Exothermic Connections: 1. Product: manufactured by Cadweld, Burndy, or Erico. C. Wire: Stranded copper. D. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify existing conditions prior to beginning work. B. Verify that final backfill and compaction has been completed before driving rod electrodes. 3.2 INSTALLATION A. Provide system and equipment grounding in accordance with the applicable codes and ordinances and as indicated on the Plans. B. Grounding Conductor: Provide green insulated equipment grounding conductor in conduits containing wiring systems above 50V. Insulation and conductor type shall be the same for circuit or feeder conductors. Size conductors in accordance with NEC Article 250. C. Inspection: Place no backfill around made electrode earth grounding systems until the installation is inspected and approved by the Owner's Representative. D. Bonding: Conduit systems shall be effectively grounded and bonded together by approved bonding means in accordance with the NEC. Verify ground continuity between conduits, boxes, receptacles and equipment. E. Provide bonding to meet requirements described in Quality Assurance. END OF SECTION 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526 - 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260529- HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.2 REFERENCE STANDARDS A. NEIS—National Electrical Installation Standards B. NECA 1-2010 Standard Practice of Good Workmanship in Electrical Construction (ANSI) C. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.3 SUBMITTALS A. See Section 01 33 00 for submittal procedures. B. Product Data: Provide manufacturer's catalog data for fastening systems. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.4 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. See Division 1-06 of the Special Provisions for Buy America requirements. PART2 - PRODUCTS 2.1 MANUFACTURERS A. Thomas & Betts Corporation: www.tnb.com. B. Threaded Rod Company: www.threadedrod.com. C. Cooper B-Line. D. Kindorf. 2.2 MATERIALS A. Hangers, Supports, Anchors, and Fasteners - General: Corrosion-resistant materials of size and type adequate to carry the loads of equipment and conduit, including weight of wire in conduit. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 1 City of Federal Way Traffic Control Center 333258 th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. Supports: Fabricated of structural steel or formed steel members; galvanized. C. Anchors and Fasteners: 1. Do not use powder-actuated anchors. 2. Concrete Structural Elements: Use precast inserts, expansion anchors, or preset inserts. 3. Steel Structural Elements: Use beam clamps, steel spring clips, or welded fasteners. 4. Concrete Surfaces: Use expansion anchors. 5. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts or hollow wall fasteners. 6. Solid Masonry Walls: Use expansion anchors or preset inserts. 7. Sheet Metal: Use sheet metal screws. 8. Wood Elements: Use wood screws. PART 3- EXECUTION 3.1 INSTALLATION A. Install hangers and supports as required to adequately and securely support electrical system components, in a neat and workmanlike manner, as specified in NECA 1. 1. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. 2. Obtain permission from Owner's Representative before drilling or cutting structural members. B. Rigidly weld support members or use hexagon-head bolts to present neat appearance with adequate strength and rigidity. Use spring lock washers under all nuts. END OF SECTION 260529 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529 - 2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260533.13 -CONDUIT FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Conduit, fittings and conduit bodies. 1.2 RELATED REQUIREMENTS A. Section 26 05 26 - Grounding and Bonding for Electrical Systems. B. Section 26 05 29- Hangers and Supports for Electrical Systems. C. Section 26 05 53 - Identification for Electrical Systems. D. Section 26 05 33.16 - Boxes for Electrical Systems. 1.3 REFERENCE STANDARDS A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit(ERSC); 2005. B. ANSI C80.3 -American National Standard for Steel Electrical Metallic Tubing (EMT); 2005. C. ANSI C80.5-American National Standard for Electrical Rigid Aluminum Conduit(ERAC); 2005. D. NETS—National Electrical Installation Standards E. NECA 1-2010 Standard Practice of Good Workmanship in Electrical Construction (ANSI) F. NECA 101 -Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical Contractors Association; 2013. G. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2012. H NEMA RN 1 - Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit; National Electrical Manufacturers Association; 2013. I. NEMA TC 2- Electrical Polyvinyl Chloride (PVC)Tubing and Conduit; National Electrical Manufacturers Association; 2013. J NEMA TC 3- PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Electrical Manufacturers Association; 2013. K. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.4 SUBMITTALS A. See Section 01 33 00 for submittal procedures. B Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal conduit, metallic tubing, nonmetallic conduit, flexible nonmetallic conduit, nonmetallic tubing, CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 fittings, and conduit bodies. 1.5 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. C. See Division 1-06 of the Special Provisions for Buy America requirements. 1.6 DELIVERY, STORAGE, AND HANDLING A. Accept conduit on site. Inspect for damage. B. Protect conduit from corrosion and entrance of debris by storing above grade. C. Provide appropriate covering. D. Protect PVC conduit from sunlight. PART2 - PRODUCTS 2.1 CONDUIT REQUIREMENTS A. Conduit Size: Comply with NFPA 70. 1. Minimum Size: 3/4 inch (19 mm) unless otherwise specified. 2. Minimum Size from panelboard to outlet or equipment: 3/4 inch unless otherwise specified B. Wet and Damp Locations: Use liquid tight flexible conduit, rigid steel conduit, rigid aluminum conduit, or intermediate metal conduit. C. Dry Locations: 1. Concealed: Use flexible metal conduit, rigid steel conduit, rigid aluminum conduit, intermediate metal conduit, or electrical metallic tubing. 2. Exposed: Use flexible metal conduit, rigid steel conduit, rigid aluminum conduit, intermediate metal conduit, or electrical metallic tubing. D. Flexible metal conduit shall be the type approved for continuous grounding. No flexible conduit allowed for any concealed installation or in wall, or over 6' in length. 2.2 METAL CONDUIT A Manufacturers: 1. Allied Tube &Conduit: www.alliedtube.com. 2. Beck Manufacturing, Inc: www.beckmfg.com. 3. Wheatland Tube Company: www.wheatland.com. B. Rigid Steel Conduit: ANSI C80.1. CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 - 2 City of Federal Way Traffic Control Center 33325 81" Ave S 100% CD Federal Way, WA 98063 July 11, 2019 C Rigid Aluminum Conduit: ANSI C80.5. D. Intermediate Metal Conduit (IMC): Rigid steel. E. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit. 2.3 PVC COATED METAL CONDUIT A. Manufacturers: 1. Allied Tube & Conduit: www.alliedtube.com. 2. Thomas & Betts Corporation: www.tnb.com. 3. Robroy Industries: www.robroy.com. B. Description: NEMA RN 1; rigid steel conduit with external PVC coating. C. Fittings and Conduit Bodies: NEMA FB 1; steel fittings with external PVC coating to match conduit. 2.4 FLEXIBLE METAL CONDUIT A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. International Metal Hose: www.metalhose.com. B Description: Interlocked steel construction. C. Fittings: NEMA FB 1. 2.5 LIQUIDTIGHT FLEXIBLE METAL CONDUIT A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. International Metal Hose: www.metalhose.com. B. Description: Interlocked steel construction with PVC jacket. C. Fittings: NEMA FB 1. 2.6 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied Tube &Conduit: www.alliedtube.com. 2. Beck Manufacturing, Inc: www.beckmfg.com. 3. Wheatland Tube Company: www.wheatland.com. CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 -3 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. Description: ANSI C80.3; galvanized tubing. C. Conduit Bodies: NEMA FB 1; steel or malleable iron compression type. D. Fittings: 1. Steel. 2. 1/2" to 1" Compression type, 1-1/4" and larger set-screw type. 3. Connectors with insulated throat. 2.7 NONMETALLIC CONDUIT A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. Carlon. B. Description: NEMA TC 2; Schedule 40 or 80 PVC. C. Fittings and Conduit Bodies: NEMA TC 3. 2.8 CONDUIT PULL LINE A. 130 LB average breaking strength Polyester. B. Printed footage marking from 0 -3000'. C. Manufacturer: Greenlee, Klein or Ideal. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify routing and termination locations of conduit prior to rough-in. B. Coordinate installation with other trades. Route conduit to avoid conflicts. C. Conduit routing indicated on drawings is approximate unless dimensioned. Route as required to avoid conflicts and provide a complete wiring system. 3.2 INSTALLATION A. Install conduit securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install steel conduit as specified in NECA 101. C. Install nonmetallic conduit in accordance with manufacturer's instructions. D. Arrange supports to prevent misalignment during wiring installation. E. Support conduit using coated steel or malleable iron straps, lay-in adjustable hangers, clevis hangers, and split hangers. CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 -4 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 F. Group related conduits; support using conduit rack. Construct rack using steel channel; provide space on each for 25 percent additional conduits. G. Fasten conduit supports to building structure and surfaces under provisions of Section 26 05 29. H. Do not support conduit with wire or perforated pipe straps. Remove wire used for temporary supports. 1. Do not install conduit in concrete structure or other structural components unless specifically indicated in drawings. J. Do not attach conduit to ceiling support wires. K. Arrange conduit to maintain headroom and present neat appearance. L. Route exposed conduit parallel and perpendicular to walls and building gridlines. M. Install exposed adjacent conduits in parallel runs with matching bends offsets fittings and supports. N. Use galvanized intermediate conduit for transitions or bends in PVC conduit. O. Provided offset bends in surface mounted conduits entering boxes and enclosures. P. Route conduit installed above accessible ceilings parallel and perpendicular to walls. Q. Route conduit in and under slab from point-to-point. R. Maintain adequate clearance between conduit and piping. S. Cut conduit square using saw or pipecutter; de-burr cut ends. T. Bring conduit to shoulder of fittings; fasten securely. U. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire area inserted in fitting. Allow joint to cure for 20 minutes, minimum. V. Use conduit hubs to fasten conduit to sheet metal boxes in damp and wet locations. W. Install no more than equivalent of three 90 degree bends between boxes. Use conduit bodies to make sharp changes in direction, as around beams. Use hydraulic one shot bender to fabricate bends in metal conduit larger than 2 inch (50 mm)size. X. Provide large radius sweep conduit bends where required by electrical power or telecommunication utility standards or other industry requirements. Y. Avoid moisture traps; provide junction box with drain fitting at low points in conduit system. Z. Provide suitable fittings to accommodate expansion and deflection where conduit crosses seismic, control, and expansion joints. AA. Provide pull line in each empty conduit except sleeves and nipples. BB. Terminate empty conduit emerging from floor/surface 12"AFF, unless otherwise noted. CC. Use suitable caps to protect installed conduit against entrance of dirt and moisture. CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 - 5 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DD Ground and bond conduit under provisions of Section 26 05 26. EE. Identify conduit under provisions of Section 26 05 53. 3.3 INTERFACE WITH OTHER PRODUCTS A. Route conduit through roof openings for piping and ductwork wherever possible. Where separate roofing penetration is required, coordinate location and installation method with roofing installation. END OF SECTION 260533.13 CONDUIT FOR ELECTRICAL SYSTEMS 260533.13 -6 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260533.16 - BOXES FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.2 RELATED REQUIREMENTS A. Section 26 27 16 - Electrical Cabinets and Enclosures. B. Section 26 27 26 -Wiring Devices. 1.3 REFERENCE STANDARDS A. NEIS—National Electrical Installation Standards B. NECA 1-2010 Standard Practice of Good Workmanship in Electrical Construction (ANSI) C. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2012. D. NEMA OS 1 -Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports; National Electrical Manufacturers Association; 2008. E. NEMA 250- Enclosures for Electrical Equipment (1000 Volts Maximum); National Electrical Manufacturers Association; 2008. F. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.4 SUBMITTALS A. See Section 01 33 00 for submittal procedures. 1.5 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Provide products listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. C. See Division 1-06 of the Special Provisions for Buy America requirements. PART2 - PRODUCTS 2.1 MANUFACTURERS A. Appleton Electric. BOXES FOR ELECTRICAL SYSTEMS 260533.16 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. Raco. C. Steel City. D. Bowers. E. Utility Vault Company. F. Jensen Precast. G. Hubbell Quazite. 2.2 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include 1/2 inch (13 mm) male fixture studs where required. 2. Concrete Ceiling Boxes: Concrete type. B Cast Boxes: NEMA FB 1, Type FD, aluminum. Provide gasketed cover by box manufacturer. Provide threaded hubs. 2.3 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4;flat-flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. PART 3 - EXECUTION 3.1 EXAMINATION A. Size boxes in accordance with NFPA 70 - National Electrical Code; National Fire Protection Association. B. Verify locations of outlets prior to rough-in. C. Where indicated on Drawings,junction boxes and pull boxes are minimum requirement. Provide additional pull boxes of adequate size in the raceway system wherever necessary to comply with the National Electrical Code. 1. Provide additional boxes to limit conduit bends to not exceed 360-degrees bends in any conduit run. 2. Provide additional boxes to limit conductor pulling tension within conductor manufacturer's ratings. 3. Coordinate locations with other trades to avoid conflicts of equipment installations BOXES FOR ELECTRICAL SYSTEMS 260533.16 - 2 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3.2 INSTALLATION A. Install boxes securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. C. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. D. Adjust box locations up to 10 feet(3 m) if required to accommodate intended purpose. E. Maintain headroom and present neat mechanical appearance. F. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. G. Install boxes to preserve fire resistance rating of partitions and other elements. H. Coordinate mounting heights and locations of outlets mounted above counters, benches, and backsplashes. I. Locate outlet boxes to allow luminaires positioned as shown on reflected ceiling plan. J. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. K. Use flush mounting outlet box in finished areas. L. Locate flush mounting box in masonry wall to require cutting of masonry unit corner only. Coordinate masonry cutting to achieve neat opening. M. Do not install flush mounting box back-to-back in walls; provide minimum 6 inches (150 mm) separation. Provide minimum 24 inches (600 mm) separation in acoustic rated walls. N. Secure flush mounting box to interior wall and partition studs. Accurately position to allow for surface finish thickness. O. Use stamped steel bridges to fasten flush mounting outlet box between studs. P. Install flush mounting box without damaging wall insulation or reducing its effectiveness. Q. Use adjustable steel channel fasteners for hung ceiling outlet box. R. Do not fasten boxes to ceiling support wires. S. Support boxes independently of conduit, except cast box that is connected to two rigid metal conduits both supported within 12 inches (305 mm) of box. T. Use gang box where more than one device is mounted together. Do not use sectional box. U. Use cast outlet box in exterior locations exposed to the weather and wet locations. 3.3 ADJUSTING A. Adjust flush-mounting outlets to make front flush with finished wall material. B. Install knockout closures in unused box openings. 3.4 CLEANING BOXES FOR ELECTRICAL SYSTEMS 260533.16 - 3 City of Federal Way Traffic Control Center 33326 Stn Ave S 100% CD Federal Way, WA 98663 July 11, 2019 A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. END OF SECTION 260533.16 BOXES FOR ELECTRICAL SYSTEMS 260633.16 -4 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1 - GENERAL 1.1 SECTION INCLUDES A. Nameplates and labels. B. Wire and cable markers. C. Conduit markers. D. Field-painted identification of conduit. 1.2 REFERENCE STANDARDS A. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.3 SUBMITTALS A. See Section 01 33 00 for submittal procedures. B. Product Data: Provide catalog data for nameplates, labels, and markers. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency specified under Quality Assurance. Include instructions for storage, handling, protection, examination, preparation and installation of product. 1.4 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose specified and shown. C. See Division 1-06 of the Special Provisions for Buy America requirements. PART2 - PRODUCTS 2.1 IDENTIFICATION APPLICATIONS A. Conduit: Conduit markers. B. Control Device Station: Labels. C. Electrical Distribution and Control Equipment Enclosures: Nameplates. D. Transformers: Nameplates. E. Junction Box Load Connections: Wire markers. F. Outlet Box Load Connections: Wire markers. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 G Panel Gutter Load Connections: Wire markers. H. Pull Box Load Connections: Wire markers. 2.2 NAMEPLATES AND LABELS A. Manufacturers: 1. Double O Laser Services, Inc. http:l/www.doubieolaser.comi 2. Marking Services, Inc. (MSI): http://www.markserv.com 3. Seton: http:l/www_Seton.com B. Nameplates: Laser engraved stainless steel with brushed satin finish & permanent black impression. 1. 430 Alloy, .029 thick. 2. 1/8" Holes for attachment to equipment with stainless steel self—tapping screws. 3. Letter Size: a. Use 1/4 inch (6 mm) letters. C. Labels: Embossed adhesive tape, with 3/16 inch (5 mm)white letters on black background. Use only for identification of individual wall switches, receptacles, and control device stations. 2.3 DEVICE AND JUNCTION BOXES A. Paint Inside and outside 1. Emergency system: Orange 2. Fire alarm system: Red 2.4 WIRE MARKERS A. Description: Vinyl cloth type self-adhesive wire markers. B. Legend: 1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings. C. WIRE COLOR CODING. 1. Three Phase, 4-Wire System: 120/208-Volt. a. Phase A: Black. b. Phase B: Red. C. Phase C: Blue. d. Neutral: White. 2. Three Phase, 4 Wire System 277/480-Volt. a. Phase A: Brown. b. Phase B: Orange. C. Phase C: Yellow. d. Neutral: Gray. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553 - 2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3. Equipment ground wire -green 4. Control wiring shall be black with identifying wire numbers at each termination. 