CITY OF BAINBRIDGE ISLAND

KITSAP COUNTY, WASHINGTON

PROJECT MANUAL

FOR:

OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT

AUGUST 2018

TABLE OF CONTENTS

OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT

TABLE OF CONTENTS

ADVERTISEMENT FOR BIDS ...... IV PART 1. - PROPOSAL FORMS ...... 1

PROPOSAL - PROJECT TIMING, LOCATION, DESCRIPTION ...... 2 PROPOSAL ...... 3 PROPOSAL – SIGNATURE PAGE ...... 5 PROPOSAL – NON-COLLUSION DECLARATION ...... 6 PROPOSAL BOND ...... 7 PROPOSAL – STATEMENT OF BIDDERS QUALIFICATIONS ...... 8 BIDDER’S CHECKLIST ...... 10 PART 2. - CONTRACT FORMS ...... 12

CONTRACT ...... 13 PAYMENT BOND ...... 15 PERFORMANCE BOND ...... 17 MAINTENANCE BOND ...... 19 DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE UNDER CHAPTER 60.28 RCW ...... 21 INDEMNITY AND INSURANCE AGREEMENT ...... 22 MINIMUM WAGE AFFIDAVIT ...... 28 GUARANTEE FORM ...... 29 PART 3. - AMENDMENTS TO THE STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS ..... 30 PART 4. – PREVAILING WAGES ...... PART 5. – APPENDICES ......

APPENDIX A: CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ...... APPENDIX B: ELECTRICAL SPECIFICATIONS………….……………………………………………………….. PART 6. – PLANS & SPECIFICATIONS ......

Page iii

PROPOSAL FORMS

NOTICE TO CONTRACTORS

City of Bainbridge Island - Public Works Department Bainbridge Island, WA 98110

ADVERTISEMENT FOR BIDS

Sealed bids will be received by the City of Bainbridge Island for the OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT until 9:30 am, AUGUST 28, 2018, at the City Clerk’s office, 280 Madison Avenue N., Bainbridge Island, Washington, 98110, and will be opened and publicly read out loud.

All bid proposals must be on the form provided and must be accompanied by a bid proposal deposit in cashier’s check, postal money order, or surety bond in an amount equal to five percent (5%) of the amount of the bid proposal. The amount of the surety bond may be stated either as a dollar amount or as a percentage of the bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory payment and a performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Bainbridge Island.

Bids must be sealed with the outside of the envelope marked by the PROJECT NAME AND BID OPENING DATE. The name and address of the bidder should also appear on the outside of the envelope. Faxed bids and/or surety bonds will not be accepted. After the date and hour set for the opening of bids, no bidder may withdraw its bid unless the award of the contract is delayed for a period exceeding 120 calendar days following the bid opening. All bidders agree to be bound by their bids until the expiration of the stated time period.

PROJECT NAME: OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT SEALED BIDS DUE: 9:30 AM, August 28, 2018 BID OPENING: 10:00 AM, August 28, 2018

NATURE OF IMPROVEMENT: The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals necessary for the following major elements:

The contractor will be removing and replacing pumps, motors, and control panels at the City’s Old Treatment Plant Pump Station. In addition, the contractor will be installing a new 40 KW diesel generator. The existing pumps are 10 Hp pumps and motors. The operating conditions of the pump is 250 gpm at 50 feet of TDH. The new pumps should be dry pit submersibles, explosion proof motors, and motors capable of tolerating 40 starts per hour during peak usage. The contractor shall control flow at the pump station with bypass pumping. The station is not equipped with any bypass pumping port. All materials needed to install the new pumps, motors, control panel, generator, including new valving is included as a part of the installation. The existing generator shall be removed, and associated facilities shall be properly removed and disposed. A mandatory pre-bid meeting is available for contractors to visit the station to view the existing layout and area available for work.

Page iv

PROPOSAL FORMS

The City of Bainbridge Island reserves the right to reject any or all bids and to waive informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. Bidders must meet the mandatory responsibility criteria required by RCW 39.04.350 and supplemental responsibility criteria adopted by Resolution No. 2016-14, which is incorporated herein by reference. Bidders should verify they meet the responsibility criteria before submitting a bid.