5. Color-coded tape may be used in lieu of color-coded insulation for conductors#8 AWG and larger. However, when color coded-tape is used, the conductor insulation shall be black only and shall be tape identified with color scheme shown above at splices, terminations and junction boxes. 2.5 CONDUIT MARKERS A. Location: Furnish markers for each conduit longer than 6 feet(2 m). B. Spacing: 20 feet(6 m)on center. C. Color: 1. 480 Volt System: Yellow. 2. 208 Volt System: Blue. 3. Fire Alarm System: Red. 4. Telecommunication System: Gray PART 3 - EXECUTION 3.1 PREPARATION A. Degrease and clean surfaces to receive nameplates and labels. 3.2 INSTALLATION A. Install nameplates and labels parallel to equipment lines. B. Secure nameplates to equipment front using screws. C. Locate nameplates on exterior of panelboards and equipment. D. Identify empty conduit at each end with permanent ink marker. Indicate function and termination location of other end. END OF SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553- 3 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 262726 -WIRING DEVICES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Wall plates. 1.2 RELATED REQUIREMENTS A. Section 26 05 26 - Grounding and Bonding for Electrical Systems. B. Section 26 05 33.16—Boxes for Electrical Systems. 1.3 REFERENCE STANDARDS A. FS W-C-596- Connector, Electrical, Power, General Specification for; Federal Specification; Revision G, 2001. B. FS W-S-896- Switches, Toggle (Toggle and Lock), Flush-mounted (General Specification); Federal Specification; Revision F, 1999. C. NECA 1 -Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. D. NEMA WD 1 - General Color Requirements for Wiring Devices; National Electrical Manufacturers Association; 1999 (R 2005). E. NEMA WD 6-Wiring Device -- Dimensional Requirements; National Electrical Manufacturers Association; 2002 (R2008). F. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. G. UL 20 - General-Use Snap Switches; Current Edition, Including All Revisions. H. UL 498 -Attachment Plugs and Receptacles; Current Edition, Including All Revisions. I. UL 514D - Cover Plates for Flush-Mounted Wiring Devices; Current Edition, Including All Revisions. J. UL 943- Ground-Fault Circuit-Interrupters; Current Edition, Including All Revisions. K. UL 1472- Solid-State Dimming Controls; Current Edition, Including All Revisions. L. UL 1917 -Solid-State Fan Speed Controls; Current Edition, Including All Revisions. 1.4 ADMINISTRATIVE REQUIREMENTS WIRING DEVICES 262726 - 1 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Coordination: 1. Coordinate the placement of outlet boxes with millwork, furniture, equipment, etc. installed under other sections or by others. 2. Coordinate wiring device ratings and configurations with the electrical requirements of actual equipment to be installed. 3. Coordinate the placement of outlet boxes for wall switches with actual installed door swings. 4. Coordinate the installation and preparation of uneven surfaces, such as split face block, to provide suitable surface for installation of wiring devices. 5. Notify Owner's Representative of any conflicts or deviations from the contract documents to obtain direction prior to proceeding with work. B. Sequencing: 1. Do not install wiring devices until final surface finishes and painting are complete. 1.5 SUBMITTALS A. See Section 01 33 00 for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Project Record Documents: Record actual installed locations of wiring devices. D. Maintenance Materials: Furnish the following for Pierce Transit's use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. 2. Screwdrivers for Tamper-Resistant Screws: Two for each type of screw. 3. Extra Keys for Locking Switches: Two of each type. 4. Extra Wall Plates: One of each style, size, and finish. 1.6 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. See Division 1-06 of the Special Provisions for Buy America requirements. 1.7 DELIVERY, STORAGE, AND PROTECTION A. Store in a clean, dry space in original manufacturer's packaging until ready for installation. PART2 - PRODUCTS 2.1 MANUFACTURERS WIRING DEVICES 262726 -2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 A. Hubbell Incorporated: www.hubbell-wiring.com. B. Leviton Manufacturing Company, Inc: www.leviton.com. C. Pass & Seymour, a brand of Legrand North America, Inc: www.legrand.us. D. Cooper Wiring Devices: http://www.cooperwiringdevices.com. 2.2 APPLICATIONS A. Provide wiring devices suitable for intended use and with ratings adequate for load served. B. For single receptacles installed on an individual branch circuit, provide receptacle with ampere rating not less than that of the branch circuit. C. Provide weather resistant GFI receptacles with specified weatherproof covers for all receptacles installed outdoors or in damp or wet locations. 2.3 ALL WIRING DEVICES A. Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 2.4 WALL SWITCHES A. All Wall Switches: AC only, quiet operating, general-use snap switches with silver alloy contacts, complying with NEMA WD 1 and NEMA WD 6, and listed as complying with UL 20 and where applicable, FS W-S-896; types as indicated on the drawings. 1. Wiring Provisions: Terminal screws for side wiring and screw actuated binding clamp for back wiring with separate ground terminal screw. 2.5 RECEPTACLES A. All Receptacles: Self-grounding, complying with NEMA WD 1 and NEMA WD 6, and listed as complying with UL 498, and where applicable, FS W-C-596;types as indicated on the drawings. 1. Wiring Provisions: Terminal screws for side wiring or screw actuated binding clamp for back wiring with separate ground terminal screw. 2. NEMA configurations specified are according to NEMA WD 6. B. Single Receptacles; Heavy Duty, Grounding Type, complying with NEMA WD 6 and WD 1. 1. Ratings: Match branch circuit and load characteristics. C. Duplex Receptacles: Heavy Duty Specification Grade, 20-Ampere Grounding Type. 1. One piece integral all brass mounting strap with back wired ground terminal. 2. Back and side wired conductor terminals. 3. External wiring clamps with#10 large head brass screws. 4. NEMA Configuration: 5 - 20. 2.6 APPROVED PRODUCTS DEVICE LEVITON HUBBELL COOPER WIRING DEVICES 262726 - 3 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 1-POLE SWITCH CSB1-20 1221 2221 3-WAY SWITCH CSB3-20 1223 2223 4-WAY SWITCH CSB4-20 1224 2224 DUPLEX 5362 5362 CR5362 RECEPT. DUPLEX 8899 GF5362 VGF20 RECEPT GFCI DUPLEX 8200SG GFR5362TR TR8300 RECEPTACLE TAMPER RESISTANT 2.7 WALL PLATES A. All Wall Plates: Comply with UL 514D. 1. Configuration: One piece cover as required for quantity and types of corresponding wiring devices. 2. Size: Standard. 3. Screws: Metal with slotted heads finished to match wall plate finish. B. Interior Device Cover Plates: 1. 302 Stainless Steel 2. Receptacle cover plates for special use shall be Pre-Marked by the manufacturer a. EMERGENCY b. COMPUTER C. ISOLATED GROUND d. GFCI PROTECTED C. Exterior Device Cover Plates: Wiring devices installed outdoors or wet areas shall be provided with hinged, gasketed weatherproof covers. D. Exterior Receptacle Covers: Exterior receptacles accessible to the general public (building exterior at grade, etc.) shall be installed in flush cast aluminum outlet covers with hinged cover and key-lock. Approved manufacturer: Pass & Seymour Catalog No. 4600. PART 3 - EXECUTION 3.1 EXAMINATION A. Device or equipment mounting height given herein the Specifications, Contract Drawing, and/or documents are intended to provide general guidelines pursuant to industry standards. Such guidelines may not be exact or accurate and may or may not conflict with other trades installation without verification. Provide field coordination and verification with other divisions. 1. Examine other trades shop drawings to ensure that such mounting heights are appropriate for the intended device use, and the device location do not conflict with other components. Immediately report impaired device use and conflict/location to the Owner's representative for resolution. WIRING DEVICES 262726 -4 City of Federal Way Traffic Control Center 33325 811 Ave S 100% CD Federal Way, WA 98063 July 11, 2019 2. Verify that outlet boxes are installed in proper locations and at proper mounting heights and are properly sized to accommodate devices and conductors in accordance with NFPA 70. B. Verify that final surface finishes are complete, including painting. 1. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. C. Verify that conditions are satisfactory for installation prior to starting work. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean dirt, debris, plaster, and other foreign materials from outlet boxes. C. The drawings are diagrammatic and indicate generally the locations of materials and equipment. These drawings shall be followed as closely as possible. 1. Coordinate the work under this section with the architectural, structure, plumbing, heating and air conditioning, and the drawings of other trades for exact dimensions, clearances, and roughing-in locations 2. Cooperate with other trades in order to make minor field adjustments to accommodate the work of others. 3. Devices, outlets, can be field located by Owner's representative within 20' of the designed locations prior to rough-in work without extra compensation. 3.3 INSTALLATION A. Install wiring devices plumb and level with mounting yoke held rigidly in place. B. Install wall switches with OFF position down. C. Install vertically mounted receptacles with grounding pole on top and horizontally mounted receptacles with grounding pole on left. D. Install two or more wiring devices shown in one location under a common plate. Install plates with edges in continuous contact with finished wall surfaces. Do not install more than one device in single gang position. E. Before installation rough in, devices locations may be revised by the Owner's representative within 20' of the designed contract location, at no cost. 3.4 FIELD QUALITY CONTROL A. Perform field inspection, testing, and adjusting in accordance with Section 01 45 00. B. Inspect each wiring device for damage and defects. C. Operate each wall switch, wall dimmer, and fan speed controller with circuit energized to verify proper operation. D. Test each receptacle to verify operation and proper polarity. E. Correct wiring deficiencies and replace damaged or defective wiring devices. WIRING DEVICES 262726 - 5 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3.5 ADJUSTING A. Adjust devices and wall plates to be flush and level. END OF SECTION 262726 WIRING DEVICES 262726 -6 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 262816.16 -ENCLOSED SWITCHES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Enclosed safety switches. 1.2 RELATED REQUIREMENTS A. Section 26 05 26 - Grounding and Bonding for Electrical Systems B. Section 26 05 29 - Hangers and Supports for Electrical Systems. C. Section 26 05 53 - Electrical Identification for Electrical Systems. D. Section 26 28 13 - Fuses. 1.3 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. B. NEMA 250 - Enclosures for Electrical Equipment(1000 Volts Maximum); 2008. C. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum); National Electrical Manufacturers Association; 2001 (R2006). D. NETA STD ATS-Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2009. E. NFPA 70- National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, including All Applicable Amendments and Supplements. F UL 50 - Enclosures for Electrical Equipment, Non-Environmental Considerations; Current Edition, Including All Revisions. G UL 50E - Enclosures for Electrical Equipment, Environmental Considerations; Current Edition, Including All Revisions. H. UL 98 - Enclosed and Dead-Front Switches; Current Edition, Including All Revisions. 1.4 SUBMITTALS A. See Section 01 33 00 for submittal procedures. B Product Data: Provide manufacturer's standard catalog pages and data sheets for enclosed switches and other installed components and accessories. C. Project Record Documents: Record actual locations of enclosed switches. 1.5 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. ENCLOSED SWITCHES 262816.16 - 1 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. See Division 1-06 of the Special Provisions for Buy America requirements. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Eaton Corporation; Cutler-Hammer Products: www.eaton.com. B. Siemens: www.geindustrial.com. C. Schneider Electric; Square D Products: www.schneider-electric.us. D. GE. E. Source Limitations: Furnish enclosed switches and associated components produced by the same manufacturer as the other electrical distribution equipment used for this project and obtained from a single supplier. 2.2 ENCLOSED SAFETY SWITCHES A. Description: Quick-make, quick-break, enclosed safety switches complying with NEMA KS 1, type HD (heavy duty), and listed and labeled as complying with UL 98; ratings, configurations, and features as indicated on the drawings. B Provide products listed and labeled by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. C. Unless otherwise indicated, provide products suitable for continuous operation under the following service conditions: 1. Altitude: Less than 6,600 feet(2,000 m). 2. Ambient Temperature: Between -22 degrees F (-30 degrees C)and 104 degrees F (40 degrees C). D. Horsepower Rating: Suitable for connected load. E. Voltage Rating: Suitable for circuit voltage. F Short Circuit Current Rating: 1. Provide enclosed safety switches, when protected by the fuses or supply side overcurrent protective devices to be installed, with listed short circuit current rating not less than the available fault current at the installed location as indicated on the drawings. 2. Minimum Ratings: G. Provide with switch blade contact position that is visible when the cover is open. H. Fuse Clips for Fusible Switches: As required to accept fuses indicated. 1 Where NEMA Class R fuses are installed, provide rejection feature to prevent installation of fuses other than Class R. I. Conductor Terminations: Suitable for use with the conductors to be installed. J Provide insulated, groundable fully rated solid neutral assembly where a neutral connection is required, with a suitable lug for terminating each neutral conductor. ENCLOSED SWITCHES 262816.16 - 2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 K. Provide solidly bonded equipment ground bus in each enclosed safety switch, with a suitable lug for terminating each equipment grounding conductor. L. Enclosures: Comply with NEMA KS 1 and NEMA 250, and list and label as complying with UL 50 and UL 50E. 1. Environment Type per NEMA 250: Unless otherwise indicated, as specified for the following installation locations: a. Indoor Clean, Dry Locations: Type 1. b. Outdoor Locations: Type 3R. M. Provide safety interlock to prevent opening the cover with the switch in the ON position with capability of overriding interlock for testing purposes. N. Heavy Duty Switches: 1. Conductor Terminations: a. Provide mechanical lugs unless otherwise indicated. b. Provide compression lugs where indicated. C. Lug Material: Copper, suitable for terminating copper conductors only. 2. Provide externally operable handle with means for locking in the OFF position, capable of accepting three padlocks. O. Switches shall be equipped with the number of poles, voltage and current rating required for the equipment being served PART 3 - EXECUTION 3.1 INSTALLATION A. Install enclosed switches in accordance with manufacturer's instructions. B. Install enclosed switches securely, in a neat and workmanlike manner in accordance with NECA 1. C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Provide required supports in accordance with Section 26 05 29. E. Install enclosed switches plumb. F. Except where indicated to be mounted adjacent to the equipment they supply, mount enclosed switches such that the highest position of the operating handle does not exceed 79 inches(2000 mm) above the floor or working platform. G. Provide grounding and bonding in accordance with Section 26 05 26. H. Provide fuses complying with Section 26 28 13 for fusible switches as indicated or as required by equipment manufacturer's recommendations. I Provide identification nameplate for each enclosed switch in accordance with Section 26 05 53. J Provide identification label on inside door of each fused switch indicating NEMA fuse class and ENCLOSED SWITCHES 262816.16 - 3 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 size installed in accordance with Section 26 05 53. K. Provide arc flash warning labels in accordance with NFPA 70. L. Provide disconnect switches as indicated on the drawings, schedules, at motors, motor driven equipment, motor controllers, electric heating equipment, appliances and other equipment items unless the equipment has a self-contained, code approved disconnecting method. M. Mounting: Coordinate mounting location with Equipment Installation Contractor. In general, mounting height shall be 72" (maximum to top of switch). 3.2 FIELD QUALITY CONTROL A. Perform field inspection in accordance with Section 01 45 00. B. Inspect and test in accordance with NETA STD ATS, except Section 4. C. Perform inspections and tests listed in NETA STD ATS, Section 7.5.1.1. D. Correct deficiencies and replace damaged or defective enclosed safety switches or associated components. 3.3 ADJUSTING A. Adjust tightness of mechanical and electrical connections to manufacturer's recommended torque settings. 3.4 CLEANING A.. Clean dirt and debris from switch enclosures and components according to manufacturer's instructions. B. Repair scratched or marred exterior surfaces to match original factory finish. END OF SECTION 262816.16 ENCLOSED SWITCHES 262816.16 -4 City of Federal Way Traffic Control Center 33325 8t"Ave S 100% CD Federal Way, WA 98063 July 11, 2019 DIVISION 26 SECTION 265100 - INTERIOR LIGHTING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Interior luminaires. B. Emergency lighting units. C. Ballasts. D. Fluorescent emergency power supply units. E. Lamps. 1.2 RELATED REQUIREMENTS A. Section 26 05 33.16 - Boxes for Electrical Systems. B. Section 26 27 26 -Wiring Devices. 1.3 REFERENCE STANDARDS A. ANSI C82.4-American National Standard for Ballasts for High-Intensity-Discharge and Low Pressure Sodium Lamps (Multiple-Supply Type); 2002. B. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. C. NECA/IESNA 500 -Standard for Installing Indoor Commercial Lighting Systems; National Electrical Contractors Association; 2006. D. NECA/IESNA 502 - Standard for Installing Industrial Lighting Systems; National Electrical Contractors Association; 2006. E. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. F. NFPA 101 - Code for Safety to Life from Fire in Buildings and Structures; National Fire Protection Association; 2009. G UL 924 - Emergency Lighting and Power Equipment; Current Edition, Including All Revisions. H. UL 1598- Luminaires; Current Edition, Including All Revisions. I. UL 8750 - Light Emitting Diode (LED) Equipment for Use in Lighting Products; Current Edition, Including All Revisions. 1.4 SUBMITTALS A. See Section 01 33 00 for submittal procedures B, Product Data: Provide manufacturer's standard catalog pages and data sheets including detailed information on luminaire construction, dimensions, ratings, finishes, mounting INTERIOR LIGHTING 265100 - 1 City of Federal Way Traffic Control Center 33325 8ffi Ave S 100% CD Federal Way, WA 98063 July 11, 2019 requirements, listings, service conditions, photometric performance, installed accessories, and ceiling compatibility; include model number nomenclature clearly marked with all proposed features. 1. Fluorescent Emergency Power Supply Unit: Include list of compatible lamp configurations and associated lumen output. C Field Quality Control Reports. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E Operation and Maintenance Data: Instructions for each product including information on replacement parts. F. Maintenance Materials: Furnish the following for Owner use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. 2. Extra Lenses and Louvers: Two percent of total quantity installed for each type, but not less than one of each type. 3. Extra Lamps: Ten percent of total quantity installed for each type, but not less than two of each type. 4. Extra Ballasts: Two percent of total quantity installed for each type, but not less than one of each type. 1.5 QUALITY ASSURANCE A. Conform to requirements of NFPA 70- B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. See Division 1-06 of the Special Provisions for Buy America requirements. 1.6 WARRANTY A. See Section 01 78 36 for additional warranty requirements. B. Provide two year manufacturer warranty for all linear fluorescent ballasts. C. Provide five year pro-rata warranty for batteries for emergency lighting units. D. Provide ten year pro-rata warranty for batteries for self-powered exit signs. E. Provide five year manufacturer warranty for all LED power supplies. F. Provide 50,000 hour lamp life on all LED modules. PART2 - PRODUCTS 2.1 MANUFACTURERS A. Luminaires: 1. Refer to Drawings. INTERIOR LIGHTING 265100- 2 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. Ballasts: 1. Advance 2. Osram Sylvania 3. GE C. Fluorescent lamp emergency power supply: 1. Iota 2. Bodine 3. Cooper D. Lamps: 1. GE 2. Philips 3. Osram Sylvania 4. Venture E. LED Power Supplies: 1. Minimum power factor 90%. 2. Minimum operating temperature of-20 degrees. 3. Output operating frequency shall be minimum 120 Hz. 4. Power supply shall meet FCC requirements for non-consumer use. 5. Sound rating: Class A 6. Power Supply shall comply with IEEE C.62.41-1991, Class A operation. a. Substitutions: See Section 01 60 00 - Product Requirements. 2.2 LUMINAIRE TYPES A. Furnish products as indicated in luminaire schedule included on the drawings. B. Substitutions: See Section 01 60 00 - Product Requirements. 2.3 LUMINAIRES A. Provide products that comply with requirements of NFPA 70. B. Provide products that are listed and labeled as complying with UL 1598, where applicable. C. Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. D. Unless otherwise indicated, provide complete luminaires including lamp(s) and all sockets, ballasts, reflectors, lenses, housings and other components required to position, energize and protect the lamp and distribute the light. INTERIOR LIGHTING 265100 -3 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 E. Unless specifically indicated to be excluded, provide all required conduit, boxes, wiring, connectors, hardware, supports, trims, accessories, etc. as necessary for a complete operating system. F. Provide products suitable to withstand normal handling, installation, and service without any damage, distortion, corrosion,fading, discoloring, etc. G. LED Luminaires: Listed and labeled as complying with UL 8750. H. Luminaires Mounted in Continuous Rows: Provide quantity of units required for length indicated, with all accessories required for joining and aligning. 2.4 EMERGENCY LIGHTING UNITS A. Description: Emergency lighting units complying with NFPA 101 and all applicable state and local codes, and listed and labeled as complying with UL 924. B. Operation: Upon interruption of normal power source or brownout condition exceeding 20 percent voltage drop from nominal, solid-state control automatically switches connected lamps to integral battery power for minimum of 90 minutes of rated emergency illumination, and automatically recharges battery upon restoration of normal power source. C. Battery: Size battery to supply all connected lamps, including emergency remote heads where indicated. D. Provide low-voltage disconnect to prevent battery damage from deep discharge. 2.5 LUMINAIRES (Fixtures) A. Luminaires are to be manufactured or have their components assembled at the manufacturing plant for shipment. Include integrally mounted ballasts in the shipment from the fixture manufacturer where ballasts are required for the proper operation of the fixture lamps. B.. Unless noted otherwise, pendants and cord drop color shall be white, and cord drops are to be straight. C. Provide accessories such as frames, stems, couplings, splice plates, cables, canopies, cords, toggle bolts, etc. necessary to install the fixture in the specific installation situation. D Pendant-mounted light fixtures shall have all supporting hardware furnished with the fixture tested in accordance with seismic support requirement Zone 4. Provide additional hanger wires and bracing for the support system above the ceiling. 2.6 EXIT SIGNS A. All Exit Signs: Internally illuminated with LEDs unless otherwise indicated; complying with NFPA 101 and all applicable state and local codes, and listed and labeled as complying with UL 924. 1. Number of Faces: Single or double as required for the installed location. 2. Directional Arrows: As required for the installed location. 2.7 BALLASTS A. All Ballasts: 1. Provide ballasts containing no polychlorinated biphenyls (PCBs). INTERIOR LIGHTING 265100 -4 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 2. Minimum Efficiency/Efficacy: Provide ballasts complying with all current applicable federal and state ballast efficiency/efficacy standards. 2.8 FLUORESCENT EMERGENCY POWER SUPPLY UNITS A. Description: Self-contained fluorescent emergency power supply units suitable for use with indicated luminaires, complying with NFPA 101 and all applicable state and local codes, and listed and labeled as complying with UL 924. B. Compatibility: 1. Ballasts: Compatible with electronic, standard magnetic, energy saving, and dimming AC ballasts, including those with end of lamp life shutdown circuits. 2. Lamps: Compatible with low-mercury lamps. C. Operation: Upon interruption of normal power source, solid-state control automatically switches connected lamp(s)to the fluorescent emergency power supply for minimum of 90 minutes of rated emergency illumination, and automatically recharges battery upon restoration of normal power source. D Battery: Sealed maintenance-free high-temperature nickel cadmium unless otherwise indicated. E. Emergency Illumination Output: 1. Luminaires with F32T8 Lamps: Operate two lamp(s) at a minimum of 1350 lumens unless otherwise indicated with indicated illumination evenly divided between the lamps. 2. Luminaires with F28T5 Lamps: Operate one lamp(s) at a minimum of 1850 lumens unless otherwise indicated. 3. Luminaires with F54T5HO Lamps: Operate one lamp(s) at a minimum of 2650 lumens unless otherwise indicated. 4. Luminaires with 32TRT CFL Lamps: Operate one lamp at a minimum of 700 lumens unless otherwise noted. F Diagnostics: Provide accessible and visible multi-chromatic combination test switch/indicator light to display charge, test, and diagnostic status and to manually activate emergency operation. G. Self-Diagnostics: Provide units that self-monitor functionality and automatically perform testing required by NFPA 101; provide indicator light(s)to report test and diagnostic status and field selectable audible alert. H. Operating Temperature: From 32 degrees F (0 degrees C)to 122 degrees F (50 degrees C) unless otherwise indicated or required for the installed location. I. Fluorescent Lamp Emergency Power Supply: 1. Power supply shall be provided by fixture manufacturer, integral with fixture, or where space in fixture is insufficient to contain the emergency supply, provide external mounting enclosure and necessary additional wiring. 2. Emergency supplies shall be equipped with re-chargeable self-contained batteries and built-in charging components. In the event of a normal power loss, emergency it shall supply continuous power to the lamps for a minimum period of 1%-hours without the INTERIOR LIGHTING 265100- 5 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 voltage applied to the lamps falling below 87%2 % of normal. 3. Supply shall be equipped with high temperature NI-CAD batteries, LED charging indicator and test switch. Indicator and switch shall be visible on the exterior of the installed light fixture. Ballasts shall have a 3-year warranty and meet or exceed all National Electrical Code Life Safety Code Emergency Lighting Requirements. 4. Power supply shall be dual voltage, 120/277V connected to match luminaire voltage. 5. Initial illumination level. a. T-5 &T-8 linear lamps: 1400 Lumens. b. Compact lamps: 650 Lumens. 2.9 LAMPS A. All Lamps. 1. Unless explicitly excluded, provide new, compatible, operable lamps in each luminaire_ 2. Verify compatibility of specified lamps with luminaires to be installed. Where lamps are not specified, provide lamps per luminaire manufacturer's recommendations. 3. Minimum Efficiency: Provide lamps complying with all current applicable federal and state lamp efficiency standards. 4. Color Temperature Consistency: Unless otherwise indicated, for each type of lamp furnish products which are consistent in perceived color temperature. Replace lamps that are determined by the Owner's Representative to be inconsistent in perceived color temperature. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that outlet boxes are installed in proper locations and at proper mounting heights and are properly sized to accommodate conductors in accordance with NFPA 70. C. Verify that suitable support frames are installed where required. D Verify that branch circuit wiring installation is completed, tested, and ready for connection to luminaires. E. Verify that conditions are satisfactory for installation prior to starting work. 3.2 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean dirt, debris, plaster, and other foreign materials from outlet boxes. 3.3 INSTALLATION A. Coordinate locations of outlet boxes provided under Section 26 05 33.16 as required for installation of luminaires provided under this section. INTERIOR LIGHTING 265100 -6 City of Federal Way Traffic Control Center 33325 8th Ave S 100% CD Federal Way, WA 98063 July 11, 2019 B. Install products according to manufacturer's instructions. C. Install luminaires securely, in a neat and workmanlike manner, as specified in NECA 1 (general workmanship), NECA 500 (commercial lighting), and NECA 502 (industrial lighting). D. Install luminaires plumb and square and aligned with building lines and with adjacent luminaires. E. Install pendant supported luminaires and exit signs using pendants provided by fixture manufacturer. Provide pendant length required to suspend luminaire at indicated height. F. Provide supplemental steel strut channel between building's structural components for fixture support when fixtures are not located directly under structural elements. G Locate remote ballasts &emergency power supplies as directed. Provide supplemental wiring to fixtures. H. Securely fasten all surface mounted light fixtures to support at least four times the weight of the fixture. Provide wood blocking behind Gyp board or tile ceilings; secure fixtures with lag bolts into wood; toggle bolts are not acceptable. I. Provide lay-in fixtures with safety chains from structure (1 chain for 2'x 2', two chains for larger fixtures). J. Provide extra seismic support for all lay-in fixtures, two places, with jack chain from structural ceiling. Coordinate ceiling fixture installation with other trades. K. Mount square and rectangular fixture sides parallel to building lines and parallel with ceiling lines. Install fluorescent fixtures as recommended by the manufacturer or as necessary to provide exact horizontal alignment, preventing horizontal or vertical deflection, or angular jointing of fixtures installed in continuous rows. L. Install accessories furnished with each luminaire. M. Night lights, exit fixtures and emergency light fixtures shall be connected to non-switched, continuously energized circuits. N. Fluorescent fixtures with emergency ballasts shall be connected to operate On-Off by the room/space normal control device but will operate from the self-contained emergency battery, should normal power fail. O. Bond products and metal accessories to branch circuit equipment grounding conductor. P. Exit Signs: 1. Unless otherwise indicated,connect unit to un-switched powerfrom same circuit feeding normal lighting in same room or area. Bypass local switches, contactors, or other lighting controls. Q. Fluorescent Emergency Power Supply Units. 1. Unless otherwise indicated,connect unit to un-switched power from same circuit feeding normal ballast(s) in luminaire. Bypass local switches, contactors, or other lighting controls. R. Install lamps in each luminaire. S. Lamp Burn-In: Operate lamps at full output for prescribed period per manufacturer's recommendations prior to use with any dimming controls. Replace lamps that fail prematurely due to improper lamp burn-in. INTERIOR LIGHTING 265100 -7 City of Federal Way Traffic Control Center 33325 81h Ave S 100% CD Federal Way, WA 98063 July 11, 2019 3.4 FIELD QUALITY CONTROL A. See Section 01 45 00 for additional requirements. B. Inspect each product for damage and defects. C. Operate each luminaire after installation and connection to verify proper operation. D. Test self-powered exit signs,emergency lighting units, and fluorescent emergency power supply units to verify proper operation upon loss of normal power supply. E. Correct wiring deficiencies and repair or replace damaged or defective products. Repair or replace excessively noisy ballasts as determined by Owner's Representative. 3.5 ADJUSTING A. Aim and position adjustable luminaires to achieve desired illumination as indicated or as directed by Owner's Representative. Secure locking fittings in place. B. Aim and position adjustable emergency lighting unit lamps to achieve optimum illumination of egress path as required or as directed by Owner's Representative or authority having jurisdiction. C. Exit Signs with Field-Selectable Directional Arrows: Set as indicated or as required to properly designate egress path as directed by Owner's Representative or authority having jurisdiction. 3.6 CLEANING A. Clean surfaces according to-NECA 500 (commercial lighting), NECA 502 (industrial lighting), and manufacturer's instructions to remove dirt, fingerprints, paint, or other foreign material and restore finishes to match original factory finish. 3.7 CLOSEOUT ACTIVITIES A. Demonstration: Demonstrate proper operation of luminaires to Owner's Representative, and correct deficiencies or make adjustments as directed. 3.8 PROTECTION A. Protect installed luminaires from subsequent construction operations. END OF SECTION 265100 INTERIOR LIGHTING 265100 -8 City of Federal Way Contract Provisions Traffic Control'Center(TCC) FH'WA 1273 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor(or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1 A(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this 2 contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer, b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. if the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. a b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: if the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 5 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including prorurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT-approved DBE program are incorporated by reference b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. 9 Ill. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of$10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may he compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. �a b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htrTi or its successor site. The prime cuntiactui is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under§5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 1D after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and 11 individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage. rate on the war3P determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT) Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal- aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5 5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of$10 for each calendar day on which such individual 1� was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4_) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 14 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY; ACCIDENT PREVENTION This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). Vill. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 19 By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (hUps:/iwww.ep1s.govl), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; ,R (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or 14 voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant In a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https:Pwww.epts.govl), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion— Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal gn XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 21 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 22 AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL4UD CONSTRUCTION CONTRACTS The Federal--Aid provisions are supplemented with the foRovAng: X11. Cargo Prefenmc a Act 1. U,S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal-aid highway programs awarded after February 15. 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 Amendment to Form FHWA 1273 Revised January 25,2016 City of Federal Way Contract Provisions Traffic Control Center(TCC) PREVAILING WAGES AND BENEFIT CODE KEY "General Decision Number: WA20190611 07/26/2019 Superseded General Decision Number: WA20190036 State: Washington Construction Type: Building County: King County in Washington. BUILDING CONSTRUCTION PR03ECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after 3anuary 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for 11 hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the ED minimum wage rate,if it is higher than the conformed wage rate). The ED minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 1 01/11/2019 2 02/15/2019 3 03/01/2019 4 05/03/2019 5 06/14/2019 6 06/28/2019 7 07/26/2019 * ASBE0007-002 06/01/2019 Rates Fringes ASBESTOS WORKER/HEAT g FROST INSULATOR......_.__..........$ 26.62 16.59 --------------------------------------------------------- BRWA0001-011 06/01/2017 Rates Fringes Bricklayers, Caulkers.,..........$ 39.46 16.15 ---------------------------------------------------------------- CARP0770-020 06/01/2018 Rates Fringes CARPENTER (Acoustical Installation)....................$ 43.92 16.12 CARPENTER (Including Formwork, Drywall Hanging, Cabinet Installation; Insulator-Batt and Metal Stud Installation)....................$ 43.92 16.12 MILLWRIGHT.......................$ 45.42 16.12 PILEDRIVERMAN....................$ 44.17 16.12 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELECO046-006 02/04/2019 Rates Fringes ELECTRICIAN_...................$ 53.49 22.31 ELECO046-007 02/04/2019 Rates Fringes ELECTRICIAN (Alarm Installation Only)...............S 31,67 3%+12.45 ELECTRICIAN (Low Voltage Wiring Only).....................3 36.28 3%+13.20 ELEV0019-001 01/01/2019 Rates Fringes ELEVATOR MECHANIC................$ 54.09 33.705 a. Paid Holidays- New Year's Day, Memorial day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving, Christmas Day --------------------------------------------------- ENGI0302-019 06/01/2018 Rates Fringes Power equipment operators: Group 1A...................