The City of Bainbridge Island is committed to a program of equal employment opportunity regardless of race, color, creed, sex, age, national origin, or the presence of any sensory, mental, or physical disability.

Title VI Notice: The City of Bainbridge Island fully complies with Title VI of the Civil Rights Acts of 1964 and related statutes and regulations in all programs and activities.

The City of Bainbridge Island, 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, Code of Federal Regulations, 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.

Americans with Disabilities Act (ADA): Individuals requiring reasonable accommodations may request written materials in alternate formats, sign language interpreters, and physical accessibility accommodations. For more information, contact the City Clerk’s office at 206.842.2545 and/or [email protected].

Page v

PROPOSAL FORMS

PART 1. - PROPOSAL FORMS

COBI Old Treatment Plant Pump Station Page 1

PROPOSAL FORMS

Proposal - Project Timing, Location, Description

TO: THE CITY OF BAINBRIDGE ISLAND City Hall 280 Madison Avenue N. Bainbridge Island, WA 98110

The undersigned certifies that it has personally examined the location of the:

OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT

and that it understands the Contract Documents governing the work and the method by which payment will be made for the work. The undersigned proposes to undertake and complete the work embraced in this improvement in strict accordance with the Contract Documents at the rates and prices in the proposal.

The Bidder agrees to complete the work as specified, including corrections, finish, and cleanup within forty-five (45) calendar days of the Notice to Proceed date given by the City of Bainbridge Island.

(Note: Unit prices for all items, extensions, and the total amount of the bid must be shown in ink or typewritten.)

Location of the work: Bainbridge Island

Description of the work: The contractor will be removing and replacing pumps, motors, and control panels at the City’s Old Treatment Plant Pump Station. In addition, the contractor will be installing a new 40 KW diesel generator. The existing pumps are 10 Hp pumps and motors. The operating conditions of the pump is 250 gpm at 50 feet of TDH. The new pumps should be dry pit submersibles, explosion proof motors, and motors capable of tolerating 40 starts per hour during peak usage. The contractor shall control flow at the pump station with bypass pumping. The station is not equipped with any bypass pumping port. All materials needed to install the new pumps, motors, control panel, generator, including new valving is included as a part of the installation. The existing generator shall be removed, and associated facilities shall be properly removed and disposed. A mandatory pre-bid meeting is available for contractors to visit the station to view the existing layout and area available for work.

COBI Old Treatment Plant Pump Station Page 2

PROPOSAL FORMS Proposal – Items of Work and Materials to be Provided, Estimated Quantities, Units of Measurement at the Unit Bid Prices

Project: OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT

Schedule for Old Treatment Plant Pump Station Replacement Project is in accordance with the Contract Documents. To be considered responsive, the Bidder shall submit a price on each and every bid item below. The lowest responsible bidder will be selected based on the Bid Subtotal (Line A) below, exclusive of sales tax.

Item Est. Unit Bid # Items of Work / Materials to be Furnished QTY Unit Total Price Price* . *Bid items that include Washington State Sales Tax 1 Mobilization 1 LS Removal of obstructions and existing 2 1 LS equipment including disposal 3 Project Temporary Traffic Control 1 LS 4 S&B Telemetry and SCADA 1 LS $54,608 $54,608 10 hp Drypit Submersible pumps with non- clog impellers 4” suction, 6” discharge, 10 hp premium efficiency motors, explosion proof, 5 2 EA 460 v, 3 ph, 1800 rpm, equipped with motor protection, full installation & Spare 10hp pump and motor, identical to pre-approved installed Spare 10hp pump and motor, identical to pre- 6 approved installed Miscellaneous valving or piping modifications, 7 1 LS internal to drypit pump station Reinforced Concrete pad for RTU, and 8 25 CY Generator, including compacted gravel base 9 40 KW Generator, including fuel tank, fuel 1 LS Install Steel removal bollards, including 10 7 EA installation Asphalt replacement, including removal, 11 disposal, and the installation of compacted 15 CY gravel base 12 By-pass Sanitary Sewer pumping 1 LS Spill Prevention, Control, and 13 1 LS Countermeasures Plan (SPCC) Line A: Bid Subtotal $ Line B: Sales Tax (9%) $

Line C: Total Bid (Line A + Line B) $

COBI Old Treatment Plant Pump Station Page 3

PROPOSAL FORMS

Signature of Authorized Official / Date Print – Name / Company Name

ADDITIONALLY, the Bidder is responsible for all Washington State Retail Sales Taxes that may apply to all work for building, repairing, or improving streets, roads, and related facilities, including non-motorized facilities, related storm drainage, and power for street lighting. See Section 1-07.2 of the WSDOT/APWA Standard Specifications for Road, Bridge, and Municipal Construction for additional information.

COBI Old Treatment Plant Pump Station Page 4

PROPOSAL FORMS

Proposal – Signature Page A bid deposit in the amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in a form as indicated below, is attached hereto:

CASHIER’S CHECK FOR dollars made payable to the City of Bainbridge Island.

POSTAL MONEY ORDER FOR dollars made payable to the City of Bainbridge Island.

BID BOND in the amount of five percent (5%) of the total bid.

ACKNOWLEDGEMENT OF ADDENDA:

Receipt is hereby acknowledged of Addendum No.(s): _____, _____, _____.

Bidder’s Name WA State Registration No.

Address City of Bainbridge Island Business License Number ( ) Telephone WA State Unified Business Identification Number ______Signature of Authorized Official(s) WA State Excise Tax Registration No.

WA State Employment Security Department Number Item must be checked A bidder must not have violated the “Off-Site Prefabricated Non-Standard Project Specific Items” reporting requirements of RCW 39.04.350(1)(f) more than one time, as determined by the Department of Labor and Industries.

Print - Name and Title(s) STATE OF WASHINGTON ) County of ) ss. ) Signed and sworn to before me on day of , 2018.

(Name)

Notary Public in and for the State of Washington Residing at My Appointment Expires

COBI Old Treatment Plant Pump Station Page 5

PROPOSAL FORMS

Proposal – Non-Collusion Declaration

STATE OF WASHINGTON ) COUNTY OF ______) ss )

______, being first duly sworn, on her/his oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and he/she further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure an advantage over any other bidder or bidders.

Bidder

Print Name and Company Name

Subscribed and sworn to before me this day of , 2018.

(Name)

Notary Public in and for the State of Washington,

residing at

My appointment expires:

COBI Old Treatment Plant Pump Station Page 6

PROPOSAL FORMS

Proposal Bond

KNOW ALL PERSONS BY THESE PRESENTS:

That we, (Bidder), as PRINCIPAL, and (Bonding Company), as Surety, are held firmly bound unto the CITY OF BAINBRIDGE ISLAND (CONTRACTING AGENCY), as Obligee, in the penal sum of dollars, for the payment of which the PRINCIPAL and the Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, by these presents.

The condition of this obligation is such that if the Obligee shall make any award to the PRINCIPAL for the City of Bainbridge Island’s OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT, according to the terms of the proposal or bid made by the PRINCIPAL therefore, and the PRINCIPAL shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, then this obligation shall be null and void. If the PRINCIPAL fails to enter into such contract with the Obligee, then upon demand by the Obligee, the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.

SIGNED, SEALED, AND DATED THIS day of , 2018.

By PRINCIPAL

By Surety

Bidder Name

______

An original notarized power of attorney for the surety’s officer empowered to sign the bond must be attached to the bond.

COBI Old Treatment Plant Pump Station Page 7

PROPOSAL FORMS

Proposal – Statement of Bidders Qualifications

Each bidder submitting a proposal on work included in these specifications shall prepare and submit as part of its bid, the following data (attach additional sheets as necessary):

1. Name of Bidder:

2. Permanent Business Address:

3. Telephone: ( )

4. When Organized: . If corporation, where incorporated?

5. Number of years engaged in the contracting business under present name?

6. List any other names used and number of years in the contracting business:

7. Background and experience of the PRINCIPAL members of organization, including officers:

8. General character of work performed by company:

9. List experience in construction work similar in nature to this project:

10. Contracts on Hand: (Schedule these, showing dollar amount for each contract and anticipated completion dates):

11. List major projects constructed in past five years. (List owner’s name, address, phone #, project names, approximate cost, and the month and year completed):