$ 44.44 19.97 Group 1AA..................$ 45.09 19.97 Group 3AAA.................$ 45.73 19.97 Group 1.....................$ 43.79 19.97 Group 2.....................$ 43.23 19.97 Group 3.....................$ 42.74 19.97 Group 4.....................$ 40.01 19.97 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boon (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Excavator/Trackhoe: Over 90 metric tons GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Loaders-overhead, 8 yards and over; excavator/Trackhoe: over 50 metric tons to 90 metric tons GROUP 1 - Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Excavator/Trackhoe: over 30 metric tons to 50 metric tons; Loader- overhead 6 yards to, but not including 8 yards; Dozer D-10; Screedman; Scrapers: 45 yards and over; Grader/Blade GROUP 2 - Cranes, 20 tons thru 44 tons with attachments; Drilling machine; Excavator/Trackhoe: 15 to 30 metric tons; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Crane Oiler-100 Tons and Over; Compactor; Scraper: under 45 tons GROUP 3 - Cranes-thru 19 tons with attachments; Dozers-D-9 and under; Motor patrol grader-nonfinishing; Roller-Plant Mix; Crane Oiler under 100 tons; Excavator/Trackhoe: Under 15 metric tons; Forklift: 3000 lbs and over with attachments; Service Oiler; Concrete Pump; Outside Hoist (Elevators and Manlifts); Pump Grout GROUP 4 - Roller-other than plant mix; Forklift: under 3000 lbs with attachments; Bobcat; Rigger/Bellman IRON0086-010 07/01/2018 Rates Fringes IRONWORKER (Reinforcing, Structural and Ornamental).......$ 40.81 28.22 LAB00242-002 06/01/2019 ZONE 1: Rates Fringes LABORER GROUP 2A....................$ 31.03 11.94 GROUP 3.....................$ 37.27 11.94 GROUP 4.....................$ 38.19 11.94 GROUP 5.....................$ 38.80 11.94 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS GROUP 2A: Flagman GROUP 3: General Laborer; Chipping Gun (under 30 lbs.); Form Stripping; Roof Tearoff GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator; Gunite; Pipe Layer; Vibrating Plate GROUP 5: Mason Tender-Brick; Mason Tender-Cement/Concrete; Grade Checker ---------------------------------------------------------------- PAIN0005-029 07/01/2018 Rates Fringes DRYWALL FINISHER/TAPER...........$ 40.34 18.43 ---------------------------------------------------------------- PAINOOOS-030 07/01/2013 Rates Fringes Painters: Parking Lot and Highway Striping Only...............$ 28.00 14.33 PAINOOOS-031 07/01/2018 ■ Rates Fringes PAINTER (Including Brush, Roller, Spray and Prep Work).....$ 30,55 11.68 --------------------------------------------------------- PAIN0188-005 07/01/2018 Rates Fringes GLAZIER..........................$ 45.24 17.66 ---------------------------------------------------------------- PAIN1238-002 09/01/2018 Rates Fringes SOFT FLOOR LAYER (Including Vinyl and Carpet)................$ 31.82 17.18 PLAS0528-002 06/01/2018 Rates Fringes PLASTERER....................,...$ 39.20 16.80 ---------------------------------------------------------------- PLAS0528-004 06/01/2019 Rates Fringes CEMENT MASON/CONCRETE FINISHER...$ 44.43 18.04 PLUM0032-009 01/01/2019 Rates Fringes PIPEFITTER.......................$ 60.46 24.63 PLUMBER (Including HVAC Pipe Installation)....................$ 60.46 24.63 REFRIGERATION MECHANIC...........$ 26.87 23.64 ROOF0054-008 02/01/2019 Rates Fringes ROOFER (Includes Roof Tear off, Waterproofing; and Installation of Metal Roofs).....$ 37.30 15.94 SFWA0699-006 01/01/2019 Rates Fringes SPRINKLER FITTER (Fire Sprinklers)......................$ 50.12 27.72 --------------------- SHEE0066-023 06/01/2017 Rates Fringes Sheet Metal Worker (Including HVAC Duct Work and Installation of HVAC Systems)....$ 49.85 26.60 ------------------------------------------------- * TEAM0174-005 01/01/2018 Rates Fringes Truck drivers: ZONE A: GROUP 2:...................S 35.63 18.67 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 2 - Semi-Trailer Truck HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.SO per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. SUWA2009-024 05/22/2009 Rates Fringes LABORER: Driller................$ 17.17 5.36 LABORER: Irrigation--.......$ 11.58 0.00 LABORER: Landscape..............$ 9.73 0.00 LABORER: Overhead Door Installation.....................$ 22.31 3.44 OPERATOR: Backhoe.................$ 29.95 7.20 OPERATOR: Mechanic..............$ 24.33 4.33 ROOFER: Metal Roof..............$ 24.30 4.05 TILE SETTER......................$ 18.72 3.35 TRUCK DRIVER: Dump Truck........$ 27.43 0.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after ]anuary 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the ED is available at www.dol.gov/iihd/gdvcdntricts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (11)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""iderrtifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted-lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is 7uly 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in 3anuary of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can bei : an existing published wage determination + a survey underlying a wage determination a.Wage and Hour Division letter setting forth a position on a wage determination matter " a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requester considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. I END OF GENERAL DECISION" https://beta.sam.gov/wage-determinationMA2019001117/document 13113 V State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 8/9/2019 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $46.57 5D 1H View King Boilermakers Joumey Level $66.54 5N 1C View King Brick Mason Journey Level $57.32 5A IM View King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View King Building Service Employees Janitor $24.63 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C View King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C View King Carpenters Carpenter $60.04 5D 4C View King Carpenters Carpenters on Stationary Tools $60.17 5D 4C View King Carpenters Creosoted Material $60.14 5D 4C View King Carpenters Floor Finisher $60.04 5D 4C View King Carpenters Floor Layer $60.04 5D 4C View King Carpenters Scaffold Erector $60.04 5D 4C View King Cement Masons Journey Level $60.07 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C View King Divers Et Tenders Diver $113.60 5D 4C 8V View King Divers Et Tenders Diver On Standby $71.33 5D 4C View King Divers Et Tenders Diver Tender $64.71 5D 4C View King Divers Et Tenders Manifold Operator $64.71 5D 4C View King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C View King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View, King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $58.48 5D 1H View King Drywall Tapers Journey Level $59.32 5P 1 E View King Electrical Fixture MainteI13 P-_ Journey Level $30.59 5L 1 E View Workers. King Electricians Insid Cable Splicer $81.32 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E View King Electricians - Inside Certified Welder $78.55 7C AE View King Electricians - Inside Certified Welder(tunnel) $84.34 7C 4E View King Electricians - Inside Construction Stock Person $41.49 7C AE View King Electricians Inside Journey Level $75.80 7C AE View King Etectricians - Inside Journey Level (tunnel) $81.32 7C 4E View King Electricians - Motor Shop Journey Level $45.08 5A 1B View. King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Powerline Certified Line Welder $72.98 5A 40 View Construction King Electricians - Powerline Groundperson $47.94 5A _4D View Construction King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D View Construction King Etectricians - Powerline Journey Level Lineperson $72.98 5A AD View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W View Construction King Eiectri ians - Powerline Pole Sprayer $72.98 5A AQ View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction King Electronic Technicians Journey Level $50.57 7E I EE View King Elevator Constructor, Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King FabricaLed Precast Concrete All Classifications - In-Factory Work $18.25 56 1 R View Products Only King Fence Erectors Fence Erector $41.45 7A 31 View King Fence Erectors Fence Laborer $41.45 7A 31 View King Flaggers Journey Level $41.45 7A 31 View King Glaziers Journey Level $64.56 7L 1Y View King Heat ti Frost Insulators And Journeyman $73.58 5J 4H View Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1 E View King Hod Carriers a Mason Tenders Journey Level $50.42 7A 31 View King IndustriaLftwer Vacuum Cleaner Journey Level $12.00 1 View King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 513 i View King Inland Boatmen Deckhand $57.48 513 1A View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cle.aning/Sealing Of Technician $19.33 View Sewer Et Water Systems By Remote Control E I King Inspectioi7/Clea+airng/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control. King Insulation Applicators Journey Level $6004 5D 4C View King Ironworkers Journeyman $70.68 7N 110 View King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31 View Screed King Laborers Airtrac Drill Operator $50.42 7A 31 View King Laborers Ballast Regular Machine $48.90 7A 31 View King Laborers Batch Weighman $41.45 7A 3 View King Laborers Brick Pavers $48.90 7A 31 View King Laborers Brush Cutter $48.90 7A 31 View King Laborers Brush Hog Feeder $48.90 7A 31 View King Laborers Burner $48.90 7A 31 View King LdbUI ei 5 Caisson Worker $50.42 7A 31 View King Laborers Carpenter Tender $48.90 7A 31 View King Laborers Caulker $48.90 7A 31 View King Laborers Cement Dumper-paving $49.81 7A 31 View King Laborers Cement Finisher Tender $48.90 7A 31 View King Laborers Change House Or Dry Shack $48.90 7A 31 View King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 View King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 View King Laborers Choker Setter $48.90 7A 31 View King Laborers Chuck Tender $48.90 7A 31 View King Laborers Clary Power Spreader $49.81 7A 31 View King Laborers Clean-up Laborer $48.90 7A 31 View King Laborers Concrete Dumper/chute Operator $49.81 7A 36 View King Laborers Concrete Form Stripper $48.90 7A 31 View , King Laborers Concrete Placement Crew $49.81 7A 31 View King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 View King Laborers Crusher Feeder $41.45 7A 31 View King Laborers Curing Laborer $48.90 7A 31 View King Laborers Demolition: Wrecking Et Moving $48.90 7A 31, View (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 View King Laborers Diver $50.42 7A 31 View King Laborers Drill Operator(hydraulic,diamond) $49.81 7A 31 View King Laborers Dry Stack Walls $48.90 7A 31 View King Laborers Dump Person $48.90 7A 31 View King Laborers Epoxy Technician $48.90 7A 31 View King Laborers Erosion Control Worker $48.90 7A 31 View King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 View King Laborers Fine Graders $48.90 7A 31 View King Laborers Firewatch $41.45 7A 31 View King Laborers Form Setter $48.90 7A 31 View King Laborers Gabian Basket Builders $48.90 7A 31 View King Laborers General Laborer $48.90 7A 31 View King Laborers Grade Checker Et Transit Person $50.42 7A 31 View King Laborers Grinders $48.90 7A 31 View King Laborers Grout Machine Tender $48.90 7A 31 View King Laborers Groutmen (pressure)including Post $49.81 7A 31 View Tension Beams King Laborers Guardrail Erector $48.90 7A 31 View King Laborers Hazardous Waste Worker(level A) $50.42 7A 31 View King Laborers Hazardous Waste Worker(level B) $49.81 7A 31 View King Laborers Hazardous Waste Worker(level C) $48.90 7A 31 View King Laborers High Scaler $50.42 7A 31 View King Laborers Jackhammer $49.81 7A 31 View King Laborers Laserbeam Operator $49.81 7A 31 View King Laborers Maintenance Person $48.90 7A 31 View King Laborers Manhole Builder-mudman $49.81 7A 31 View King Laborers Material Yard Person $48.90 7A 31 View King Laborers Motorman-dinky Locomotive $49.81 7A 31 View King Laborers Nozzleman (concrete Pump, Green $49.81 7A 31 View Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 View King Laborers Pilot Car $41.45 7A 31 View King Laborers Pipe Layer Lead $50.42 7A 31 View King Laborers Pipe Layer/tailor $49.81 7A 31 View King Laborers Pipe Pot Tender $49.81 7A 31 View King Laborers Pipe Reliner $49.81 7A 31 View King Laborers Pipe Wrapper $49.81 7A 31 View King Laborers Pot Tender $48.90 7A 31 View King Laborers Powderman $50.42 7A 31 View King Laborers Powderman's Helper $48.90 7A 31 View King Laborers Power Jacks $49.81 7A 31 View King Laborers Railroad Spike Puller- Power $49.81 7A 31 View King Laborers Raker- Asphalt $50.42 7A 31 View King Laborers Re-timberman $50.42 7A 31 View King Laborers Remote Equipment Operator $49.81 7A 31 View King Laborers Rigger/signal Person $49.81 7A 31 View King Laborers Rip Rap Person $48.90 7A 31 View King Laborers Rivet Buster $49.81 7A 31 View King Laborers Rodder $49.81 7A 31 View King Laborers Scaffold Erector $48.90 7A 31 View King Laborers Scale Person $48.90 7A 31 View King Laborers Sloper(over 20") $49.81 7A 31 View King Laborers Sloper Sprayer $48.90 7A 31 View King Laborers Spreader(concrete) $49.81 7A sI View King Laborers Stake Hopper $48.90 7A 31 View King Laborers Stock Piler $48.90 7A 31 View King Laborers Tamper Et Similar Electric, Air Et $49.81 7A 31 View Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 View, King Laborers Timber Person - Sewer (tagger, $49.81 7A 31 View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 View King Laborers Topper $48.90 7A 31 View WY King Laborers Track Laborer $48.90 7A 31 View King Laborers Track Liner(power) $49.81 7A 3) View King Laborers Traffic Control Laborer $44.33 7A 31 8R View King Laborers Traffic Control Supervisor $44.33 7A 31 8R View King Laborers Truck Spotter $48.90 7A 31 View King Laborers Tugger Operator $49.81 7A 31 View King Laborers Tunnel Work-Compressed Air $107.60 7A 31 8Q View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 8Q View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 8Q View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8Q View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 8Q View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8Q View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8Q View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8Q View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8Q View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8Q View Tender King Laborers Tunnel Work-Miner $50.52 7A 31 8Q View King Laborers Vibrator $49.81 7A 31 View King Laborers Vinyl Seamer $48.90 7A 31 View King Laborers Watchman $37.67 7A 31 View King Laborers Welder $49.81 7A 31 View King Laborers Well Point Laborer $49.81 7A 31 View King Laborers Window Washer/cleaner $37.67 7A 31 View King LaNrers _Underground Sewer Et General Laborer Et Topman $48.90 7A 31 View Water King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 View Water King Landscape Construction Landscape Laborer $37.67 7A I View King Landscape Construction Landscape Operator $63.76 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $58.48 5D 1H View King Marble Setters Journey Level $57.32 5A 1M View King Metal Fabrication (in Shop). Fitter $15.86 1 View King Metal Fabrication (In Shop). Laborer $12.00 1 View King Metal Fabrication (In Shop). Machine Operator $13.04 1 View King M t Fabrfcation (In Shop) Painter $12.00 1 View King Metat Fabrrcatron (In Shop) Welder $15.48 j View King Millwright Journey Level $61.54 5D 4C View King Modular Buildings Cabinet Assembly $12.00 1 View King Modular Buildings Electrician $12.00 1 View King Modular Buitdings Equipment Maintenance $12.00 1 Vie King Modular Buildings Plumber $12.00 1 View King Modular Buildings Production Worker $12.00 1 View King Modular Buildings Tool Maintenance $12.00 1 View King Modular Buitdings Utility Person $12.00 1 View King ModrAar Buildings Welder $12.00 1 View King Painters Journey Level $42.50 6Z 2288 View King Pile Driver Crew Tender/Technician $64.71 5D 4-� View King Pile Driver Hyperbaric Worker- Compressed $74.87 5D 4C View Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker- Compressed $79.87 5D 4C View Air Worker 30.01 -44.00 PSI King Pile Driver Hyperbaric Worker- Compressed $83.87 5D 4C View Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker- Compressed $88.87 5D 4C View Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker- Compressed $91.37 5D View Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker- Compressed $96.37 5D 4C View Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker- Compressed $98.37 5D 4C View Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker- Compressed $100.37 5D ,AC View Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker- Compressed $102.37 5D 4C View Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D View King Pile Driver Manifold Operator (LST) $69.71 5D 4C View King Plasterers Journey Level $56.54 7Q jR View King Playground Er Park Equipment Journey Level $12.00 1 View Installers King Plumbers Et Pipefitters Journey Level $85.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X View King Power Equipment Operators Assistant Engineer $60.98 7A 8X View King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 8X View King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X Vie King Power Equipment Operators Bobcat $60.98 7A 3-( 8X View King Power Equipment Operators Brokk- Remote Demolition $60.98 7A 3K 8X View Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X View King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X View King Power Equipment Operators Cableways $64.83 7A 3K 8X View King Power Equipment Operators Chipper $64.26 7A 3K 8X View King Power Equipment Operators Compressor $60.98 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X View Screed King Power Equipment Operators Concrete Pump - Mounted Or $63.76 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount With $64.83 7A 3K 8X View Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With $64.26 7A 3K 8X View Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X View or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A _JK 8X View With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X View of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through 199 $66.15 7A 3K 8X View tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X View King Power Equi mp ent Qpeeators Deck Engineer/Deck Winches $64.26 7A 3K 8X View (power) i ION King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X View And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X View Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X View King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating $64.83 7A 3K 8X View Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X View Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X View Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X View King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X View King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $65.48 7A 3K 8X View Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $60.98 7A 3K 8X View Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X View Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler- Asphalt, Crusher $63.76 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X View King Power Equipment Operators Power Plant $60.98 7A 3K 8X View King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View King Power Equipment Operators Quick Tower- No Cab, Under 100 $60.98 7A 3K 8X View Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $64.83 7A 3K 8X View Rubber Tired Earth Moving Equipment FKing Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman $63.76 7A 3K 8 View (Certified) King Power Equipment Operators Rollagon $64.83 7A 3K 8X View. King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8 View Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8( View King Power Equipment Operators Saws- Concrete $63.76 7A 3K 8x View King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Yards 11 King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View r 1 King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8x View And Over King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8 View King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 01View King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8x View Tractors Under 15 Metric Tons ° King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $65.48 7A 3K M View 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $66.15 7A 3K 88XX View 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X View King Power Equipment Qperators Spreader, Topsider Et Screedman $64.83 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8Y View l King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 3K View Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3A 8X View 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X View from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X View Type King Power Equipment Operators Trenching Machines $63.76 7A 3K LX View King Power Equipment Operators Truck Crane Oiler/driver- 100 Tons $64.26 7A 3K 8X View And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X View Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K B EX View King Power Equipment Operators Welder $64.83 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $60.98 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3E 8X View King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8 View Underground Sewer a Water King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X View Underground Sewer Fi Water King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X View Under ground_Sewer ft Water King Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X View Underground Sewer Ex Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X View Undergrntind Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X View Underground Sewer fi Water King Power Equipment Operators- Cableways $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - Laser $60.98 7A 3K 8X View Underground Sewer iY Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $63.76 7A 3K 8X View Underground Sewer It Wa[er Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount With $64.83 7A 3K 8X View Underground Sewer Et Water Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount With $64.26 7A 3K 8X View Underground Sewer Et Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X View Underground Sewer Ez 'Anter King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X View Underground Sewer Et Wates- or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X View Underground Sewer a Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X View Underground Sewer'B W-,t•of of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Underground Sewer Es Water Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through 199 $66.15 7A 3K 8X View Underground Sewer a waLer tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X View Underground Sewer B Wa_t_er attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X View Undergro nd Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X View Underground Sewer 8 Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K SX View Underground Sewer fj Watef- - r King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Underground Sewer& Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X View r ,, Underground Sewer a Water- a King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X View Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X View Underground Sever B Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Underground Sewer a Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X View Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X View Underground Sewer Et Water King Power Qquipment Operators- Guardrail Punch $64.26 7A 3K 8X View Underground Sewer. b water King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X View Underground Sewer & 'Nater Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $64.26 7A 3K 8X View Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill Locator $63.76 7A 3K 8XView Underground Sewer Et Water King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X View Underground Sewer €t water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Underground Sewer & Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X View Underground Sewer Et.Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X View Underground Sewer Ei water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View Underground Sewer Fa Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X View Underground_Sf.;y'er Et Wa ter King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X View Underground Sewer R Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $65.48 7A 3K 8X View - Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X View Underground Sewer Et water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X View Underground Sewer EL Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $60.98 7A 3K 8X View Underground Sewer Ea Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X View Underground Sewer Fi Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X View Underground Sewer Et 'Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View Underground Sewer & Nater And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Underground Se,.ver Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X View Underground Sewer it Water King Power Equipment Operators- Pile Driver(other Than Crane $64.26 7A 3K 8X View Underground Sewer a Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View Undergror.ind Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X View Underground Sewei it Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Pumps -Water $60.98 7A 3K 8X View Underground 5ewzr Fx y+Jter King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View Underground 'Sewer Et Water King Power Equipment Operators- Quick Tower- No Cab, Under 100 $60.98 7A 3K 8X View Underground Sever Ex Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $64.83 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X View Underground SewerEt Water (Certified) King Power Equipment Operators- Rotlagon $64.83 7A 3K 8X View Underground Sewer EY Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X View Underground Sewer &Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Saws- Concrete $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Underground Sewer Et.Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View Underground Sewer Ft Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View Underground Sewer ix Water And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X View Underground Sewer' 6L WaLtl' Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View Underground Sewer&Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Underground Sewer Et 'Nater Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X View Underground Sewe! :3 ,f-,, r 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X View Underground Sewer Et Waler 90 Metric Tons King Power Equipment Operators- Slipform Pavers $64.83 7 A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X View Underground Sewer & Water King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3k 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $63.76 7A1 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X View Underground Sewer & Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 74 3K 8X View Underground Sewer & W3ter 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A KK 8X View Underground Suver Et Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $64.83 7A 3K 8X View Underground Sewer&Water Type King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X View Underground Sewer EE Wa[er- King Power Equipment Operators- Truck Crane Oiler/driver- 100 Tons $64.26 7A 3C 8X View Underground Sewer & Water And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X View Underground Sewer &t Water_` Tons King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X View Underground Sewer&Water King Power Equipment Operators- Welder $64.83 7A 3K. 8X View Underground Sewer &Water King Power Equipment Operators- Wheel Tractors, Farman Type $60.98 7A 3K 8X View UndergroUnd Sewer&water King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X View Underground Sewer & Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A View Trimmers King Refrigeration Et Air Conditionir3g Journey Level $81.01 6Z 1G View Mechanics King Residential Brick Mason Journey Level $57.32 5A im View King Residential Carpenters Journey Level $32.06 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywal Applicators Journey Level $45.05 50 View King Residential Dry rraLTapers Journey Level $45.19 5P 1� View King Residential Electncians Journey Level $36.01 1 View King Residential Glaziers Journey Level $43.00 7L 1 H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Ma;rbte Sat ex-s Journey Level $27.38 1 View King Residentia Painters Journey Level $27.80 1 View King Residential Plumbers Et Pipefitters Journey Level $39.43 1 View King Residential Refrigeration Et Air Journey Level $51.37 5A 1G View Conditioning Mechanics King Resrdentiai 5hee_t_Mee l Workers Journey Level (Field or Shop) $50.01 7F 1R View King Residential oft Floor Layers Journey Level $49.43 5A 3J View King Residential Spnnkler Fitters (Fire Journey Level $48.18 5C 2R View Protection) King Residential Store Masons Journey Level $57.32 5A 1M View King Residential Terrazzo Workers Journey Level $52.61 5A 1M View King Residential Terra---()/i j[e F inishz-: : Journey Level $24.39 1 View King Residential Tile Setter's Journey Level $21.04 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous Materials $56.27 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F JE View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding Et Ship - _Rep New Construction Carpenter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding ft Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding Et ShipRepair Ship Repair Boilermaker $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J View King Shipbuilding ii Ship Repair Ship Repair Machinist $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K View King Shipbuilding Et Ship - _Rep Ship Repair Painter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 41 View King Shipbuilding it Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K View King Sign Makers E Instalters (Electrical). Journey Level $49.70 0 1 View. King Sign Makers l# Installers (Non- Journey Level $31.52 0 1 View Electrical) King Soft Floor Layers Journey Level $49.43 5A '-J View King Solar Controls For Windows Joumey Level $12.44 1 View King Sprinkter Fitters (Fire Protectiarl) Journey Level $78.39 5C 1 X View King Stage Rigging Mechanics (Non Journey Level $13.23 1 View Structural), King Stone Masons Journey Level $57.32 5A IM View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X View King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X View King Surveyors Chainman $58.93 7A 3C 8P View King Surveyors Construction Site Surveyor $63.76 7A 3K 8X View King Telecommunication Technicians Journey Level $50.57 7E IE View King Telephone Line Construction - Cable Splicer $41.22 5A 28 View Outside King Telephone Line Constructign. Hole Digger/Ground Person $23.12 5A 20 View Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B View Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B View_ Outside King Telephone Linc Construction Special Apparatus Installer II $40.41 5A 26 View Outside King Telephone Line Construction Telephone Equipment Operator $41.22 5A 28 View Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B View Outside (Light) King Telephone Line COCISLruc ion - Telephone Lineperson $38.36 5A ZB View Outside King Telephone Line Constru tion Television Groundperson $21.92 5A 28 View Outside King Telephone Line Construction Television Lineperson/Installer $29.13 5A 2_B View Outside King Telerahnne Line Construction - Television System Technician $34.68 5A 2B View Outside King Telephgne Line ConstEVction • Television Technician $31.18 5A 2B View Outside King Teleahone Line Construction - Tree Trimmer $38.36 5A 26 View Outside King Terrazzo Workers Journey Level $52.61 5A 1 m View King Tile Setters Journey Level $52.61 5A 1PJv View King Tile, Marble Et Terrazzo Finish i s Finisher $43.44 5A 1B View King Traffic Control Stripers Journey Level $46.23 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $58.56 5D 3A 8L View King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L View King Truck Drivers Dump Truck $57.72 5D 3A 8L View King Truck Drivers Dump Truck ft Trailer $58.56 5D 8L View King Truck Drivers Other Trucks $58.56 5D 3A View King Truck Drivers - Ready Mix Transit Mix $58.56 5—D 3A BL View King Well Drillers a Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers ft Irrigation Pump Oiler $12.97 1 View Installers King Well Drillers ft Irrigation Pump Well Driller $18.00 1 Vie Installers J aboutblan 16/16 ,I Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first.eight(8) holirs worked the next clay 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 huuLly rate of wage. E. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall he paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. ) K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. I M All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid r7 at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued I. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q_ The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8) hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-lialf dries the hourly iate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage- F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W- The first two (2) hours after eight (8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. N r, 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. Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2) times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,) or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked o Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holiday shall be paid at double the hourly rate of wage. K. Work performed in excess of eight(8)hours of straight time per day, or ten(10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee returns to work without at least eight(8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8) hours per day or forty(40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay, unless a four(4) day ten(10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2)hours of overtime after ten (10) hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12)hours of work shall be paid at one and one half(1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten(10)hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve(12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2) times the straight time rate of pay. • 4 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 4 D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2) hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8) hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. LA E. The first two (2) hours after eight(8) regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day,ten hour work week, and Saturday shall be paid at one and one half(1%)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight(8) regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I The First eight(8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8) hours on a Saturday shall be paid at double the hourly rate of wage. All hour14s worked over twelve(12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K, All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12) in a day Monday through Saturday, and all .. hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 L. The first twelve(12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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, and all work performed between the hours of midnight(12:00 AM)and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)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 over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over(6)shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage. U The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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). I3. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day(8). 6 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 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). Lj 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). 1 H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Fiiday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday _- After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). I 6 A. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- ? Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day. (9 1/2). Holidav Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day,The Day After Christmas, And A Floating Holiday(10). I. 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. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. $, Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). A16ny holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 8 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holidav Codes Continued 7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day,Independence Day, Memorial Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day ■ after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. ■ S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Cortes Continued 7. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day, the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day,the day after Christmas, the day before New Year's Day,and a Floating Holiday. X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day, Independence Day,Memorial 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day, Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, Christmas Day,and the day after Christmas. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggeis and Sputtcis shall be posted where shown on approved Traffic Control Plans or where directed by the Eughieer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all 1 work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do "pioneer" work(break open a cut,build road, etc.) more than one hundred fifty(150) feet above grade elevation receive an additional$0.50 per hour. a Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. V In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' -$1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12 a GENERAL NOTES VICINITY MAP 7 ALL WORK SHALL CONFORM TO THE 2017 INCLUDING ENERGY BUILDING CODE AND D AMENDED E TS.LOCAL BUILDING CODES OR ORDINANCES INCLUDING ENERGY AND ACCESSIBILITY CODE REQUIREMENTS. t niaomrmr;f'arl 2 DO NOT SCALE DIMENSIONS FROM DRAWINGS VERIFY ALL DIMENSIONS,DATUMS,AND LEVEL PRIOR TO _ CONSTRUCTION.ALL DIMENSIONS ARE TO FACE OF STUD OR FACE OF CONCRETE UNLESS NOTED S-="+�, 4:r w OTHERWISE.CONSULT WITH ARCHITECT AND OWNER REGARDING ANY SUSPECTED ERRORS,OMISSIONS,OR ( � CHANGES ON PLANS BEFORE PROCEEDING WITH THE WORK �+�.,N 1 r dt l��I f !Il c ��._ ��,��i I',f IN � I� � :,�„' 3. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED SAFETY PRECAUTIONS AND METHODS, ' •• LLI TECHNIQUES,SEQUENCES,OR PROCEDURES REQUIRED TO PERFORM THE WORK `�,•r.T Federal Aid #: CM- 000S(464)-OOOS(464) 4. THE CONTRACTOR SHALL UTILIZE CONSTRUCTION TECHNIQUES,PRACTICES,AND PROCESSES THAT ARE SRn STANDARDAND ACCEPTABLE ASSUME LIABILITY THECONSTRUCTIONRESPONSIBILITY NYFOR METHODS MEANS O THE ARCHITECT DOES • 33325 8th Ave S, Federal Way, WA 98003 w NOT SPECIFY OR ASSUME LIABILITY OR RESPONSIBILITY FOR METHODS AND MEANS OF CONSTRUCTION. Ft%N.dl\VDy THECOSITE C U s. CONDIT TRACTORSHALLWHICH HIT MINE THE DONE DETERMINE ENTHE ORCHARGES WORKBE ALLOW PROJECT TEAM CONDITIONS UNDER WHICH IT MUST BE DONE NO EXTRA PAYMENTS OR CHARGES WILL BE ALLOWED FOR K`X•p; CLAIMS FOR ADDITIONAL WORK THAT SHOULD HAVE BEEN INCLUDED IN ORIGINAL INSPECTION � �, fi THE CONTRACTOR SHALL CHECK AND VERIFY CONTRACT DOCUMENTS AND FIELD CONDITIONS FOR O ACCURACY AND CONFIRM THAT THE WORK IS BUILDABLE AS SHOWN BEFORE PROCEEDING WITH CONSTRUCTION.THE CONTRACTOR IS TO OBTAIN CLARIFICATION FROM THE ARCHITECT BEFORE Federal Way,WA PROCEEDING WITH THE WORK IN QUESTION OWNER ARCHITECT MECHANICAL/ELECTRICAL 7 CONTRACTOR SHALL NOTE THAT NOT ALL MISCELLANEOUS ITEMS OF CUTTING.PATCHING OR FITTING ARE Transpogroup Cross 2 Design Group Tres West Enineers,Inc, INDIVIDUALLY DESCRIBED OR NOTED HEREIN.NO SPECIFIC DESCRIPTION OF GUTTING,PATCHING,OR FITTING 12131 113Th Ave NE,Sulte 203 2476 Westlake Avenue North,#102 2702 South 42nd St,Suite 301 z REQUIRED TO PROPERLY ACCOMMODATE THE SCOPE OF WORK SHALL RELIEVE THE CONTRACTOR FROM +'. . Ch RESPONSIBILITY TO PERFORM SUCH WORK AS REQUIRED Kirkland,WA 98034 Seattle,WA 98109 Tacoma,WA 98409 cp O B CONTRACTOR SHALL BE RESPONSIBLE FOR THE REPAIRS OF ANY ACCIDENTAL DAMAGE HEJSHE HIS/HER � Ph:425.821-3665 Ph:206.283,0066 Ph:253.472.3300 CO EMPLOYEES INFLICTS UPON THE EXISTING WORK TO REMAIN IF,FOR ANY REASON,DAMAGE TO EXISTING Contact:Roan Peterson Fx:206.782.7818 Contact:David M-Moore U rn WORK OR UTILITIES IS CONSIDERED TO BE UNAVOIDABLE,SUBMIT WRITTEN NOTIFICATION OF THIS BEFORE ryan,peterson@transpogmup com Contact:Brad Minogue dmm@lreswest,com J _ SIGNING THE CONTRACT IN THE ABSENCE OF SUCH NOTIFICATION,THE CONTRACTOR ASSUMES FULL RESPONSIBILITY FOR DAMAGE AND THE COST OF SATISFACTORILY REPAIRING OR REPLACING THE DAMAGED hminogue@cross2dg,com < U U7 WORK. ' 1 W > 9. THE RELOCATION OF ANY ITEMS INVOLVED IN THE WORK IS SUBJECT TO THE CONTRACTOR'S ABILITY TO DO •� Q SO WITHOUT PERMANENTLY DAMAGING OR MARRING THE ITEMS TO BE RELOCATED..IF THE ONTRACTOR ISUNABLE - GAt r+1e = J WRITING WITH OWNER ANDRELOCATE ANY/OR ARCHITECTS APPROVAL,CONTRAEM AS PRESCRIBED HEREIN HEISHE CTOR SHALL LLSUBSTITUTESUBSTI UTE NEW MAARCHITECT AND TER e'ea MATER Q ¢ CO TO MATCH EXISTING IN LIEU OF RELOCATING SAME CONTRACTOR MAY ALSO ELECT TO USE NEW MATERIAL ABBREVIATIONS • N W TO MATCH EXISTING IN LIEU OF RELOCATION OF EXISTING FOR HIS/HER OWN CONVENIENCE. w of CV M 10 IN PERFORMING WORK PRESCRIBED HEREIN AND THE STRUCTURAL AND MEP DRAWINGS OF THIS WORK,IT ABV-ABOVE EXP-EXPANSION.EXPOSED LOC-LOCATION REF-REFERENCE,REFER ILL I__ c13 LL_ C13 LLI NEW WILL BETHE CONTRACTORS RESPONSIBILITY REPAIR ALL EXISTING CONSTRUCTION DISTURBED, ACOUS-ACOUSTICAL EXT-EXTERIOR PL-LIGHT POLE REINF-REINFORCED PROJECT INFORMATION RELOCATED,DAMAGED OR ALTERED AND ALL NEW CONSTRUCTION INSTALLED,AS REQUIRED TO HIDE ALL EVIDENCE OF WORK AND TO REFINISH THIS CONSTRUCTION TO MATCH EXISTING FINISH AND APPEARANCE ACT-ACOUSTICAL CEILING TILE FA-FIRE ALARM MACH-MACHINE REQ,REQ'D-REQUIRED 11 ALL WORK NOTED N C"OR'NOT IN CONTRACT"IS TO BE ACCOMPLISHED BY A CONTRACTOR OTHER THAN ACP-ACOUSTICAL CEILING PAN- FD-FLOOR DRAIN MATL-MATERIAL RM-ROOM PROJECT#: 202 e r= - THE GENERAL CONTRACTOR AND IS NOT TO BE A PART OF THE CONSTRUCTION AGREEMENT THE GENERAL ADJ-ADJACENT,ADJUSTABLE FDC-FIRE DEPARTMENT CONNECTION MAX-MAXIMUM RO-ROUGH OPENING CONTRACTOR SHALL COORDINATE WITH"OTHER"CONTRACTORS AS REQUIRED AFF-ABOVE FINISH FLOOR FE-FIRE EXTINGUISHER MDF-MEDIUM DENSITY FIBERBOARD RUB-RUBBER _ ALT-ALTERNATEFEC-FIRE EXTINGUISHER CABINET RFB#: 19-005 ` 12 THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REMOVAL AND PROPER DISPOSAL OF ALL DEBRIS FROM MOO-MEDIUM DENSITY OVERLAY SBC-SEATTLE BUILDING CODE THE WORK AREA DURING PROGRESS OF THE JOB ALUM-ALUMINUM FFE-FINISH FLOOR ELEVATION MECH-MECHANICAL SC-SOLID CORE 13 THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE COORDINATION AND COSTS ASSOCIATED WITH ALL ANOD-ANODIZED FH-FIRE HYDRANT MED-MEDIUM SCHED-SCHEDULE,SCHEDULED PARCEL I.D.N0: 926500-0290 UTILITY REMOVAL AND INSTALLATION WITH APPROPRIATE UTILITY AS REQUIRED ARCH-ARCHITECTURAL FIN-FINISH MET-METAL SDMH-STORM DRAIN MANHOLE ASPH-ASPHALT FLASH-FLASHING MFR-MANUFACTURER SECT-SECTION 14 UPON COMPLETION OF THE WORK,CONTRACTOR SHALL REMOVE ALL DEBRIS,SURPLUS MATERIALS,AND EQUIPMENTAND THOROUGHLY CLEAN ALL SURFACES SO THAT THE PREMISES ARE READY FOR IMMEDIATE BLDG-BUILDING FND-FOUNDATION MIN-MINIMUM SF-SQUARE FEET LEGAL DESCRIPTION WEST CAMPUS OFFICE PARK DIV I ALL LOTS 29 THRU 31 TGW POR OF LOTS 27&32 LY NELY OF LN DAF-BEG AT MOST """-�-"' N FLR-FLOOR U) occuaANcv BLKG-BLOCKING MIR-MIRROR SG-SAFETY GLASS NLY COR OF SD LOT 27 TH S 53.58-3 W 23 FT TO TPOB OF SD DESC L NTH S 36-51-08 E TAP ON SELY LN OF SD LOT 32 LY [n BLW-BELOW FO-FACE OF MISC-MISCELLANEOUS SHT-SHEET 21426 FT NELY OF MOST SLY COR THOF&TERMINUS OF SD DESC LN-PER FEDERAL WAY LLE � O 15 THECONTRACTORSHALLTAKEALLPRECAUTIONSTO AREASTTHESPREADIL DUST,DIRT AND DEBRIS TO BM-BEAM FOIC-FURNITUREOWNERINSTALJ:UCONJRACTORMO-MASONRY OPENING SIM-SIMILAR 'LLE 94-0003 REC '9404221386 16% U y AREAS OUTSIDE THE WORK AREA INCLUDING FINISHED AREAS WITHIN THE BUILDING FOIO-FURNTIURE OWNER INSTALLED OWNER BO-BOTTOM OFMTD-MOUNTED SL-STREETLIGHT - 16 ALL PLUMBING,HEATING,VENTILATION,AND ELECTRICAL EQUIPMENT.FIXTURES,WIRING,PIPING, FOS-FACE OF STUD SM-SMALL BOT-BOTTOM MTL-METAL 11- DEMOLISHED AP ALL BY THE ENERAL CONTRACTORES WITH ALL TOBEREMOVED SHALL BE DESCRIPTION OF WORK INTERIOR TENANT IMPROVEMENT STRUCTURAL INCLUDE FURNITURE CHANGES,IMPROVEMENT 0139 Q.FT.VENTING BRG-BEARING FOW-FACE OF WALL ) Ah'D LIGHTING CHANGES,NO STRUCTURAL OR DEMO WORK(TENANT IMPROVEMENT T0139 SQ.FT.OF DEMOLISHED AND REMOVED BY THE GENERAL CONTRACTOR WITH ALL DISCONNECTIONS OF SAME BY THE (N-NEW SPEC-SPECIFICATION RESPECTIVE SUB-CONTRACTOR OF PLUMBING,H.V A.0,AND ELECTRICAL SURFACE APPURTENANCES ARE TO CAB-CABINET FR-FIRE RESISTIVE,FIRE RATED NA-NOT APPLICABLE SO-SQUARE TRAFFIC MANAGEMENT CENTER ON SECOND FLOOR) BE REMOVED,CARED FOR AND REINSTALLED BY CONTRACTOR ALSO,CONTRACTOR IS TO MARK AND FT-FOOT,FEET PROTECT EXISTING PIPING,WIRING,ETC.,AND IS SOLELY RESPONSIBLE FOR DAMAGE CAUSED TO SAME THIS CS-CATCH BASIN NIC-NOT IN CONTRACT SS-SANITARY SEWER COVER SHEET FT-FIRE TREATED APPLICABLE CODES 2015 IBC NOTE APPLIES ONLY TO EXISTING ITEMS SCHEDULED TO BE REMOVED CIP-CAST O PLACE NO-NUMBER S.S.-STAINLESS STEEL 2017 ICC/ANSI Al 17 1-ACCESSIBLE AND USABLE BUILDINGS AND FACILITIES CJ-CONTROL JOINT FTG-FOOTING NOM-NOMINAL STD-STANDARD 17 OPENINGS AND PENETRATIONS IN S AS OR ROOF/ASSEMBLIES SHALL BE PROTECTED WITH CL-CENTERLINE FURR-FURRING NTS-NOT TO SCALE 2015 WASHINGTON STATE ENERGY CODE THROUGH-PENETRATION FIRESTOPS AS REQUIRED BY IBC. STL-$TEFL CCG-CEILING GA-GAGE 01-OVER ST -SYMMETRICAL Y U STRUCTURAL LOT AREA 5,73 acres 18 PROVIDE NEAT CUT WHERE UTILITIES PENETRATE RATED WALL AND FLOOR ASSEMBLIES-SEAL WITH CLR-CLEAR GALV-GALVANIZED O.C.,o/c-ON CENTER STMM MMEE TRICAL NON-COMBUSTIBLE CODE APPROVED MATERIAL IMPERVIOUS TO THE PASSAGE OF SMOKE. GC-GENERAL CONTRACTOR CMU-CONCRETE MASONRY UNIT OD-OUTSIDE DIAMETER SV-SHEET VINYL GLS-GLASS BLDG GROSS AREA es,lDDsq.n 19. TO MAINTAIN WALL FIRE RATING,GYPSUM WALLBOARD SHALL BE CONTINUOUS TO THE FLOOR SHEATHING COL-COLUMN ODR-OVERFLOW DRAIN TBD-TO BE DETERMINED (INCLUDING AREAS WHERE BATHTUBS,LAVATORIES,AND KITCHEN WALL AND BASE CABINETS MAY OCCUR). CONC-CONCRETE GRD-GRADE,GROUND OH-OPPOSITE HAND TEL-TELEPHONE GV-GAS VALVE AREA OF REMODEL 139 sq.ft. 20 PENET TING ITEMS PASSING ENTIRELY THROUGH BOTH PROTECTIVE MEMBRANES OF BEARING WALLS AND CONST-CONSTRUCTION CWD-CYPGUMWALL DOARD OPN'G-OPENING TG-TEMPERED GLASS WALLS REQUIRING PROTECTED OPENINGS SHALL BE PROTECTED WITH THROUGH-PENETRATION AS CONT-CONTINUOUS OPP-OPPOSITE TO-TOP OF REQUIRED BY IBC CPT-CARPET GYP-GYPSUM HB-HOSE BIB PERP-PERPENDICULAR TS-TUBE STEEL ZONING RO RESEARCH OFFICE) 21 CONTRACTOR SHALL INSTALL FIREBLOCKS AND DRAFTSTOPS AT ALL LOCATIONS REQUIRED AS SPECIFIED IN CT-CERAMIC TILE PL-PLATE TSP-TELEPHONE SERVICE POLE Iec HC-HANDICAP HD-HOT DIPPED OCCUPANCY GROUP B-Business CTR-CENTER PLAM-PLASTIC LAMINATE TYP-TYPICAL 22 WHEN A CEILING FORMS THE PROTECTIVE MEMBRANE FOR A FIRE-RESISTIVE FLOOR-CEILING OR DET,DTL-DETAIL HDWR-HARDWARE PLT-PLATFORM UL-UNDERWRITER'S LAB. ROOF-CEILING ASSEMBLY,THE CONTRACTOR SHALL REFER TO IBC FOR INFORMATION AND REQUIREMENTS OF-DRINKING FOUNTAIN HGT-HEIGHT PTD-PAINTED LINO-UNLESS NOTED OTHERWISE NOTE: FOR INSTALLING FIXTURES OR PENETRATIONS IN THESE ASSEMBLIES DIA-DIAMETER PANT-PALM HM-HOLLOW METAL LION-UNLESS OTHERWISE NOTED 1 NO CHANGE TO BUILDING AREA,BUILDING HEIGHT,LOT COVERAGE OR PARKING LOT 23.THESE GENERAL NOTES AND DRAWINGS APPLY ONLY TO THAT PORTION OF THE BUILDINGIPROJECT IN WHICH DIM-DIMENSION HORIZ-HORIZONTAL PP-POWERPOLE VIN-VINYL WORK DESCRIBED IN THESE DOCUMENTS IS SCHEDULED TO BE PERFORMED,THE ARCHITECT SHALL ASSUME ON-DOWN HPC-HIGH PERFORMANCE COATING PSF-POUNDS PER SQUARE FOOT VB-VINYL BASE Base gECISTERED OR ACCEPT NO LIABILITY FOR WORK IN AREAS WHERE NO WORK IS SCHEDULED TO BE PERFORMED, DS-DOWNSPOUTHR-HOUR PSI-POUNDS PER SQUARE INCH VCT-VINYL COMPOSITION TILE xSCrfTGLi 24 CONTRACTOR SHALL LOCATE EXISTING UTILITIES PRIOR TO ANY SITE WORK DW-DISHWASHER IBC-INTERNATIONAL BUILDING CODE P T-POST TENSIONED VERT-VERTICAL 25 NOT USED. DWG-DRAWING ID-INSIDE DIAMETER PT-PRESSURE TREATED VIF-VERIFY IN FIELD (E),EXIST-EXISTING INSUL-INSULATION PV-PLUMBING VENT W/-WITH 51ATEOf'p+e,yhG10N 26..ALL MECHANICAL&ELECTRICAL WORK SHALL BE PERMITTED. EA-EACH INST-INSTALL,INSTALLER PWD/PLYWD-PLYWOOD WO-WOOD 27 EXI TING CABINETS AND SHELVING TO BE REMOVED AND DISPOSED OF AT THE CONTRACTORS EXPENSE, EF-EXHAUSTFAN INT-INTERIOR RAD-RADIUS WIN,WDW-WINDOW CONFIRM WITH BUILDING MAINTENANCE BEFORE REMOVAL EJ,EXP JT-EXPANSION JOINT JAN-JANITOR RB-RUBBER BASE WNST-WAINSCOT SHEET INDEX CONSTRUCTION APPROVAL 28 ACCESS CONTROL,KEYLESS ENTRY SYSTEMS,SECURITY DEVICES,ETC.SHALL BE CONTRACTOR FURNISHED ELEC-ELECTRIC(AL) JT-JOINT RCP-REFLECTED CEILING PLAN WP-WATERPROOF PER OWNER'S DIRECTION. ELEV-ELEVATION OR ELEVATOR LAM-LAMINATED RD-ROOF DRAIN WR-WEATHER RESISTANCE EQ-EQUAL LAV-LAVATORY REC-RECOMMENDED WT-WEIGHT 60%CD 02-04-19 LB-POUND GENERAL APPROt FOR CONSTRUCTION LG-LARGE90%CD 04-01-19 C5101 COVER SHEET 1 100%CD 07-25-19 SYMBOLS ARCHITECTURAL rr CONSTRUCTION Al-01 OVERALL 2ND FLOOR KEY PLAN DESIREE S-WINKLER,P-E. DATE REVISION 1 07/29/19 A2.01 FLOOR PLAN AND REFLECTED CEILING PLAN DEPUTY PUBLIC WORKS DIRECTOR X WINDOW TAG A3 01 FURNITURE PLAN REVISION 2 � ELEVATION INDICATOR A4-01 ELEVATIONS REVISION 3 MECHANICAL REVISION a� Fxwx�ROOM NUMBER M1 1 MECHANICAL SCHEDULES DETAILS moo :/„`"T, X BUILDING SECTION INDICATOR M2,1 MECHANICAL FLOOR PLAN - - JVx cEaoua- o.DESIGN DATUM ELEVATION ELECTRICAL GN - X WALL SECTION INDICATOR YYY E1 1 ELECTRICAL FLOOR PLAN E2.0 ELECTRICAL ONE-LINE DIAGRAM DRAWN CONFORMED SET CHECK IC ' DETAILIENLARGED PLAN INDICATOR +XX%, CEBJHG HEIGHT INDICATOR E2.1 ELECTRICAL PANEL SCHEDULES EXITWAlJ10E4JNG MOUNTED EXIT SIGN C r 1 J� 1 0 1 X INTERIOR ELEVATION INDICATOR ACCESSIBLE PARKING-BTALL n TA AO_ GENERAL NOTES VICINITY MAP - ] 1 ALL WORK SHALL CONFORM TO THE 2017 INTERNATIONAL BUILDING CODE AND AS AMENDED BY ANY LOCAL t'lv7'� F I 0, BU ILDING CODES OR ORDINANCES INCLUDING ENERGY AND ACCESSIBILITY CODE REQUIREMENTS. `u, ! I 'k] CnivOmaon GarA 2 DO NOT SCALE DIMENSIONS FROM DRAWINGS VERIFY ALL DIMENSIONS,DATUMS,AND LEVEL PRIOR TO —.;� C� CONSTRUCTION.ALL DIMENSIONS ARE TO FACE OF STUD OR FACE OF CONCRETE UNLESS NOTED -J. OTHERWISE-CONSULT WITH ARCHITECT AND OWNER REGARDING ANY SUSPECTED ERRORS,OMISSIONS,OR S o'S F+ rygp pr � e 'j ,( �'E _rr ,[ "3 Ory CHANGES ON PLANS BEFORE PROCEEDING WITH THE WORK ,III 3� 1�/l . I'4�'; r -,� "' I� "' ��J ''may/ ` .y'° J ,�c 3 CONTRACTOR SHALL BE RESPONSIBLE FOR ALL REQUIRED SAFETY PRECAUTIONS AND METHODS, TECHNIQUES,SEQUENCES,OR PROCEDURES REQUIRED TO PERFORM THE WORK H BN 7m,' Federal Aid #: CWHSIP-000S(464) 4. THE CONTRACTOR SHALL UTILIZE CONSTRUCTION TECHNIQUES,PRACTICES,AND PROCESSES THAT ARE $'r� C Q` 7 STANDA SPECIFY OR ASSUME LIABILITY TOTHE OR RESPONSIBILITY Y FOR METHODS AND ANDARDSMEANS OF THE ARCHITECT DOES 33325 8th Ave S, Federal Way, WA 98003 W NOT SPECIFY OR ASSUME LIABILITY OR RESPONSIBILITY FOR METHODS AND MEANS OF CONSTRUCTION •e0er a!'•6'ry ACCURACY AND CONFIRM THAT THE WORK IS BUILDABLE AS SHOWN BEFORE PR w. � CLAIMS FOR ADDITIONAL WORK THAT SHOULD HAVE EEN INCLUDED IORIGINAL INSPECTION ON INSI PAYMENTS IOWED FOR - 5. THE COUNOR SHALL EXAMINE THE E ONE.NO EXTRA TO DETERMINE THE CHAR OF WORK AND THE .l.rt PROJECT TEAM 6 THE CONTRACTOR SHALL CHECK AND VERIFY CONTRACT DOCUMENTS AND FIELD CONDITIONS FOR J PROCEEDING WITH CONDITIONS O CONSTRUCTION.THE CONTRACTOR IS TO OBTAIN CLARIFICATION FROM THE ARCHITECT BEFORE Federal Way,WA PROCEEDING WITH THE WORK IN QUESTION OWNER ARCHITECT MECHANICALIELECTRICAL 7 CONTRACTOR SHALL NOTE THAT NOT ALL MISCELLANEOUS ITEMS OF CUTTING,PATCHING OR FITTING ARE Transpogroup Cross 2 Design Group Tres West Enineers,Inc INDIVIDUALLY DESCRIBED OR NOTED HEREIN NO SPECIFIC DESCRIPTION OF CUTTING,PATCHING,OR FITTING 12131 113Th Ave NE,Suite 203 2476 Westlake Avenue North,#102 2702 South 42nd Sl,Suite 301 REQUIRED TO PROPERLY ACCOMMODATE THE SCOPE OF WORK SHALL RELIEVE THE CONTRACTOR FROM .1, C"J RESPONSIBILITY TO PERFORM SUCH WORK AS REQUIRED Kirkland,WA 98034 Seattle,WA 98109 Tacoma,WA 96409 Ph:425 8213665 Ph:206.283.0066 Ph:253.472.3300 0 0 8 CONTRACTOR SHALL BE RESPONSIBLE FOR THE REPAIRS OF ANY ACCIDENTAL DAMAGE HE/SHE HIS/HER 3 CQ EMPLOYEES INFLICTS UPON THE EXISTING WORK TO REMAIN IF,FOR ANY REASON,DAMAGE TO EXISTING Contact:Ryan Peterson FX:206.782.7818 Contact:David M Moore rn WORK OR UTILITIES IS CONSIDERED TO BE UNAVOIDABLE,SUBMIT WRITTEN NOTIFICATION OF THIS BEFORE cyan pelersOn O11fan5pIXJ f0Up COm Conlacl:Brad Minogue dmm@treswest com I + SIGNING THE CONTRACT IN THE ABSENCE OF SUCH NOTIFICATION,THE CONTRACTOR ASSUMES FULL S hBrad Ile Cf0552d COm ! 7 Cn RESPONSIBILITY FOR DAMAGE AND THE COST OF SATISFACTORILY REPAIRING OR REPLACING THE DAMAGED 9 @ g' WORK Q >- 9 9 THE RELOCATION OF ANY ITEMS INVOLVED IN THE WORK IS SUBJECT TO THE CONTRACTOR'S ABILITY TO DO SO WITHOUT PERMANENTLY DAMAGING OR MARRING THE ITEMS TO BE RELOCATED IF THE CONTRACTOR IS - Gen[S At r�1� ■ J UNABLE TO RELOCATE ANY ITEM AS PRESCRIBED HEREIN HEISHE SHALL NOTIFY ARCHITECT AND OWNER IN WRITING.WITH OWNER AND/OR ARCHITECTS APPROVAL,CONTRACTOR SHALL SUBSTITUTE NEW MATERIAL ABBREVIATIONS NOD TO MATCH EXISTING IN LIEU OF RELOCATING SAME CONTRACTOR MAY ALSO ELECT TO USE NEW MATERIAL LLI TO MATCH EXISTING IN LIEU OF RELOCATION OF EXISTING FOR HIS/HER OWN CONVENIENCE. w t..1... CLI') � 10 IN PERFORMING WORK PRESCRIBED HEREIN AND THE STRUCTURAL AND MEP DRAWINGS OF THIS WORK,IT ABV-ABOVE EXP-EXPANSION.EXPOSED LOC-LOCATION REF-REFERENCE,REFER ch LL. WILL BE THE CONTRACTORS RESPONSIBILITY TO REPAIR ALL EXISTING CONSTRUCTION DISTURBED, RELOCATED,DAMAGED OR ALTERED AND ALL NEW CONSTRUCTION INSTALLED,AS REQUIRED TO HIDE ALL ACOUS-ACOUSTICAL EXT-EXTERIOR PL-LIGHT POLE REINF-REINFORCED PROJECT INFORMATION EVIDENCE OF WORK AND TO REFINISH THIS CONSTRUCTION TO MATCH EXISTING FINISH AND APPEARANCE. ACT-ACOUSTICAL CEILING TILE FA-FIRE ALARM MACH-MACHINE REQ,REQ'D-REQUIRED 11 ALL WORK NOTED N I C'OR'NOT IN CONTRACT"IS TO BE ACCOMPLISHED BY A CONTRACTOR OTHER THAN ACP-ACOUSTICAL CEILING PAN FD-FLOOR DRAIN MATL-MATERIAL RM-ROOM PROJECT#: zoz E E - THE GENERAL CONTRACTOR AND IS NOT TO BE A PART OF THE CONSTRUCTION AGREEMENT THE GENERAL ADJ-ADJACENT,ADJUSTABLE FDC-FIRE DEPARTMENT CONNECTION MAX-MAXIMUM RID-ROUGH OPENING CONTRACTOR SHALL COORDINATE WITH"OTHER"CONTRACTORS AS REQUIRED AFF-ABOVE FINISH FLOOR FE-FIRE EXTINGUISHER MDF-MEDIUM DENSITY FIBERBOARD RUB-RUBBER ALT-ALTERNATEFEC-FIRE EXTINGUISHER CABINET MDG-MEDIUM DENSITY OVERLAY SBC-SEATTLE BUILDING CODE RFB#: 19-005 12 THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE REMOVAL AND PROPER DISPOSAL OF ALL DEBRIS FROM mon•'. ; THE WORK AREA DURING PROGRESS OF THE JOB ALUM-ALUMINUM FFE-FINISH FLOOR ELEVATION MECH-MECHANICAL SC-SOLID CORE ANDD-ANODIZED FH-FIRE HYDRANT MED-MEDIUM SCHED-SCHEDULE,SCHEDULED PARCEL I.D.NO: 9265Bo-0290 13 THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE COORDINATION AND COSTS ASSOCIATED WITH ALL UTILITY REMOVAL AND INSTALLATION WITH APPROPRIATE UTILITY AS REQUIRED, ARCH-ARCHITECTURAL FIN-FINISH MET-METAL SDMH-STORM DRAIN MANHOLE = v ASPH-ASPHALT FLASH-FLASHING MFR-MANUFACTURER SECT-SECTION 14 UPON COMPLETION OF THE WORK,CONTRACTOR SHALL REMOVE ALL DEBRIS.SURPLUS MATERIALS,AND BLDG-BUILDING FND-FOUNDATION MIN-MINIMUM SF-SQUARE FEET LEGAL DESCRIPTION WEST CAMPUS OFFICE PARK DIV I ALL LOTS 29 THRU 31 TGW FOR OF LOTS 27&32 LY NELY OF LN DAF-BEG AT MOST """_—" N EQUIPMENT AND THOROUGHLY CLEAN ALL SURFACES 50 THAT THE PREMISES ARE READY FOR IMMEDIATE FLR-FLOOR NLY COR OF SO LOT 27 TH S 53-58-3 W 23 FT TO TPOB OF SO DESC L NTH S 36-51-06 E TAP ON SELY LN OF SD LOT 32 LY _ OCCUPANCY BLKG-BLOCKING MIR-MIRROR SG-SAFETY GLASS � � BLW-BELOW FO-FACE OF MISC-MISCELLANEOUS SHT-SHEET 21426 FT NELY OF MOST SLY COR THOF&TERMINUS OF SO DESC LN-PER FEDERAL WAY LLE T O AREAS OUTSIDE THE WORK AREA INCLUDING FINISHED AREAS WITHIN THE BUILDING 15 THECONTRACTORSHALLTAKEALLPRECAUTIONSTOPREVENTTHESPREADDUST DIRT,AND DEBRIS TO BM-BEAM FOIC-FURITUREOWTIER INSTALLEDCONTRACTCR MO-MASONRY OPENING SIM-SIMILAR 'LLE 94-0003 REC *9404221386 U L1 FOIO-F - -�OWNER INSTALLED OWNER BO-BOTTOM OF MTD-MOUNTED SL-STREETLIGHT - 1PLUMBING,H V T -� 'I^ 6 ALL EATING,VENTILATION.AND ELECTRICAL EQUIPMENT,FIXTURES,WIRING,PIPING, BCT_BOTTOM FOS-1-•-_ __ MTI,-METAL SM-SMALL APPLIANCES.ETC,AND ALL ASSOCIATED APPURTENANCES SCHEDULED TO BE REMOVED SHALL BE F;�,,; ,. DESCRIPTION OF WORK INTERIOR TENANT IMPROVEMENT WORK TO INCLUDE FURNITURE CHANGES,MINOR MECHANICAL VENTING DEMOLISHED AND REMOVED BY THE GENERAL CONTRACTOR WITH ALL DISCONNECTIONS OF SAME BV THE BRG-BEARING _-_ r•�I: r.t?. SPEC-SPECIFICATION ANQ LIGHTING CHANGES,NO STRUCTURAL OR DEMO WORK(TENANT IMPROVEMENT TO 139 SO.FT OF RESPECTIVE SUBCONTRACTOR OF PLUMBING,H..VA,C,AND ELECTRICAL SURFACE APPURTENANCES ARE TO II =I:: ..,..._. :F=::'.;Eu P L1.ABLE SQ-SQUARE TAWi-lC MANAGEMENT CENTER ON SECOND FLOOTtI CAA _ rA-' r P r BE REMOVED,CARE DFOR AND REINSTALLED IS NSIB CONTRACTOR IS TO MARK AND r ! - SS-SANITARY SEWER COVER SHEET PROTECT EXISTING PIPING,WIRING,ETC-,AND IB SOLELY RESPONSIBLE FOR DAMAGE CAUSED TO SAME THIS CB-CATCFE BASIN �!. I I"I,TF`.: NOTE APPLIES ONLY TO EXISTING ITEMS SCHEDULED TO BE REMOVED. CIP•CAST IN PLACE F _- r W:- 1. S.S.-STAINLESS STEEL APPLICABLE CODES 2015 IBC G.I-I'�'+TRCLJOINT F - NOS! '.;.'.I'..�.'. STD-STANDARD 20171CC/ANSIA117I-ACCESSIBLE AND USABLE BUILDINGS AND FACILITIES 17 OPENINGS AND PENETRATIONS IN FLOOR/CEILING OR ROOF/ASSEMBLIES SHALLBE PROTECTED WITH I��i I'. 2015 WASHINGTON STATE ENERGY CODE THROUGH-PENETRATION FIRESTOPS AS REQUIRED BY IBC CL .PT-FLINE tF ,ITS r I:"..7•.LE STL-STEEL l FI Ir C OI-C STRUSTRUC-STRUCTURAL LOT AREA 5.73 acres 18 PROVIDE NEAT CUT WHERE UTILITIES PENETRATE RATED WALL AND FLOOR ASSEMBLIES-SEAL WITHGALL =D _P;TFJZ STM-SYMMETRICAL NONCOMBUSTIBLE CODE APPROVED MATERIAL IMPERVIOUS TO THE PASSAGE OF SMOKE. ' •. ": t;'TGR ! ��`EA1:Sf%ICRYUNTT C LE � rRA �7- I •.tMETER SV-SHEET VINYL G BLDG GROSS AREA B9,1 00 sq.ft. 19 TO MAINTAIN WALL FIRE RATING,GYPSUM WALLBOARD SHALL BE CONTINUOUS THE FLOOR SHEATHING L I1 D F'UVD ''DRAIN TBD-TO BE DETERMINED (INCLUDING AREAS WHERE BATHTUBS,LAVATORIES,AND KITCHEN WALL AND BASE CABINETS MAY OCCUR) lN� I RITE P AND TEL-TELEPHONE 20 PENETRATING ITEMS PASSING ENTIRELY THROUGH BOTH PROTECTIVE MEMBRANES OF BEARING WALLS AND !