12. List major equipment (in satisfactory working condition) available for this contract:

13. List all previous projects you have undertaken which have resulted in partial or final settlement of the contract by arbitration or litigation? List owner’s name, address, phone, and reason for default, total claims arbitrated or litigated, and amount of settlement of claims:

14. Explain any past, ongoing, or current business or personal dealings with the City of Bainbridge Island or any consultants and/or representatives of the City:

COBI Old Treatment Plant Pump Station Page 8

PROPOSAL FORMS

15. Credit Available as of the date of this statement: $

16. Bank Reference(s) - List bank(s) name, address, phone #, account #, and contact person:

17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Bainbridge Island? Yes No

18. The undersigned authorizes any person, firm, or corporation to furnish additional information requested by the City of Bainbridge Island to verify the information provided by the Bidder in this Statement of Bidder's Qualifications.

Dated this day of , 2018.

Signature of Bidder

Print - Company Name and Title

STATE OF WASHINGTON ) County of ) ss. ) ______being duly sworn deposes and says that he/she is ______of ______and that the answers to the foregoing questions and all statements therein contained are true and correct.

Signed and sworn to before me this day of , 2018.

(Name)

Notary Public in and for the State of Washington,

residing at

My appointment expires:

COBI Old Treatment Plant Pump Station Page 9

BIDDERS CHECKLIST

Bidder’s Checklist

THE BIDDER’S ATTENTION IS ESPECIALLY CALLED TO THE FOLLOWING FORMS THAT MUST BE EXECUTED IN FULL AS REQUIRED AT TIME OF BID:

1. Proposal – Items of Work and Materials to be Provided, Estimated Quantities, Units of Measurement at the Unit Bid Prices This form is to be submitted with the proposal; the lump sum and unit prices must be shown in the space(s) provided. Show all costs in numerical figures.

2. Proposal – Signature Page This form is to be submitted with the proposal; Bidder indicates form of bid bond and acknowledges addenda. Form must be notarized.

3. Proposal – Non-Collusion Declaration This form is to be completed by the bidder and submitted with the proposal.

4. Proposal Bond This form is to be executed by the bidder and the surety company unless bid is accompanied by a cashier’s check, postal money order, or surety bond. The amount of this bond shall not be less than five percent (5%) of the total amount of bid and may be shown in dollars or on a percentage basis.

5. Proposal – Statement of Bidders Qualifications This form is to be completed by the bidder and submitted with the proposal.

THE FOLLOWING FORMS ARE TO BE EXECUTED IN CONJUNCTION WITH THE CONTRACT AWARD WITHIN 14 CALENDAR DAYS AFTER AWARD DATE:

1. Contract This agreement to be executed by the successful bidder (Contractor).

2. Payment & Performance Bonds To be executed by the successful Contractor and Contractor’s surety company.

3. Certificate of Insurance Form to be furnished by Bidder’s insurance company. Cancellation notice per the Specifications by certified mail and Hold Harmless Statement required. A copy of the endorsement naming the City and the Contractor as additional insured(s) must be attached to the Certificate of Insurance.

4. Indemnity Agreement

5. Declaration of Option for Management of Statutory Retained Percentage

6. Statement of Intent to Pay Prevailing Wages

COBI Old Treatment Plant Pump Station Page 10

BIDDERS CHECKLIST

To be submitted by Contractor and all subcontractors.

7. Evidence that a City Business License has been obtained (or applied for)

8. Progress Schedule

9. Traffic Control Schedule

10. Itemized Schedule of Costs To be submitted by Contractor before first progress payment can be made. See Measurement and Payment Section.

THE FOLLOWING ITEMS MUST BE RECEIVED BY THE CONTRACTING AGENCY PRIOR TO AND AS A CONDITION OF FINAL ACCEPTANCE OF THE PROJECT:

1. Maintenance Bond

2. Guarantee Form

3. Affidavit of Wages Paid Submitted by Contractor and all subcontractors.

4. Release of Liens

5. As-Built Drawings

6. Operation and Maintenance Manuals, Equipment Warranties

COBI Old Treatment Plant Pump Station Page 11

BIDDERS CHECKLIST

PART 2. - CONTRACT FORMS

COBI Old Treatment Plant Pump Station Page 12

Contract

CONTRACT FOR CONSTRUCTION

THIS CONSTRUCTION CONTRACT (“Contract”), made the __, day of ______, 2018, by and between the City of Bainbridge Island (“City” and/or “CONTRACTING AGENCY”) and ____ (“CONTRACTOR”).

WITNESSETH:

WHEREAS, the CONTRACTING AGENCY has caused the Project Manual, Specifications, Drawings, and other contract documents to be prepared for certain Work as described therein, known as the OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT, and

WHEREAS, the CONTRACTOR has offered to perform the proposed Work in accordance with the terms of the Contract Documents including but not limited to this Contract, and

NOW, THEREFORE, in consideration of the mutual covenants and agreements of the parties herein contained and to be performed, the CONTRACTOR hereby agrees that the foregoing recitals are true and correct and are incorporated into this Contract and to complete the Work at the price and on the terms and conditions herein contained. The CONTRACTING AGENCY agrees to pay the CONTRACTOR the contract price of ______($______.00) (“Contract Price”) for the fulfillment of the Work and the performance of the covenants set forth herein.

The further terms, conditions, and covenants of this Contract are set forth in the following documents, all of which are component parts of this Contract as if set out in full, and if not attached, as if hereto attached collectively referred to as the “Contract Documents”:

1. This Contract, including the form “Proposal – Items of Work and Materials to be Provided, Estimated Quantities, Units of Measurement at the Unit Bid Prices” 2. 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”) 3. Amendments to the Standard Specifications 4. Indemnity and Insurance Agreement 5. Special Indemnity and Insurance Agreement 6. Prevailing Wage Schedules and Regulations 7. Specifications, Drawings, Details, and all other Documents contained in and made applicable by this Contract and the Project Manual 8. Certification of Compliance with Wage Payment Statutes 9. All Plans, Drawings, Specifications, and Addenda issued prior to the Bid Opening Date.

The CONTRACTING AGENCY and the CONTRACTOR recognize that time is of the essence of this Contract and that the CONTRACTING AGENCY will suffer financial loss if the Work is not completed within the time specified in this Contract. Therefore, the parties agree that the liquidated damages provisions of the Standard Specifications as modified herein shall apply and that those provisions have been mutually negotiated.

COBI Old Treatment Plant Pump Station Page 13

CONTRACTOR’s Initials: _____

The CONTRACTOR hereby warrants and represents it has reviewed, understands, and agrees to the terms and conditions of this Contract, all Addenda, and the Standard Specifications as modified by the Amendments and Special Provisions and all other Documents contained in the Project Manual and incorporated herein by reference. The person executing this Contract warrants and represents that they are fully authorized to execute this Contract.

All parties agree that the State of Washington is hereby named as an express third-party beneficiary of this Contract, with all rights as such.

THE CONTRACTOR AGREES TO RETURN THIS EXECUTED CONTRACT AND OTHER REQUIRED DOCUMENTS TO THE CONTRACTING AGENCY as required by the Standard Specifications as modified herein, and to return the DECLARATION OF OPTION OF MANAGEMENT OF STATUTORY RETAINED PERCENTAGE AT THE SAME TIME.

IN WITNESS WHEREOF, this Contract has been executed on the day and year above written.

CONTRACTOR:

By:

Its:

Date:

CITY OF BAINBRIDGE ISLAND:

By: Douglas Schulze, City Manager

Date:

COBI Old Treatment Plant Pump Station Page 14

Payment Bond

KNOW ALL PEOPLE BY THESE PRESENTS: BOND NO.:

That we, , the CONTRACTOR, herein referred to as PRINCIPAL, and , as SURETY, are held and firmly bound unto THE CITY OF BAINBRIDGE ISLAND (hereinafter the “OWNER”) in the full sum of dollars ($ ), lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, and administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITIONS of this obligation are such that, whereas, the PRINCIPAL has entered into an agreement in writing with the OWNER, dated , 2018, for the construction of the City of Bainbridge Island’s OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT, according to the terms, conditions, and covenants specified in the Contract including all of the Contract Documents therein referred to, which are hereby referred to and made a part hereof as fully and completely as though set forth in detail herein, and