- L "TRUCTIQN - TO-TEMPERED GLASS AREA OF REMODEL 139 sq.ft. WALLS REQUIRING PROTECTED OPENINGS SHALL BE PROTECTED WITH THROUGH-PENETRATION AS r 1 ,ii i I ftJDOLIS I I:-I.r 1 F'� TO-TOP E REQUIRED BY IBC CF ;_-�P7 III%LAR TS-TUBE STEEL ZONING RO RESEARCH OFFICE 21 CONTRACTOR SHALL INSTALL FIREBLOCKS AND DRAFTSTOPS AT ALL LOCATIONS REQUIRED AS SPECIFIED IN C I --Tr,!SIS TILE -C- •A 1':.:_j; - TSP-TELEPHONE SERVICE POLE IBC OTF:-?-FiTfR I'_." '_.il:-'.L%49'1rE TYP-TYPICAL OCCUPANCY GROUP e-Business 22 WHEN A CEILING FORMS THE PROTECTIVE MEMBRANE FOR A FIRE-RESISTIVE FLOOR-CEILING OR DE_- fIL lETAIL FL,..: -H;.,:_r.; P UL-UNDERWRITER'S LAB- ROOF-CEILING ASSEMBLY,THE CONTRACTOR SHALL REFER TO IBC FOR INFORMATION AND REQUIREMENTS DF :RI`.r"P: F0l%TAis l 1-G' 1':�.I ' - I,. ELI UNO-UNLESS NOTED OTHERWISE NOTE: FOR INSTALLING FIXTURES OR PENETRATIONS IN THESE ASSEMBLIES DIA-DIAMETER AT HM-HOLLOW METAL UON-UNLESS OTHERWISE NOTED 1 NO CHANGE TO BUILDING AREA,BUILDING HEIGHT,LOT COVERAGE OR PARKING LOT 23 THESE GENERAL NOTES AND DRAWINGS APPLY ONLYTO THAT PORTION OF THE BUILDINGIPROJECT IN WHICH DIM-DIMENSION HORIZ-HORIZONTAL PP-POWER POLE VIN-VINYL WORK DESCRIBED IN THESE DOCUMENTS IS SCHEDULED TO BE PERFORMED THE ARCHITECT SHALL ASSUME DN-DOWN HPC-HIGH PERFORMANCE COATING PSF-POUNDS PER SQUARE FOOT VB-VINYL BASE 6 "r.E,n.iEPDY OR ACCEPT NO LIABILITY FOR WORK IN AREAS WHERE NO WORK IS SCHEDULED TO BE PERFORMED. DS-DOWNSPOUT HR-HOUR eae PSI-POUNDS PER SQUARE INCH VCT-VINYL COMPOSITION TILE "8 ' 1111iii 24 CONTRACTOR SHALL LOCATE EXISTING UTILITIES PRIOR TO ANY SITE WORK DW-DISHWASHER IBC-INTERNATIONAL BUILDING CODE P T-POST TENSIONED VERT-VERTICAL 25 NOTUSED DWG-DRAWING ID-INSIDE DIAMETER PT-PRESSURE TREATED VIF-VERIFY IN FIELD (E),EXIST-EXISTING INSUL-INSULATION PV-PLUMBING VENT W/-WITH =,LtiTEOryW,.tlpitpp 26 ALL MECHANICAL&ELECTRICAL WORK SHALL BE PERMITTED EA-EACH INST-INSTALL,INSTALLER PWD/PLYWD-PLYWOOD WD-WOOD 27 EXISTING CABINETS AND SHELVING TO BE REMOVED AND DISPOSED OF AT THE CONTRACTOR'S EXPENSE, EF-EXHAUST FAN INT-INTERIOR RAD-RADIUS WIN,WOW-WINDOW CONFIRM WITH BUILDING MAINTENANCE BEFORE REMOVAL EJ,EXP JT-EXPANSION JOINT JAN-JANITOR RB-RUBBER BASE WNST-WAINSCOT SHEET INDEX CONSTRUCTION APPROVAL 28 ACCESS CONTROL,KEYLESS ENTRY SYSTEMS,SECURITY DEVICES,ETC SHALL BE CONTRACTOR FURNISHED ELEC-ELECTRIC(AL) JT-JOINT RCP-REFLECTED CEILING PLAN WP-WATERPROOF PER OWNER'S DIRECTION. ELEV-ELEVATION OR ELEVATOR LAM-LAMINATED RD-ROOF DRAIN WR-WEATHER RESISTANCE EQ-EQUAL LAV-LAVATORY REC-RECOMMENDED WT-WEIGHT 60%CD 02-04-19 LB-POUND GENERAL APPRW FOR CONSTRUCTION LG-LARGEC51.01 COVER SHEETJ�� ��� 90%CD 04-01-19 100%CD 07-25-19 SYMBOLS ARCHITECTURAL CONSTRUCTION Al 01 OVERALL 2ND FLOOR KEY PLAN DESIREE S WINKLER,P.E. DATE REVISION 1 07129119 A2.01 FLOOR PLAN AND REFLECTED CEILING PLAN DEPUTY PUBLIC WORKS DIRECTOR 7[ )WINDOW TAG A3.01 FURNITURE PLAN REVISION/2 xra ELEVATION INDICATOR I A4.01 ELEVATIONS REVISION/3\- MECHANICAL 3MECHANICAL I REVISION f4\ X Fxxx�ROOM NUMBER M11 MECHANICAL SCHEDULES DETAILS _ xx:1 BUILDING SECTION INDICATOR M2.1 MECHANICAL FLOOR PLAN DATUM ELEVATION ELECTRICAL X WALL SECTION INDICATOR Ell1 ELECTRICAL FLOOR PLAN DESIGN E2,0 ELECTRICAL ONE-LINE DIAGRAM DRAWN CEILING HEIGHT INDICATOR IC t'XXX E2,1 ELECTRICAL PANEL SCHEDULES CONFORMED CC SET CHECK DETAILIENLARGED PLAN INDICATOR __. EXIT WALLr('JLINGMOUNTED EXIT SIGN CS A ,0 A INTERIOR ELEVATION INDICATOR Y I Y I /�\\ I//I/� ACCESSIBLE PARKING3fiALL 1 V 1 1,r1/1G—I l 1 n `J` •TIO-m" '�' =Hr'-0' tl5'-0" ±30'-O" _3m'-0' :30'-0' :3m'-E" r30-O• +15'-0' TIS'-m' Luz L.-6. _I,_�. 12.-T. e3'-51:'-B" 19'=B' .,'-e" 5'-9' 9'-3' l..--. :3'.T• B}. -k 9" H•_H• 9.-4' '-Il'-m.. Lu elf � -,'' " 5'-ICI" 3'-� 10'- �7'-3•2-�'" sl2"-2h" eI'_ - U 0. z -- >� I � i 111, — ---- olo co m O i' o 2-- f , 00 HLPJB - i.: '� 7ms+ _ G� �� I Ime DIR CL o v Q 260 `g3 I, .. - A 1 ,gym' i 0� �n / 1 BI4 52 W STNF � I Lu L Q �" LLJ I 1N- m 7116 I. Q - 1_ _� _ V - �; 1 tl y A � .� ....,_... J / ^ TC1 Eby `' " ui of N ` - 0 CMILU I T - r.c5x •-3 9_916@ {P - - I I � _ _• �L 71'Z 1 Q2E I ` �w 01: Y N W 9-4 s9 25-9• II lllr, I��. - jam■ tle .1. `a. - zr � 7o9I �� ! arra "6 K s ZZ r _�• IIID I t 1 _a 3^'•m n C7 GSI I ST :a ro ALIO �'L WALL T { �yzi ® 1 I = 0 co ■ C —�„ACN AS TO EwST.WALL.J 1 16% ro I I 19 - rq�RATINi� 17n_b. ti' U":N-0' r•5-: :3'-r" 1..v" ._-6. 8'-C..T � �, QD. N ' KEY PLAN � � = x ' A. I1Q 1 7111 F2 h I� f SEE 1/A2.01 FOR NEW PLAN -- I Li Zi r 71 f f-- REGISTERED 7 3 I I I I I �rI 20l � ✓ r _ `. f� � � N3`J51E07 - ! A::111111 ul ti i I i I,�ENLARGED PLAN I IW7.A-403 FOR 60%CID 02-04-191'iO1Clg DETAIL. 90%CID 04-01-19 100%CD 07-25-19 NOTE5: �r41\ 1,4L• 2ND FL-f'�=-) LEGEND CONSTRUCTION L ANT W41 INDICATED TO BE EXTENDED TO TFE CEILHJG- Ls N N.I. ON PL,4N " NEW sh"METAL STUDS-24"ON CENTER�(•tl° REVISION T 07129119 THAT INTERSECTS EXISTING DUC:TWOR 0,OR HVAC EQUIPMENT CAM ON EACH SDE AND R-11 INSULATION- TOP REVISION 2 SHALL IBE T*W PIT AROUND THE DUCT OR EQUIPMENT A5 SCALE: 1%�U'•0� OF UALL SHALL STOP a CELING.LINE OR DIRECTED 5, THE CCNSTPoICTION MANAGER DO NOT IMMEDIATELY ABOVE CEILING. WHEN SHCWJ, REVISION 3 09C'RUG'ANY ACCESS PANELS OR ALTER DUCT INSULATION, ALIGN W/EXISTING WALL. IF ANT. REVISION a� NEW 3 i"METAL 61UD5 74"ON CENTER w/Otl" J. a _ 2..CdWB CONTRACTOR STALL PROVIDE(U-I2xQ OPENMG HT GILB ON EACH SIDE AND R^II INSULATION- =- w--•" :� EACH ROOT DESIGNATED A6 HAVING-RILL FEI.HT WALLS EXTEND WALL TO CONCR 2 DECK SEEire�o>�A FOR USE BY HVAC CONTRACTOR DETAIL XXX - 111-1—T011USED'N - EX WALLS TO REMAIN. DESIGN DRAWN IC CHECK N s o' KEY FLOOR PLAN 3116-=10' 1 A1 ,01 GENERAL NOTES: O EXISTING WALLS/COLUMNS A. PARTITION DIMENSIONS ARE TO FACE OF STUD/U.N.O. B. CONTRACTOR MUST USE EXTREME CARE DURING r7.�' . NEW%4'REMOVABLE PAINTED MDF 5'-10Yz" DEMOLITION AND CONSTRUCTION PANELS TO ACCESS CABLING C. FIELD VERIFY ALL(E)DIMENSIONS&NOTIFY ARCHITECT OF DISCREPANCIES FLOOR FINISH LEGEND: D. PER ICC/ANSI A 1171 HANDLES,PULLS,LATCHES,LOCKS AND OTHER OPERABLE PARTS ON ACCESSIBLE DOORS SHALL (E) EXISTING FLOORING TO REMAIN w HAVE A SHAPE THAT IS EASY TO GRASP WITH ONE HAND AND Lu DOES NOT REQUIRE TIGHT GRASPING,PINCHING OR LIGHT FIXTURE LEGEND TWISTING OF THE WRIST TO OPERATE,OPERABLE PARTS OF X00 BOX BOX BOX FILE FILE FILE � z SUCH HARDWARE SHALL BE 34"MIN.AND 48"MAX.ABOVE FLOOR. NEW 2X2 DIMMABLE FLUORESCENT w . W E. REFERENCE AND COORDINATE WITH CABINET NON-GLARE UP LIGHTING c? (E)DOOR TO REMAIN ( , MANUFACTURER DRAWINGS FOR ALL CASEWORK ITEMS (2)40"-46"FLAT SCREEN MONITORS�' TRAFFIC v F. EXPOSED STRUCTURE-BEAMS,COLUMNS&JOISTS-TO MANAGEMENT J REMAIN (1)24"-30"FLAT SCREEN MONITORS CENTER O I► G. PATCH AND REPAIR ALL(E)WALLS AS REQUIRED. EXISTING ELECTRICAL LEGEND �\ H DURING DEMO AND CONSTRUCTION,EXISTING FLOORING 139 sq.ft. �2 SHALL BE PROTECTED SYMBOL DESCRIPTION PROVIDED 2"OFFSET BLOCKING(fYP) 108"cl.h. 1.4,01 I. ALL WALL SURFACES TO BE CLEAN,FLUSH,AND FREE OF (4)40"-46"FLAT SCREEN MONITORS Ct DEBRIS AND RESIDUE. DUPLEX RECEPTACLE:WALL MOUNTED ll<�4'x4'SECTION OF 3/"REMOVABLE MDF PANEL TO ACCESS CABLING co DUPLEX RECEPTACLE(SPLIT CIRCUIT) � 3 NEW SECURITY CARD U m TRIPLE DATA/COMM OUTLET:WALL MOUNTED _ 4,.01 READER PER ELECTRICAL J rL LU U Q Q 1 a ® w 4.07 _ s �o (E)WINDOW TO REMAIN w o/ N w L.L U— co WILL.i o Lu � ^v N _ 2'x6'TABLE e U 0 U I 4'-4"+/-VERIFY FEDERAL WAY - FLOOR PLAN &RCP � N PROPOSED FLOOR PLAN 2ND FLOOR 1 4�q1 r 3 Q 4.01 sees flEi�S:E1TD 7,R;,HITL7i 0 - EXlunNr. 1 1I q .99P! 4.07 . `��r74.T i Srkr OF«r,SFBN�?L1V 7 I F. s� 60%CD 02-04-19 2'x4'CERJNG 04-01-19 GRID @ .l 9'-D"AFF TY _"L" GD 07-25-19 CONSTRUCTION REVISION Al 07/29/19 REVISION z L ING FIXTURES PER ELE ICAL F1:_VISION 3 REVISION a o`� E� µ;�"re;oF DESIGN DRAWN C 11'4" CHECK N T314—l'-O'REFLECTED CEILING PLAN CAI 2ND FLOOR Z A2.01 GENERAL NOTES: EXISTING ELECTRICAL LEGEND A. PARTITION DIMENSIONS ARE TO FACE OF STUD/U,N.O SYMBOL DESCRIPTION NEW FURNITURE/EQUIPMENT B CONTRACTOR MUST USE EXTREME CARE DURING &CASEWORK LEGEND DEMOLITION AND CONSTRUCTION C. FIELD VERIFY ALL(E)DIMENSIONS&NOTIFY ARCHITECT OF DUPLEX RECEPTACLE:WALL MOUNTED F1 F1 F1 F1 M2DISCREPANCIES WKS: WORKSTATION N D. PER ICC/ANSI A 117 1 HANDLES,PULLS,LATCHES,LOCKS AND DUPLEX RECEPTACLE(SPLIT CIRCUIT) (RECOMMEND TBC ST2-LT OR SIMILAR Am, LL OTHER OPERABLE PARTS ON ACCESSIBLE DOORS SHALL BRAND AND MODEL) w HAVE A SHAPE THAT IS EASY TO GRASP WITH ONE HAND AND TRIPLE DATA/COMM OUTLET:WALL MOUNTED F1: PEDESTAL FILES(4) Uj DOES NOT REQUIRE TIGHT GRASPING,PINCHING OR (RECOMMEND TBC 518-BBF-PED OR TWISTING OF THE WRIST TO OPERATE.OPERABLE PARTS OF SIMILAR BRAND AND MODEL) P PROPOSED ELECTRICAL LEGENDz SUCH HARDWARE SHALL BE 34"MIN.AND 48"MAX-ABOVE M1: 24"MONITORS DESKTOP t. FLOOR. w M2: 40"-46"FLAT SCREEN WALL MOUNTED E. REFERENCE AND COORDINATE WITH CABINET SYMBOL DESCRIPTION MANUFACTURER DRAWINGS FOR ALL CASEWORK ITEMS MT 24"-30"FLAT SCREEN NON MOUNTED 2 F EXPOSED STRUCTURE-BEAMS,COLUMNS&JOISTS-TO T1: 2'-0"W x 6'-0"L TABLE (RECOMMEND i NEW SECURITY REMAIN ❑ CARD READER ACCESS TMC OR SIMILAR BRAND) {�� CARD READER J G. PATCH AND REPAIR ALL(E)WALLS AS REQUIRED. O H. DURING DEMO AND CONSTRUCTION,EXISTING FLOORING DUPLEX RECEPTACLE:WALL MOUNTED SHALL BE PROTECTED I. ALL WALL SURFACES TO BE CLEAN,FLUSH,AND FREE OF Q TRIPLE DATA/COMM OUTLET:WALL MOUNTED DEBRIS AND RESIDUE ( j - ---- 7 a L CD I M1 WKS3�01 00OCD i D J V U U Q -- -I _---- M1 >a µ 1� w LL _ J Q 0LU W � N LL MW c,) LU i M1 WKS ■ M1 I.r M1 _... M1 T1 to e 146 0oU PROPOSED FURNI I t IKE PLAN a;2ND FLOOR FEDERAL WAY FURNITURE PLAN 63 3/4" Standing Eye Level,Avg.Adult OWNER SUPPLIED FLAT SCREEN— OWNER SUPPLIED FLAT SCREEN 2-9Y2. 5'-7" ��`-� AEGISiERED 46 13/16" •� ?RCIutEDr Seated Eye Level,Avg Adult �` -. -. -. '� ' 'DE I I 60%CD 02-04-19 28 3/4" 90%CD 04-01-19 _ - 100%CD 07-25-19 Counter Top Level CONSTRUCTION L REVISION 1 07129119 REVISION 2 ILI REVISION REVISION a DESIGN n (DRAWN IC CHECK Finish Floor Level A3.01 WORKSTATION TBC ST2-LT SIDE ELEVATION �1 WORKSTATION TBC ST2-LT FRONT ELEVATION 1-1/2'=1, L 314'.fl-0° 3 NOTE: FOR 2"OFFSET BLOCKING , w FASTEN 2"x4"BOARDS AT EACH END TO EXISTING STUDS PER z CONTRACTOR'S REQUIREMENTS I LLJ U .............. i. (4)40"-46"FLAT (2)40"-46"FLAT 0 _ SCREEN MONITOR �` L r S NI OOR - t PER TECH PER TECH + oCD IO r i j` 8 --�_ m U > (N) OUTLETS 3-2 +1- � T-2" co &DATA r 'r LL ¢ < Vu LL = � ................. QQ (N) OUTLETS I i (N) OUTLETS i ui o� M Luo &CJTA &DATA Ll- PROVIDE PROVIDE 2"OFFSET LL � BLOCKING PROVIDE 2"OFFSET Eo - BLOCKING � yGWB PAINTED { -------__- (1)24"-30"NON-MOUNTED ADJUSTABLE MONITOR ADJU I � GWB PAINTED – "�. o cr U � { —-- ---------\_ ffE i—L_ FEDERAL WAY FR0111T E'_E'V TION d:'2ND FLOOR 1 RIGHT ELEVA.TIDN:4i 23dD FLOOR a TRAFFIC 2 CONTROL CENTER ELEVATIONS a T ease AECI4ERED ��F (E)CEILING TO REMAIN (TYP. �� ) hR:.HHCC"• "'— GWB PAINTED t � (E)DOOR (E)WINDOW 44"-53"TYP. EYE HEIGHT FOR SEATED MALE. 60%CD 02-04-19 s 90%CD 04-01-19 100/o I " co 07-25-19 ' o CONSTRUCTION i� REVISION i 07129119 - — REVISION(2 REVISION 3\ d P — _ I t REVISION a W C9 e - DESIGN DRAWN IC mW - =- CHECK F A14.0 1 REAR ELEVATION a 2ND FLO� LEFT ELEVATION rG 2ND FLOOR a MECHANICAL GENERAL NOTES MECHANICAL LEGEND MECHANICAL ABBREVIATIONS 1, STANDARD CURRENT TRADE PRACTICES&METHODS 14 SEAL&TEST ALL DUCTWORK AS REQUIRED PER IMC, SYMBOL DESCRIPTION 0 DIAMETER APPLY TO THIS PROJECT ALL WORK IS TO MEET WSEC C4032.8-3 LEAKAGE REQUIREMENTS,&IBC �— REQUIREMENTS OF ALL CURRENT CODE&LOCAL VAPOR RETARDER REQUIREMENTS.DUCTWORK I�' � CEILING AIR TERMINAL-SQUARE CFM CUBIC FEET PER MINUTE JURISDICTIONAL REQUIREMENTS AND AMENDMENTS. DESIGN PRESSURE IS 2"DOWNSTREAM OF VAV BOX (E) EXISTING THESE CODES INCLUDE BUT ARE NOT LIMITED TO AND 8"UPSTREAM OF VAV BOX, WASHINGTON STATE ENERGY CODE,INTERNATIONAL 66' FLEXIBLE DUCT HP HORSEPOWER W MECHANICAL CODE,INTERNATIONAL BUILDING CODE, 15. ALL SHEET METAL DUCTWORK SHALL BE INSULATED IN f UNIFORM PLUMBING CODE,NFPA,INTERNATIONAL FIRE ACCORDANCE WITH THE WASHINGTON STATE ENERGYVOLUME DAMPER(VD) KW KILOWATT CODE,&LOCAL JURISDICTIONAL REQUIREMENTS. CODE CONCEALED DUCTWORK LOCATED WITHIN THE Z COMPLY WITH ALL MANUFACTURER'S REQUIREMENTS. CONDITIONED SPACE SHALL BE INSULATED WITH A O ROOM TEMPERATUR SENSORlTHERMOSTAT W COORDINATE WITH OWNER'S REPRESENTATIVE FOR MINIMUM OF R-3.3.DUCTWORK LOCATED IN ANY VARIANCES. UNCONDITIONED SPACES SHALL BE INSULATED WITH A V MINIMUM OF R-6.WHERE LOCATED OUTSIDE OF THE POINT OF CONNECTION J 2. DRAWINGS ARE DIAGRAMMATIC ONLY&NOT INTENDED BUILDING,DUCTWORK SHALL BE INSULATED WITH A O TO SHOW ALL DETAILS OF THE WORK.VERIFY MINIMUM OF R-8. DEMOLITION SCOPE OF WORK LOCATION&MEASUREMENTS OF ALL ITEMS ON THE N JOB SITE PRIOR TO INSTALLATION. CONTRACTOR 16• ALL SHEET METAL PRODUCTS SHALL COMPLY WITH LJ_ SHALL PROVIDE ALL OFFSETS&ADDITIONAL SMACNA DUCT CONSTRUCTION STANDARDS,CURRENT DUCTWORK&PIPING AS NECESSARY TO AVOID EDITION. z STRUCTURAL ELEMENTS ON THE PROJECT. AIR TERMINAL SCHEDULE Q c� CONTRACTOR SHALL PRODUCE SHOP DRAWINGS& 17. ALL DUCT SIZES SHOWN ARE CLEAR INSIDE O o SIZES AS NOTED ON PLANS 00 COORDINATE WITH OTHER TRADES. THERE SHALL BE DIMENSIONS, SYMBOL AIR TERMINAL- CDNO ADDITIONAL COST TO THE OWNER FOR THIS CEILING DIFFUSER:TITUS MODEL TDCA ADJUSTABLE DIFFUSER FOR INSTALLATION IN T-BAR CEILINGS PROVIDE J Q COORDINATION OR FOR EXTRA MATERIAL REQUIRED IN 18. WHERE FLEXIBLE DUCT IS SHOWN AT GRILLES, CD' ORDER TO ACCOMPLISH THIS TASK. 24x12 OR 24x24 PANS AS REQUIRED TO SUIT CEILING PANELS.MANUFACTURER'S STANDARD OFF-WHITE FINISH � U ui 3:REGISTERSAND DIFFUSERSPROVIDE 6'MAXIMUM u W r , , LENGTH OF FLEXIBLE DUCT INCLUDE OPPOSED-BLADE VOLUME DAMPER.""'INDICATES THROW PATTERN Q Q 3, PROVIDE COMPLETE&FULLY-OPERATING SYSTEMS. CRR CEILING RETURN REGISTER:TITUS MODEL 50-F 1/2"x1/2"x1/2"EGGCRATE GRILLE FOR INSTALLATION IN T-BAR w _ 19. PROVIDE FLEXIBLE CONNECTORS AT DUCT CEILINGS.PROVIDE 12x24 OR 24x24 PANS AS REQUIRED TO SUIT CEILING PANELS.MANUFACTURER'S STANDARD = 4 COORDINATE LOCATIONS OF ALL EQUIPMENT& CONNECTIONS TO ALL AIR HANDLING EQUIPMENT OFF-WHITE FINISH.INCLUDE OPPOSED-BLADE VOLUME DAMPER.PAINT DUCT MATTE BLACK BEHIND GRILLE. O Q °O APPURTENANCES WITH OTHER TRADES- Lu 20. SUPPORT FOR SUSPENDED EQUIPMENT SHALL LU 5, ANY CUTTING,PATCHING&PAINTING OF BUILDING INCLUDE APPURTENANCES AS NOTED IN ASHRAE AND M LL_ ELEMENTS&FINISHED SURFACES IS TO BE DONE BY REQUIRED IN CODE FOR SEISMIC/SWAY BRACING. THE GENERAL CONTRACTOR. VAV TERMINAL BOX SCHEDULE 21. PROVIDE VOLUME DAMPERS AT ALL GRILLES, 6. ALL APPLIANCES DESIGNED TO BE FIXED IN POSITION REGISTERS,&DIFFUSERS IN ADDITION TO OPPOSEDUNIT ENVIRO-TEC INLET DESIGN MIN. FAN ELECTRIC HEAT - SHALL BE SECURELY FASTENED IN PLACE. BLADE DAMPERS, NO MODEL NO SIZE CFM CFM MOTORFHPVOLT/PH KW STAGES VOLT/PH7 ADJUSTING&BALANCING:ADJUST EACH PART OF 22. PROVIDE COMMISSIONING OF THE HVAC SYSTEM. N2206 CFR-EH-0811 8 400 50 ECM 277/1 q SSR 480/3 SYSTEM TO ENSURE PROPER FUNCTIONING OF ALL INCLUDE FUNCTIONAL TESTING SEQUENCE OF CONTROL a CONTROLS&SPECIFIED AIR DISTRIBUTION. LEAVE OPERATION 8 TEST PROCEDURES PER WASHINGTON ENTIRE SYSTEM IN OPERATING CONDITION. STATE ENERGY CODE.SEE SPECIFICATIONS FOR NOTE: SPECIFIC EQUIPMENT TESTING REQUIREMENTS.ITEMS PROVIDE WITH 2"FILTER,FACTORY MOUNTED CONTROL CV 8. PROVIDE NATIONAL ELECTRICAL CODE(NEC)MINIMUM TO BE COMMISSIONED ARE: CONTROL SYSTEMS,VAV " c T 0 ' WORKING CLEARANCE IN FRONT OF ANY ELECTRICAL TERMINAL BOX.AIR SYSTEMS SHALL BE BALANCED 0 _ PANEL,INCLUDING PANELS ON EQUIPMENT.RE-ROUTE THEN ADJUSTED TO MEET DESIGN FLOW CONDITIONS. ` U OR OFFSET PIPING AND/OR DUCTWORK AS REQUIRED. PROVIDE PRELIMINARY AND FINAL COMMISSIONING REPORTS.SUBMIT FIGURE C408.1.2 1 COMPLIANCE 9. PROVIDE AIR SYSTEM BALANCING DEVICES,INCLUDING CHECKLIST FROM WASHINGTON STATE ENERGY CODE VOLUME DAMPERS,ON TERMINALS AS SHOWN ON TO AUTHORITY HAVING JURISDICTION UPON ...... PLANS.TEST AND BALANCE ALL SYSTEMS COMPLETION OF PRELIMINARY COMMISSIONING MECHANICAL REPORT PROVIDE CLOSEOUT DOCUMENTS IN 10, EQUIPMENT,DIFFUSERS,&GRILLES SHALL BE COMPLIANCE WITH C103.6 COORDINATED WITH PLACEMENT OF LIGHT FIXTURES. SCHEDULES 23, DDC SYSTEM SHALL HAVE CONTROL POINTS AS 11 VENTILATION SHALL BE PROVIDED PER IMC CHAPTER REQUIRED FOR THE SEQUENCE OF OPERATIONS. 4.MECHANICALLY VENTILATED SYSTEMS SHALL BE SYSTEM SHALL TREND ALL POINTS AND UTILIZE A _ _ ELECTRICAL SERVICE CLEARANCE DETAILS CAPABLE OF REDUCING THE OUTDOOR AIR SUPPLY TO DEMAND RESPONSE TO ADJUST SETPOINT, KEEP CLEAR 30"WIDE,48"DEEP THE MINIMUM REQUIRED BY CHAPTER 4 OF THE IMC. I — — 12. AIR ECONOMIZERS ON SYSTEMS GREATER THAN 65,000 BTUH SHALL BE CAPABLE OF PROVIDING PARTIAL COOLING EVEN WHEN MECHANICAL COOLING IS REQUIRED TO MEET THE REMAINDER OF THE 4 "L COOLING LOAD. I I ' •.rt-: 5i,;;__ 13. TEMPERATURE CONTROLS SHALL BE MINIMUM OF I 7-DAY PROGRAMMABLE TYPE PROVIDING SETPOINT PRIMARY AIR F 5'-0"LINED SUPPLY DUCT TEMPERATURES,NIGHT SETBACK,MANUAL OVERRIDE, INLET SIZE PER NO TAKEOFFS ALLOWED IN &MINIMUM 5-DEGREE DEADBAND.CONTROLS SHALL SCHEDULE THIS AREA ALLOW FOR OPTIMUM START' ,; US 8::. ------- ELECTRIC HEATING COIL 07-11-19 INDUCED AIR INLET AND FILTER RACK 60%CD 02-04-19 90%CD 04-19-19 100%CD 07-11-19 CONSTRUCTION EXISTING FLOOR/CEILING ASSEMBLY REVISION t BOLTS �- REVISION 2 SPRING VIBRATION r� REVISION,2, ISOLATOR(TYR) L _ 3tl 6"_ DIA 7X7 AICRAFT SEISMIC CABLE REVISION A\ LOCATE NEAR CEILING r.vts• -) BRACING(LENGTH AS REQ'D)COORDINATE PLATE Ir v ALL ATTACHMENTS W/G.C.TYP.EA.CORNER - 1/2"0 HANGER ROD h>r El' TERMINAL BOX DESIGNHTDRAWN HT 4' CHECK DMM LOCK NUTS-TYPICAL OF -:=HEFT METAL SCREWS 4 PER STRUT SEE MANUFACTURERS INSTALLATION MANUAL FOR MORE DETAIL m END ELEVATION 1 '1 VAV TERMINAL BOX MOUNTING DETAIL I I y SCALE NONE e PLAN NOTES 10 1O(E)VAV BOX AND ASSOCIATED DUCTWORK TO REMAIN.RE-BALANCE VAV BOX AND ADJUST FAN SPEED TO ACCOMMODATE THE DEMOLITION OF THE DIFFUSER. ---I REBALANCE BOX TO 640 CFM. NEW 10 LOCATE AT THE SAME N2206 F i ) O LOCATION OFTHE EXISTING ONE SIZE W - 'I AND CFM AS SHOWN. (E)RETURN GRILLE TO BE REMOVED AND REPLACED AFTER NEW CEILING IS W 3O Li _ 4 _ INSTALLED. U PROVIDE VOLUME DAMPER FOR J BALANCING PURPOSE. O 14x14 CRR � .� 1 I'. LJ. OS (E)DUCTWORK TO REMAIN. DUCT TO J ©(E)CEILING DIFFUSER TO REMAIN. _ MATCH RE-BALANCE DIFFUSER TO THE CFM Q L HEATER I SHOWN. /O� C> SIZEOPE (E)O7 (E)RETURN GRILLE TO REMAIN. Q 12x12 CBS OB (E)DUCT,FLEX DUCT AND DIFFUSER TO `/ Cn 400 CFM r BE DEMOLISHED. �y j >-: LL L 1p110 O9 CAP(E)DUCT AS SHOWN. w U- _ 10"o 00 _G I�_1 10 (E)PRIMARY DUCT TO REMAIN. w N N w �� 1❑ e t of 10"o cn LU N 200 CFM (E)A2206 ���-..•; U) f " © r `f o . 'u U t _ 5 MECHANICAL ° ® PLAN 071. 08 OV V— �L gq�tl Ta C: jiT EQQ Etll 1110. UM siFFT.SIX+E]0 _ I t 1'"1^(1f-'Ii"-7 if 7K' 220 CFM =ray.0�a%•. 07-11-19 60%CD 02-04-19 90%CD 04-19-19 100%CD 07-11-19 CONSTRUCTION REVISION t ^� REVISION/2 C7 REVISION 3 REVISION/4\ -;eft DESIGN- �` ^+ DRAWN HT CHECK Lx�zl IE 220 CFM KEY PLAN - MECHANICAL PLAN SECOND FLOOR 72,.=r-o. 1 PLAN NOTES GENERAL NOTES O PROVIDE NEW HID AAINIPROX 5365 125KHZ MULLION MOUNT 1 CONTRACTOR TO FIELD VERIFY EXISTING CIRCUITS AND INTERIOR LIGHT FIXTURE SCHEDULE PROXIMITY CARD READER,BEST ACCESS-4 SERIES ROUTING FOR NEW LOAD, MANUFACTURER CENTERLINE STRIKE,POWER SUPPLY,CONTROLLER, TYPE DESCRIPTION LIGHT SOURCE INPUT CONTROL CABLE,AND ALL LICENSE FEES,CONNECT TO 2 COORDINATE ALL INSTALLATIONS WITH OTHER TRADES AND NAME CATALOG NUMBER QTY TYPE '/LUMENS CCT WATTS NOTES C 6T) EXISTING SECURITY SYSTEM..PROVIDE ALL APPURTENANCES EXISTING DEVICES PRIOR TO ROUGH-IN. L1 PERFORMANCE FINE LRE HIGH FOR COMPLETE OPERATIONAL SYSTEM,FIELD VERIFY�--D-A-DCO- INC LED FIXTURE 27 Orf Y X4'RECESSED LEO COORDINATE WITH ARCHITECT FOR CEILING LOCATION OF HEADEND EQUIPMENT 3„ FLUORESCENT FIXTURES TO BE REPLACED WITH NEW LED RECESSED 2X4 S-83S 277V 3772 3500 TYPE FIXTURES NO NEW ELECTRICAL LOAD ADDED TO EXISTINGui M71ES 'R=DELIVERF-p LU6[Ti!di G.