WHEREAS, it is understood and made a part of the consideration for this obligation that the OWNER shall have the right to sue on this bond in its own name to recover for any loss, injury, damage, or liability whatsoever sustained or incurred by it by reason of the PRINCIPAL’s failure to pay all laborers, mechanics, and subcontractors and material men, and all persons who shall supply such person or persons and such PRINCIPAL or subcontractors with provisions and supplies for the carrying on of such Work as defined and required by chapter 39.08 RCW, any breach of the contract documents, or of any provision in this bond, in the same manner and to the same extent as though this obligation ran directly to the OWNER.

NOW, THEREFORE, if the PRINCIPAL shall well, truly, and faithfully perform all of the provisions and fulfill all of the undertakings, covenants, terms, conditions, and agreements for payment of all persons laborers, mechanics, and subcontractors and material men, and all persons who shall supply such person or persons and such PRINCIPAL or subcontractors with provisions and supplies for the carrying on of such Work as required by chapter 39.08 RCW and shall indemnify and save harmless OWNER from all cost and damage by reason of the PRINCIPAL’s default or failure to do so, then this obligation shall be null and void, otherwise this obligation shall remain in full force and effect and SURETY will be obligated to pay such person or persons as required by chapter 39.08 RCW.

IT IS FURTHER DECLARED AND AGREED that the SURETY hereby further stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Agreement, the Work to be performed thereunder, or the Project Specifications shall in any way affect its obligation on this Bond, and the SURETY hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract, the Work, or the Project Specifications. SURETY hereby attaches an original Power of Attorney verifying the authority of the person(s) executing this Bond on behalf of the SURETY.

COBI Old Treatment Plant Pump Station Page 15

Sealed and dated this day of , 2018.

PRINCIPAL:

By: (Print Name)

Signature:

Title:

SURETY:

By: (Print Name)

Signature:

Title:

Address:

Attachments: Original Surety Power of Attorney

COBI Old Treatment Plant Pump Station Page 16

Performance Bond

KNOW ALL PEOPLE BY THESE PRESENTS: BOND NO.:

That we, , the CONTRACTOR, herein referred to as PRINCIPAL, and , as SURETY, are held and firmly bound unto THE CITY OF BAINBRIDGE ISLAND (hereinafter the “OWNER”) in the full sum of dollars ($ ), lawful money of the United States, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, and administrators, successors, and assigns, jointly and severally, firmly by these presents.

THE CONDITIONS of this obligation are such that, whereas, the PRINCIPAL has entered into an agreement in writing with the OWNER, dated , 20___, for the construction of the City of Bainbridge Island, OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT, according to the terms, conditions and covenants specified in the Contract including all of the Contract Documents therein referred to, which are hereby referred to and made a part hereof as fully and completely as though set forth in detail herein, and

WHEREAS, it is understood and made a part of the consideration for this obligation that the OWNER shall have the right to sue on this bond in its own name to compel performance by the SURETY and to recover for any loss, injury, damage, or liability whatsoever sustained or incurred by it by reason of the PRINCIPAL’s failure to perform all requirements and obligations under the Contract as defined by the Contract Documents in the same manner and to the same extent as though this obligation ran directly to the OWNER.

NOW, THEREFORE, if the PRINCIPAL shall well, truly, and faithfully perform all of the provisions and fulfill all of the undertakings, covenants, terms, conditions, and agreements under the Contract and the Contract Documents and save harmless OWNER from all cost and damage by reason of the PRINCIPAL’s default or other failure to do so, then this obligation shall be null and void, otherwise this obligation shall remain in full force and effect and SURETY will be obligated to perform or pay to have performed any and all such obligations not performed by the PRINCIPAL in accord with the Contract Documents in the same manner and to the same extent as the PRINCIPAL.

IT IS FURTHER DECLARED AND AGREED that the SURETY hereby further stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract, the Work to be performed thereunder, or other Contract Documents shall in any way affect its obligation on this Bond, and the SURETY hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract, the Work, or other Contract Documents. SURETY hereby attaches an original Power of Attorney verifying the authority of the person(s) executing this Bond on behalf of the SURETY.

COBI Old Treatment Plant Pump Station Page 17

Sealed and dated this day of , 2018.

PRINCIPAL:

By: (Print Name)

Signature:

Title:

SURETY:

By: (Print Name)

Signature:

Title:

Address:

Attachments: Original Surety Power of Attorney

COBI Old Treatment Plant Pump Station Page 18

Maintenance Bond

Bond No.

WHEREAS, ______, hereinafter referred to as “PRINCIPAL,” has constructed and installed certain improvements in connection with a project known as the City of Bainbridge Island’s OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT on sites located within the City of Bainbridge Island, hereinafter referred to as the “City”; and,

WHEREAS, in order to provide security for the obligation of the PRINCIPAL to repair or replace any improvement(s) which prove(s) defective within two (2) years of acceptance of the improvement(s) by the City and to enable the City to release the performance bond provided in connection with said improvements, this bond has been secured and is hereby submitted to the City.

NOW THEREFORE, the undersigned PRINCIPAL and , a corporation authorized to transact surety business in the State of Washington, hereinafter referred to as the “Surety,” agree and bind themselves, their heirs, executors, administrators, and assigns, unto the City in the amount of ______dollars ($______), that being Twenty Percent (20%) of the total project construction costs, according to the following terms and conditions:

1. The PRINCIPAL and SURETY agree that in the event any of the improvements installed by the PRINCIPAL or SURETY pursuant to the above references plans, conditions, and file fail to remain free from defects in materials, workmanship, or installation, or in the case of landscaping, fail to survive, for a period of two (2) years from the date of acceptance of the installation by the City, then the SURETY shall, within twenty (20) days, demand of the City make a written commitment to the City that it will either:

(a) Remedy the default itself with reasonable diligence pursuant to a time schedule acceptable to the City, or

(b) Tender to the City within an additional ten (10) days the amount necessary, as determined by the City, for the City to remedy the default, up to the total bond amount.

The SURETY shall then fulfill its obligations under this bond, according to the option it as selected.

If the SURETY elects option (b), then upon completion of the remedy the City shall notify the SURETY of the actual costs of the remedy. The City shall return, without interest, any overpayment made by the SURETY, and the SURETY shall pay to the City any actual costs which exceed the City’s estimate, limited to the bond amount.

2. If the PRINCIPAL fails to make repairs or provide maintenance within the time period requested by the City, its employees and agents are hereby authorized to enter onto said property and to perform such work. This provision shall not be construed as creating any obligation on the party of the City of its representatives.

COBI Old Treatment Plant Pump Station Page 19

3. In the event that any lawsuit is instituted to enforce the terms of this bond or to determine the rights of any party hereunder, the prevailing party is such litigation shall be entitled to recover from the losing party its costs, including reasonable attorneys’ fees, incurred as a result of such lawsuit.

4. This bond shall remain in full force and effect until the obligations secured hereby have been fully performed and until released in writing by the City at the request of the SURETY or the PRINCIPAL.

DATED this ______day of ______, 2018.

PRINCIPAL:

By: ______(Print Name)

Signature: ______

Title: ______

SURETY: ______

By: ______(Print Name)

Signature:

Title:

Address: ______

______

Attachments:

Original, notarized power of attorney for the surety’s officer empowered to sign the bond must be attached to the bond.

COBI Old Treatment Plant Pump Station Page 20

Declaration of Option for Management of Statutory Retained Percentage Under Chapter 60.28 RCW

The Contractor shall declare an option for management of the statutory retained percentage for this Contract by affixing signature and date to one of the following three options in accordance with RCW 60.28.011(4) and subject to the conditions of the Measurement and Payment Section. The Contractor may also have some or all of the retained percentage released by tendering a retainage bond acceptable to the Owner in accord with RCW 60.28.011(6).

I hereby elect to have the retained percentage of this Contract HELD IN A FUND by the City of Bainbridge Island in accord with RCW 60.28.011(4)(a).