=Ir:TrL LrL:En'P UNV•UNWURSAL TA-,E=_;.I=LME-RGE.'4Ci O REPLACE EXISTING LIGHT FIXTURE.EXTEND EXISTING LIGHTING CIRCUIT H ANY FIXTURE SHOWN ON PLANS ENDING IN"E'•DESIGNATION WITH SYMBOL HATCHING DENOTES EMERGENCY FIXTURE EMERGENCY FIXTURE ROUTED VIA EPS SOLUTION LIGHTING CIRCUIT AS REQUIRED. 4- PAINT,PATCH,AND SEAL ALL PENETRATIONS AS REQUIRED z COLOR FINISHES SHALL BE COORDINATED WITH O COORDINATE WITH PRIOR TO ORDERING OF FIXTURES O EXISTING HVAC UNIT TO REMAIN" REFER 70 PLANS FOR MOUNTING NOT PART CO COORDINATE WRH CONTRACT DOCUMENTS 5. PROVIDE ALL REQUIRED APPURTENANCES,PROGRAMMING, W MUST BE BUY AMERICA 49 CFR PART 661 COMPLIANT 4O EXISTING RECEPTACLE TO REMAIN J-BOXES,RACEWAY/CONDUIT,CABLING,MOUNTING r 1 EXISTING DATA DROP OUTLET TO REMAIN- HARDWARE AS REQUIRED FOR COMPLETE OPERATION. `J O J 6, PROVIDE COMPLETE WORK FOR REQUIREMENTS AS O O6 REPLACE EXISTING LIGHT SWITCH WITH NEW LINE VOLTAGE DESCRIBED ON LEGEND ELECTRICAL SCHEDULE FOR MECHANICAL EQUIPMENT OCCUPANCY LIGHT SWITCH,CONNECT TO LIGHT FIXTURES IN ROOM FOR COMPLETE OPERATION.UTILIZE EXISTING WIRING 7 PROVIDE ALL MATERIAL AND LABOR RELATED TO THE MECHANICAL LOAD MCA DISCONNECT IF POSSIBLE- INSTALLATION OF ELECTRICAL DEVICES PENETRATING INTO ` UNIT NO VOLTS/PHASE (LOAD) CONDUIT WIRE CFM NOTES r (A) FRAME(A.) FUSE(A WALLS,OR THROUGH FIRE RATED I O7 PROVIDE CON001T,CONDUCTORS,DISCONNECT AND ALL SUCH THAT THE F RE RATI RATING OF THE WALLS MAINTAINEDZ VAV TERMINAL BOX APPURTENANCES FOR COMPLETE OPERATi0H OF VAV BOX" Q O PANEL 2HN IN ELECTRICAL ROOM ADJACENT TO CONF RM- 8 DO NOT TAKE MEASUREMENTS FROM PLANS FOR DEVICE ELECTRIC HEAT:48OV,3PH,4KW 2114,APPROXIMATELY 150 FT FROM ROOM COORDINATE WITH LOCATIONS FIELD VERIFY EXACT DEVICE,EQUIPMENT U m MOTOR:277V,1 PH,1/3HP N2206 480/3 30 15 3/4" 4#12,1#12G - 1 MECHANICAL FOR EXACT LOCATION, LOCATIONS,AND MOUNTING HEIGHTS WITH OWNER'S J Q REPRESENTATIVE FOR PROPER INSTALLATION. ` , ui NOTES 1)UNIT REQUIRES SINGLE POINT OF CONNECTION SEE NOTES IN PANEL SCHEDULE 2HN FOR CIRCURING REQUIREMENTS 9 BRANCH CIRCUIT HOME RUNS ARE NOT INDICATED WITH `J 706 NUMBER OF CONDUCTORS/WIRES.PROVIDE ALL BRANCH Q CIRCUIT CONDUCTORS/WIRES AS REQUIRED FOR COMPLETE w = J 2HN-20,22,24 F � OPERATION OF ALL DEVICES AND EQUIPMENT INDICATED. Q 00 00 PROVIDE INDIVIDUAL NEUTRALS FOR EACH CIRCUIT, to ui of i!4HAL;FklEi:T W TRAF10 REFER TO EQUIPMENT SCHEDULES FOR WIRING N ME ELECTRICAL LEGEND FEDERALWAY TRAFFIC CONTROL CENTER-ELECTRICAL PLANc,e:r�t Lr- REQUIREMENTS NOT INDICATED ON POWER PLANS. u mLLu SHEET NO SHEET TITLE 11 INCLUDE COST OF PROVIDING ALL ELECTRICAL SYMBOL DESCRIPTION CONNECTIONS AS REQUIRED FOR FULL OPERATION OF ALL _ El ELECTRICAL FLOOR PLAN OWNER FURNISHED,CONTRACTOR INSTALLED EQUIPMENT G POWER PANEL E2 0 ELECTRICAL ONE LINE DIAGRAM ' SEE ARCHITECTURAL DRAWINGS TO VERIFY LOCATIONS E2 1 ELECTRICAL PANEL SCHEDULES i w r a a j ■ m9QD EXISTING DEVICES 12 VERIFY ALL LIGHT FIXTURE TYPES,VOLTAGE,AND MOUNTING moa �1, METHODS TO SUIT BUILDING STRUCTURE,CEILING SYSTEM, - 1lV DUPLEX RECEPTACLE TRUSS,JOISTS,AND SUPPORTING SURFACES.ALL FIXTURE •'}N m 0 - MOUNTING HEIGHTS SHALL BE APPROVED OR AS DIRECTED EXISTING CONDUIT BY THE OWNER'S REPRESENTATIVE,VERIFY CORRECT CATALOG NUMBERS PRIOR TO ORDERING OF FIXTURES w N CONDUIT CONCEALED IN WALL OR CEILING SPACE ONLY H�__• REFER TO CONTRACT DRAWINGS FOR LOCATIONS OF Cn EMERGENCY FIXTURES. C/) • BRANCH CIRCUIT HOME RUN O - ® SECURITY SYSTEM CARD READER 13 PROVIDE SEPARATE NEUTRALS FOR ALL BRANCH CIRCUITS. CC. e TELECOMMUNICATIONS OUTLET SUBNUMBER=QUANTITY OF DROPS z R 14 WIRING SYSTEMS SHALL BE CONCEALED WHERE POSSIBLE, _• LIGHT FIXTURE,SEE SCHEDULE FOR TYPE t EXCEPT IN ELECTRICAL ROOM,MECHANICAL ROOM,AND $ SINGLE POLE SWITCH I A2206 UTILITY AREAS,OR AS OTHERWISE NOTED. a LOW VOLTAGE SWITCH f 1 15 CIEWAYAS W ERE OUTLETS AND WIRING CANNOT BEI CO RING CEALEDD ELECTRICAL PR $ WALL MOUNT OCCUPANCY SENSOR SWITCH 16. EXTERIOR MOUNTED ELECTRICAL DEVICES(SUCH ASFLOOR uQA4 FUSED DISCONNECT SWITCH,SWITCH RATING 60AS)AND FUSE SIZE " '—� y ELECTRICAL HVAC 2ND FLOOR PLAN DISCONNECT SWITCH,STARTER,SPEAKER,FIRE ALARM —i HORN,ETC.)AND COVERS SHALL BE NEMA-3R iuAi i50AF)AS STfG�WN(SPCI.E.UNO) L =� �—.—�-..�1 ' _ 114— WEATHERPROOF RATED, PLAN A TYPICAL LIGHTING FIXTURE DESIGNATION,SEE SCHEDULE FOR TYPE 17 BUILDING POWER MAY BE USED FOR CONSTRUCTION 18. DO NOT INSTALL FLUSH WALL OUTLETS BACK TO BACK A MINIMUM OF 24"SEPARATION IS REQUIRED BETWEEN ANY gJ4V11V^ OUTLET INSTALLED ON FIRE RATED WALL �w�aTr 19 CONDUIT OR OTHER ELECTRICAL COMPONENTS SHALL NOT WESTL -__ _ BE INSTALLEDIN STRUCTURAL CONCRETE UNLESS SPECIFICALLY INDICATED ON THE DRAWINGS OR APPROVED BY STRUCTURAL ENGINEER. a iA�- _AI t•- Q TR e� �. (✓ _ = L7 407-11-19 6 60%CD 02-20-18 2PNC-34,38 ��'I3 'LI) O �34 1 90%CD 04-19-19 100%CID 07-11-19 $ �$O CONFORMED 09-20-19 REVISION A\ 08-2-19 KEY PLAN REVISION 2 REVISION 3 REVISION/4\ © _ DESIGNr RBC DRAWN RBC CHECK MLG N N a s m zB ELECTRICAL POWER AND SYSTEMS FLOOR PLAN �., ELECTRICAL LIGHTING 2ND FLOOR PLRN THIS DRAWING WAS PRODUCED FROM ORIGINAL 1/4"=1'-0' '� Ell AS-BUILT DRAWINGS AND FIELD OBSERVATIONS,AND _ MAV NOT REPRESENT AN ACCURATE AS-BUILT Y CONDITION DISCREPANCIES MAY BE ENCOUNTERED, 4 AND IT IS THE CONTRACTOR'S RESPONSIBILITY TO d FIELD VERIFY ALL CONDITIONS wE GENERAL NOTES 1 ELECTRICAL ONE-LINE DIAGRAM SHOWN FOR REFERENCE ONLY L.I. W Z W U J 0 Q0 co Z SITE c U Q Q U W LL Q 00Q 11�_' W N LLI L M LL_ - r U) • UTILITY cr 7®� U 1ST FLOOR (E)MAIN DISTRIBUTION ('30DOA ELECTRICAL t 4001400 I 400/400 t1 400/400 i 4DO 1 1000/1000GFI (� 4D01400 ONE-LINE I L (2)3"PVC-(3)#350CU, (1#1 OND DIAGRAM EXISTING EXISTING EXISTING EXISTING (E)SOOKVA XFMR 480V-208/120V,30,4W ✓" 7 (4)3"PVC-(4)#350CU, (1)#1 GND V V (E)480V SUB DISTRIBUTION it 1000A s>,oucns V (E)208V SUB DISTRIBUTION rnu: vrtil euclue[I+S. INC. _�mscum.va sl.cn—.1 (100/100 C 200/200 t 2001200 (4001250 (,1001100 100/100 f 100/90 ( (200I3P (.3011f3P f 300/3P 1300/3P I�10013P l 10013P ucau.waasw als EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING EXISTING 1-1/4"EMT- R07-11�18 --2-1/2"PVC-(3)310, (4)#2 CU 3-1/2'PVC-(4)#350 CU,(-1/2 NEUT (1)#4 GND(1)#4GRD (UNDERGROUND FEEDER(UNDERGROUNDFEEDER)2NDFLOOR ff2.N� p fEW WNL E]PNL Lz LD xpNaszPN•B xPN 60%CD 02-20-18 90%CD 04-19-19 100%CD 07-11-19 CONSTRUCTION REVISION/1\ REVISION/2 REVISION I REVISION/4 ELECTRICAL ONE LINE DIAGRAM � N.T S _ ffi NRBC N RBC K ij MLG THIS DRAWING WAS PRODUCED FROM ORIGINAL E2.0 A541UILT DRAWINGS AND FIELD OBSERVgTIONS,AND MAV NOT REPRESENT AN ACCURATE AS-BUILT CONDITION DISCREPANCIES MAYBE ENCOUNTERED, AND ITIS THE CONTRACTOR'S RESPONSIBILITY TO _ FIELD VERIFY ALL CONDITIONS E eE PANEL LOCATION:ELEC RM 980277 VOLT 125 AMP MAIN LUGS ONLY SCCR EXISTING PANEL LOCATION:ELEC RM 2081120 VOLT 400 MIP MAIN LUGS ONLY SCCR EXISTING PANEL LOCATION:ELEC RM 480277 VOLT 3000 PMP BUS RATING SCCR EXISTING ( ) E L2 SERVING BUILDING 3 PHASE SERVING 3PH SE LOADS 3 PHASE C SERVING 3PHASE LOADS 3 PHASE 3000 AMP MAIN BREAKER Fm FROM:48OVSUB DISTRIBUTIOn 4 WIRE MOUNTING SURFACE 2PN-A AFFED FROM:208 SUB DISTRIBUTION 4 WIRE MOUNTING SURFACE (E)MSB PEDFROM:UTILITY 4 WIRE MOUNTING SURFACE AP PHASE AT KVA TYPE LOADDESCRIPTION CKT CHT LOAD DESCRIPTION TYPE KVA NP PX CKT LOAD DESCRIPTION TYPE NVA ASE NP KVA TYPE LOAD DESCRIPTION CKT CKT LPW DESCRIPTION TYPE KVA ALP PHASE A/P I "A TYPE LOAD DESCRIPTION CKT 1 SPARE c 20%i A 2011 5 SPARE 2 1 IE)GOMPUTER REG-NW R 1500 20/1 A 2011 1.500 R IE)COMPUTER REG-NW 2 1 IE'S."SU ❑ 0000 9002 A J002 0000 D FUTURE 2 3 IE)LIGHTING-N c _ 0000 20/1 8 2011 0000 L (E)LIGHTING-S 4s 3 ;EIGOMPUTER REC-NW R 1500 2011 C ^CII t180 R (E)COMPUTER REG-NW q 2 D 4 5 IE)LIGHTING-N L 000O 2011. C 20/1 CCM L (E)LIGHTING-S 6 5 IE)GENERAL USE REC NW R 1500 2011 1� 20;1 1000 R (E)COMPUTER REG NW 6 4 C 6 T IFXIGHT]NG-N L COC a 0^ A 20" OCCo L (E)LIGHTING- --- 10 5 iF 171 (EICOMPUT�EIR OMPU NIR REC-NVJtLil500 2011 IA 2Qn 1000 R E)COMPUTER REC-NW 8 - (EIRTL!-: C 0000 JCO2 A 10002 0000 D (EI48U SUB DISTRIBUTION 9ui 9 (E)LIGHTING-N L J COC 0' S C'1 0 CCO L (E)LIGHTING-S 10 5 ( )COMPUTER REC NW gB0 0` B 11 0900 R IE)GENERAL USE REC NW _1 (E)LIGHTING-N L -000 20" 210'. CC00 L (E)LIGHTING-5 10 9CC 11 SOO E COMP T R - 2 13 (E)LIGHTING-N L 0000 01- A 2011 CCCC L IE)UGHTING-S 14 I3 IE'"01Y'UT£R'REC-NW R 1500 20'1 ( 2011 1000 R +E)COMPUTER REG-NW 14 �13fE.^r±zL 111515 IE)LICfiSING-N(NOTE 7) L 16dD 2C' 8 11 C12 20:+ 0000 L. iE)UGHTING-S 16 I' (E)GENERAL/COMPCTER REC-NW R 150(1 tl 0000 4002 900/3 0000 p 12!18 SUB DISTRIBUTION1? (E)LIGHTING-N A (E 1,L OC:TC 20n C 201, DODO L DELIGHTING-S 2011 B 2011 '.SOC R rE:COMPUTERREC-NW I 1 I 16 B 16 WI 18 1i (EICOhPUTER REC-NWR 0540 2011 C 200/ ::00 R (E)COMPUTER REC-NW 1B C iP U 19 AHE 5 20" A 20". - S SPARE 20 19 (E)GENERAL USE REG-NW R 1500 20/1 A 2011 1500 R (E)GOMPUTERREC-NW 20 f PHASELOAD PHASEA= 0,00 KVA PHASE B= 0,00 KVA PHASE C= 0.00 KVA J () R 1180 20/1 B 2C11 1500 R (E)COMPUTER REC-NW 22 21 SPARE S 2011 B ?C�1 ' S SPARE 22 21 (E)COMPUTER REG-NW 23 SPARE S 2011 C' 210" - S SPARE 24 23 IEIGENERAL USE REC NW R 0590 2011 C -:." 0540 R (E)COMPUTERREC NW 24 LOAD TYPE L R M H WH ❑ .l K LM TOTALLOADS _. �... 25 SPPRE S 20/' A 2011 5 SPARE 26 2F (E)COMPUTERREC-NW R 1500 "21011 IA 2011 1500 R ERll US€RE.: kW 26 PANEL(EJMSB 000 .. .00 KVA 000 MIP 27 SPARE S 20' 6 2011 - S SPARE 28 27 'E)COhPUTER REC-NW R 1500 "0' B 2011 1500 R EICONPII TER REG 2B CgJN.LOAD I 0.00 PMP Of 29 SPARE S 20/• C 201' - S SPARE 30 29 E)GENERALI S REC-NW R 0540 2011 C' 2011 1180 R E)COMPUTERREC-NW 30 CALC.LOAD 31 SPARE S 2011 A 201' S ISPARE 32 31 5 WI`TER PE-t-NW 0 DO O.QO KVA -. � „ •. (E)GENERAL USE REG 000 , 0.00 KVA 0,00 PMP 33 SPARE 5 20 1 B '0 �, 5 SPARE 34 33 E .Sr4'EH RE NW R 000 2011 2C i MO R gym...., 32 NOTES 35 SPARE -' A 0500 R IE)COMPUTERREC NW 34 S C' C 50' i S SPARE _ R 1500 2011 I B 2011 1 M O CO -�]SPARE s. ` F r1.fR 36 O S 2C' A Oi 5 SPARE 38 _ R IE)GENERALICOMPUTER REC-NW 1,111 3 IFI 011 IfERh it r R 1500 201' ( C 2011 Dc0 R {f(CpQR1UTER REC-NW 36 U 35 SPARE 5 2C+1 0 20:^ CGDO L 1EIBUILOINGEXT COURTYARD 40 ,$ E. E -" R 1500 217,' R IErMNERALCOIVPUTERREC Nl'V 40 / R 0900 20/` • C 21111 05� - ,••LSC.. !TE R-� '.,: R 1500 Ozi D 2011 'C =1 (SPARE 5 2011 C 20% S SPARE 42 41 IEIGENERPLUSEREC NW PANEL LOCATION:ELEC RM 4802]7 VOLT 12CO ANP BUS RATING SCCR EXISTING 4!7 � 040 R IE)GENERAL USE REC NW q2 U • (E)208 SERVING BUILDING 3 PHASE IOCOAMP MAIN BREAKER PHASELOAD PHASEA= 000 KVA PHASEB= 164 KVA PHASE C= 000 KVA PHASE LOAD PHASE A= 95.78 KVA PHASEB- 46.51 KVA PHASE C= ]8.62 KVA SUB FED FROM;MAIN DISTRIBUTION 4 WIRE MOUNTING SURFACE Of LL Q LOAD TYPE L R M H WH D �A K LM TOTAL LOADS LOAD TWE L R M H WH D A K LM TOTAL LOADS W V- = Q PANEL IEIL2 164 1.64 KVA 197 AMP CKT LOAD DESCRIPTION TYPE KVA AP PHASE AP KVA TWE LOAD DESCRIPTION CKT PANEL 2PN-A 5075 50,7 `KVA 14A1] 1 111PNL LAB!!_ D 0000 200/3 A 30013 0000 f7 (EIPNL2PS-A2PS-B,82PSL 2CONN LOAD (b CALL LOAD 2.05 1.64 KVA 737 PMP PANEL PN-B 4000 4000 KVA 11103 PMP 3 - 0 4 m Lu 205 KVA 2.4]PMP PANEL 2PNC 1516 25110 290 40.16 KVA 11147 AMP E p _ 6 En LU NOTES.NOTE tJ LIGHT FIXTURES TO BE REPLACED WTH LED NO LOAD ADDED CONN.LOAD 5r,,TS 1516 65 CC 208 1]091 KVA ]6]]7 PMP (E)PNL IPC-A38 D 0000 200/3 A 1002 0000 G iE)PNL 1P5-g2P5-B 82PSL 6 m LL PANEL SCHEDULES WERE GENERATED FROMAS-BUILTDOCUAENTS LC LOAD JC 36 1516 6500 052 111,06 KVA J0B26 MP - B 10 PANEL LOCATION.ELEC RM 2081120 VOLT 400 AMP MAIN LUGS ONLY EXISTING 11 C - 12 SERVING 3PHASE LOADS 3 PHASE 1J (E)PNL 2PC-A8 B ❑ 0000 3002 A 1002 S SPARE 121 _ P'ALOCATION:ELEC RM 480277 VOLT 225 AMP MAIN LUGS ONLY SGGR EXISTING 2PN-B 5 - 16 SERVING:3PHlSE LOADS FID FROM:SECTION q WIRE 15 3 PHASE ^^^W MOUNTING SURFACE o FEDFROM:MNNDISTRIBUTION Ca LOAD DESCRIPTION TWE KVA AP PHASE A/P KVA TWE LOAD DESCRIPTION C B o WIRE MOUNTING SURFACE q3 (E)SYSTEM FURNITURE POWER-NW CRT 19 (E)PNL 2PN-ABBC D 0,000 0002 A S SPACE 20 m ❑ 1000 2011 A 20/1 1000 D {E)SYSTEM FURNITURE POIMER-NE 44 •`�u', Z LOAD EESCs"ON TWE KVA NP PHASE AIP KVA TWE LOAD DESCRIPTION CI(T d5 (E)SYSTEM FURNITURE POWER-N 21 B - S SPACE 22 _ m D 1 9JC 2011 B 20/1 1000 D jEISYSTEM FURNITURE POWER-NE qfi C 5 SPP.GE N- 1 01,3D2 M 0000 302 A 302 9000 M (E)VAV2207 2 4] (EISYSTEX1 FllRNRVRE RR'AB31•y1V p 1000 2011 C 2011 1000 D (E)SYSTEM FURNITURE POWER-NE 4B 3 - _ 25 SPACE S 5 SPACE 26 C'YI4 q5 !EI5YSTEM FURNITURE POVvER-NW D 1000 2011 A 2011 1000 D (E75YSTEMFURNITURE POWER-NE 5DG ' - 6 51 IE)SYSTEM FURNITURE POWER qqWCE 27 SPACEfE)Y5Y 257.2.E M 0000 302 A 302 0 1000 ... 2Cn B 2011 10M D CE)SYSTEM FURNITURE POWER-NE 52 S B 5 SPACE 29 Tn 1 0000 1d IB7 VM1Y1201 B 53 {E)5YSTEM FURNITURE POWER-NW D 1000 ?O�t C 2011 '000 D (E)SYSTEMFURNITURE POWER-NE 54 29 1^ 57 E)SYSTEh7 FURNITURE POWER-NW D COC 2011 tpp0 0 (E)SYSTEMFUH (TURF POWER-NE 50 S C 5 SPADE O B ., SPAi10E Y - - - 10 55 {EI5YSTEM FURNITURE POWER-NW 0 1000 2011 A ( 2011 OCC D (E)SYSTEM FURNI51 TURE POWER NE 56 31 S TLE _ s U S IA , C - - ` ' I B '0�1 33 SPADE B 5 5PACE _.._ _ id IE;VAV.Lx13..'® _ 51 !ELY£TE3l FUPNIrURt PO t,K'f{.NVF 0 1,100 20/1 C! .::ll 'OCC D CE."5Y5i'EFACDANIFI1Rr 5.5,.;,5_0,1.E 60 5 - C 5 SPACE ` ]5 SPACE M ODDO JO2 A 3013 0000 +IEI'VAV-- 05 14 37 SPACE S q 5 SPACE tv B 16 61 (EISYSTEMFURNITURE POWER-NW D 1000 20'� IA ?Cli 10001 D (E)SYSTEM FURNITURE POWER-NE 62 3� SPADE i S B S SPADE 4C( (. 17 - C 16 63 (E)SYSTEM FURNITURE POWER-NW 1) 1000 Li B .2-011 1000 D (E)SYSTEM FURNITURE POWER-NE 5d _ 1111. _." ¢• SPACE S - C • S SPACE 42 ELECTRICAL 19 VAV 22132206 M DODO 302 A 302 ].57] VMIN2206(NOTE1) 20 ESS (E)SYSTEM FURNITURE POWER-NW D 1000 Ot C ' 2011 -000 0 (E)SYSTEM FURNITURE POWER-NE 5621 - B 697] 2267 (E)SYSTEM FURNITURE POWER-NW D 1000 0/1 A 2CI1 1000 D (E)6YSTEM FURNITURE POWER-NE 6B PHASELOAD PHASE A- 000 KVA PHASEB 0,00 KVA PHASE C- 000 KVAr C • 5.83] 24 fig (E)SYSTEM FURNITURE POWER-NW 0 1000 2271 B 2011 100(] p IE)SYSTEM FURNITURE POWER NE 70 LOAOTWE „ R M H WH D A K LM TOTAL LOADS PANEL IF.VAV 12201202 M 0000 :7.: A $ 'SPACE 26 71 (E)SYSTEM FURNITURE POWER AIN 0 1000 - 2011 C 2011 1000 D E)5Y5TE14 FURNITURE POWER-NE 72 PANEL(E)20BSUB M, '' 20/1 0000 D 'EXISTING CIRCUIT 26 73 (E)SY5TEM FURNITURE POWER NW D 1000 20/1 A it 2011 1000 D iEISYSTEM FURNITURE POWER-NE 74 000 0.00 KVA 0,00 AMP CONN,LOAD 000 0.00 KVA 1 O,M AMP <` C 20/1 0000 M (E)AC-1 30 79 IESYSTEMFURNITUR p D 100;. 2011 BC 2011 ;000 D iE)SYSTEMFURNITUREPOWER-NE 76 CAICLOAD COD O.00KVA O.00AMP SCHEDULES (E)SYSTEM FURNITURE POWER JVW p •�� 31 IFI VAV 211,,2+1F-DLICTNYJ.T[R h1 0000 302 A 2011 0000 M (E)AC-2 32 EI5YSTEM FURNITURE POWE R-NW 000 D IE)SYSTEM FURNITURE POWER-NE 70 33 -I'F' B 302 0000 M (EI VAV2204 -- 3q -"'- I; E OWER-NW D 1 ?0�1 qB J! 1?Gl1 1000 D E)SYSTEMFURNITURE POWER-NE BO NOTES PANEL SCHEDULES WERE GENEPATE❑FROM h,.P'Uy,rpC rUMENT$ C - - 36 BI IESYSTEM FURNITURE POWER-NW 000 D (E)SYSTEMFURNITUREPOWER-NE 7 :EiCOMPNACPUMPLPB151 M 0000 0=�� A 002 0000 vi (1)477in IILATLR JB U'! yPAHE S 2011 C 2011 :> --SPARE -� ppp}+! - _ _ V� t1 - C S2 PHASELOAD PHASEA= 1400 KVA PHASE B= 1400 RVA PHASE C= 12.00 KVA PANEL LOCATION:ELEC RM 980277 VOLT 1200 PMP BUS RATING SCCR EXISTING ��� IBL- LOAD TIFF L R M H m A K LM TOTAL LOADS (E)4BO SERVING BUILDING 3 PHASE 1000AMP MAIN BREAKER - •.•.•, `.. D LOAD SAD PHASE Pr 737 KVA PHASE B= 691 KVA PHASE C= 50J KVA TWE L R ] M H Vv11 D A K LM TOTAL LOAD$ SECTION2 40CC I 40.00 KVA 111.03 AMP SUB FID FROM:MAN DISTRIBUTION 4 WIRE fh 101 SMG SlldFq� CONN.LOAD 4000 40,00 KVA 111.0] !VR ...-. HN 2032 ODD 000 7.57 20.]2 KVA 2444 AMP CKT LOW DESCRIPTION TWE KVA q�P PHASE PR KVA TYPE LOAD DESCRIPTION CKi CALC LOAD 40 CO 90.00 KVA 111.03 PNP 0 2032 ( 990 00[1 157 20 J2 KVA 24,44 AMP 1 (E)ELEVATOR CONTROLLER O 0000 1002 A 1002 0000 ❑ (E)PNL Ll 2 PANEL LOCATION:ELEC RM e0B1120 VOLT 400 PNP MAIN LUSS ONLY SCCR EXISTING p 2C 32 7774 0(10 000 1.09 2227 KVA I 2672 AMP SERVING:BUILDING - 3 PHASE 3 B C �i Y Do (E)2PN-C FFD FROM:SECTION q MOUNTING SURFACE '•: ")DED TO EXISTING CIRCUIT BREAKER(ELECTRIC HEAT 48OV2PH 4KW MOTOR:277VI1PH,Lr-RPI WIRE 7 (E)PNL 1H D OCOO 200/3 A 1002 0000 0 (I=7PNL L2 TO FIELD VERIFYCIRCUITINGOF EXISTING(2)1WHP MOTORS ON VAV 2206 NEW VAV 01220612 HP MOTOR TORE ON CKT LOWD DESCRIPTION -DESCRIP _- - B '-!ASE LOAD ASSUMES EMSTINGVAV2206 MOTOR IS CONNECTEDTO PHASE'A-0 NEWVAVN22D6 MOTOR IS CONNECTED i 6)SVSTEMFURNITIIRE POWER DE 0 DO 2 AH E 20/1 (IN1C/C(1 DE ;iE15Y5TEMCFURNITURE POVvER NE C� 191 C CONTRACTOR TO RE-CIRCUITAS NEEDED TO CONNECThOTORS ON DIFFERENTPHASES 3 '1E)SYSTEMFURNITURE POWER D 0000 20/1 B 20/1 000 D ':E)SYSTEM FURNITURE POWER-NE 13 (E)PNL 2HN p DOM 200!3 A ILIO/3 O.CGO D RTU-0 NEW CRKSHOWNINBOLD. 5 ESYSTEM FURNITURE POWER • tq Jb.' JI. 8 {) D OODD 2(111 C 2[111 0000 D !',EI5YSTEM FURNITURE POWER NE 6 15 • _ p - 16 of PAI C.;HEDULES WERE GENERATED FROM AS-BUILT DOCUMENTS T LEXE)SYSTEM FURNITURE POWER D 0000 2011 A 20/1 0ODO 0 (EI5YSTEM FURNITURE POWER NE 9 17 G' - 1, x,11 07-11-19 9 SPARE 5 2011 B 2011 0000 D (E)SYSTEM FURNITURE POWER-NE 10 19 IE!PNL2HS D 0000 40013 A S SPACE 20 11 SPARE S 2011 C 2011 0000 D 1,E)SYSTEM FURNITURE POWER-NE iC. 21 - B - S SPACE 22 i.. 13 (E)EF-15 M 0000 2011 q 2011 0000 D (E)SYSTEMFURNITURE POWER NE 14 23 - C - S SPACE 21 15 IE)EF-01HP M DODO 30/1 B 2011 0(100 D (E)SYSTEMFURNITURE POWERNE 16 25 BPACE S - A - S SPACE 2h 90%CD -19-19 17 (E)EF-51 HP M 0000 3011 C 2011 0000 D (EISYSTEInFURNITUREPOWER-NE 1B " 'SPACE S B 5 SPACE 28 100%CD 1 07-11-19 19 (E)EFJ 1 HP M 0000 30/1 A 20/1 0000 D I(p:::1 MIRM41TURE PVh EN HL 2C ?5'SPACE 5 C - 5 SPACE 30 CONFORMED 09-20-19 __1111. 1111 ._ _.,...�. 21 (E)EF£1MP M [10(10 30/l B 2011 0000 D _;STS'Ci1Flh';ITUREA ;,SA Hy 22 }t SPACE S A - - S SPACE 32 REVISION 1\ OB-2-19 23 IE)EF-7'HP M 0-000 3011 C 20/1 0000 ❑ (E)STSTEMFURNITURE POWER NE 24 3'v SPARE S B - - 5 (SPACE 34 25 (E)EF-91 HP M 0,000 3011 A 20/1 0000 D iE)SYSTEMFURNITURE POWER NE 26 06 SPACE S C 5 SPACE 36 REVISION 2� 27 ;E)EF-312 HP M 0000 2011 B 2011 CD3.'1 D ,E)STSTEMFURNITOREPUWER-NE 2g 3' SPACE 5 A 5 SPACE 38 REVISION 3 29 yEJEF-1] M (1000 202 C 20/1 DCO: ❑ '�E)SYSTEM FURNITURE POWER NE 3C; 35 SAFGE 5 B S SPADE 31 - A 20/1 C0,10 D (E)SYSTEMFURNITUREPOWER-NE 32 41 !SPACE S G' 5 SPACE 4O REVISION a\ 42 .gid 1.x :nu w_vasoveus•,;uJw 1-e!e._ xm�5c B 20/1 (10(10 D ;•EICOMPUTER RECEPTACLES-NE 34 --..._ IHe4Re0RwTEDHEREwuwwsmu 111 33 _ __ .. PHASE LOAD PHASE A= 0.00 KVA PHASE B= 0.00 KVA PHASE C= 000 KVA �,Ra�aEiaz�peuopIoeEnizseo uv�ir+iae�oa 35 SPACE 5 _ C 2011 C000 D E)COMPUTER RECEPTACLES NE 3e e.wr nC�rr ns nom,w1rv:.•.:.ri o. 37 5P.1LE 20!1 0000 D (E)COMPUTER RECEPTACLES 7E 38 LOADTWE _ R M M WH 0 A I K LM TOTAL LOAM 39 SPACE 5 B ' 20/1 0000 D IEICOMPUTERRECEPTACLES-NE 4C PANFLtE14BOSUB 00(1 i OOOKNA 000 PMP DESIGN RBC d1 SPACE 5 C 211' 0000 D (E)COMPUTERRECEPTACLES-NE 42 CONN LOAD 000 000 KVA 0,00 AMP DRAWN RBC CALC.LOAD ( " Doo 000 KVA 0.00 AMP. CHECK MLG PHASE LOAD PHASE A= 000 KVA PHASEB= 0.00 KVA PHASE C= 000 KVA It')"TE'S PANEL SCHEDULESWEREGENERATEO FPO.MAS-RULTDOCUMENTS LOAD TWE L h, R M H (, WH D A K LM TOTAL LOADS PANEL IE)2PNL 000 000 000 KVA 0.00:VR+ THIS DRAWING WAS PRODUCED FROM ORIGINAL CONN LOAD 000 C G" f 000 000 KVA OAO::fP AA NOT DRAWINGS AND FIELD OBSERVATIONS,AND CgLC.LOAD 000 0 C'C 0 OJ 0 00 KVA 0.00 M9+ E2, 1 MAV NOT REPRESENT AN ACCURATE AS-BUILT CONDITION DISCREPANCIES MAYBE ENCOUNTERED, aCJri'.1 'Pr4-AZPNt'87PVCARE:BECTIO.NPPNELS P AN IT IS THE CONTRACTOR'S RESPONSIBILITY TO al- PANEL SCHEDULES WERE GENERATED FROM AS-BUILT DOCUMENTS S FIELD VERIFY ALL CONDITIONS eC