Date: Signed:

I hereby elect to have the City of Bainbridge Island deposit the retained percentage of this contract in an INTEREST BEARING ACCOUNT in accord with RCW 60.28.011(4)(b).

Date: Signed:

I hereby elect to have the City of Bainbridge Island PLACE IN ESCROW the retained percentage of this contract in accord with RCW 60.28.011(4)(c). If this option is chosen, the Contractor must designate a repository acceptable to owner as follows:

I hereby designate as the repository for the escrow of said funds. The terms of which are specified by a separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the Contractor. All investments selected are subject to City approval. Prior to the City of Bainbridge placing any monies in an escrow account, the Contractor shall provide an original signed escrow agreement from the repository with a letter stating their acceptance of the account, the account number, the nature of the investments to be made, and a statement that they will not release any funds until authorized in writing by the City of Bainbridge Island. When the monies reserved are to be placed in escrow, the City of Bainbridge Island will issue a check representing the sum of the monies reserved payable to the bank or trust company and the Contractor jointly. Such check shall be converted into bonds and securities chosen by the Contractor and approved by the City of Bainbridge Island and the bonds and securities held in escrow.

Date: Signed:

I hereby elect to tender a retainage bond for some or all of the retained percentage in accord with RCW 60.28.011(6). Such bond shall be issued by a surety accepted for business in this state by the Washington Insurance Commissioner and with an A.M. Best rating of at least B plus and otherwise acceptable by the City of Bainbridge Island.

Date: Signed:

COBI Old Treatment Plant Pump Station Page 21

Indemnity and Insurance Agreement

INDEMNITY AND INSURANCE PROVISIONS

The Contractor agrees to comply with the following Indemnity and Insurance Provisions. To the extent that any of the provisions of the Contract documents conflict with any of the provisions set forth in this Indemnity Agreement and Insurance (“Agreement”) section, this section shall govern.

Indemnification / Hold Harmless

The Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, and volunteers harmless from any and all claims, injuries, damages, losses, or suits including attorney fees, arising out of or resulting from the acts, errors, or omissions of the Contractor in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City.

Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor’s liability, including the duty and cost to defend hereunder, shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor’s waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement.

A. Insurance Term

The Contractor shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, or employees.

B. No Limitation

The Contractor’s maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity.

C. Minimum Scope of Insurance

The Contractor shall obtain insurance of the types and coverage described below:

1. Automobile Liability insurance covering all owned, non-owned, hired, and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 00 01. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided, and the Motor Carrier Act Endorsement (MCS 90) shall be attached.

2. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap liability, independent

COBI Old Treatment Plant Pump Station Page 22

contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. 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. There shall be no exclusion for liability arising from explosion, collapse, or underground property damage. The City shall be named as an additional insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage.

3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

4. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub- subcontractors in the work. Builders Risk insurance shall be on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal, and damage to materials in transit or stored off-site. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until the City has granted substantial completion of the project.

D. Minimum Amounts of Insurance

The Contractor shall maintain the following insurance limits:

1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident.

2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate.

3. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions.

E. City Full Availability of Contractor Limits

If the Contractor maintains higher insurance limits than the minimums shown above, the City shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Contractor.

F. Other Insurance Provision

The Contractor’s Automobile Liability and Commercial General Liability insurance policies are to

COBI Old Treatment Plant Pump Station Page 23

contain, or be endorsed to contain, that they shall be primary insurance as respect the City. Any insurance, self-insurance, or self-insured pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it.

G. Contractor’s Insurance for Other Losses

The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers, contractors, or subcontractors as well as to any temporary structures, scaffolding, and protective fences.

H. Waiver of Subrogation

The Contractor and the City Entity waive all rights against each other, any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise.

I. Acceptability of Insurers

Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.

J. Verification of Coverage

The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to additional insured endorsements, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Contract and evidence of all subcontractors’ coverage.

K. Subcontractors’ Insurance

The Contractor shall cause each and every Subcontractor 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 the City is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement at least as broad as ISO Additional Insured endorsement CG 20 38 04 13.

L. Notice of Cancellation

The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation within two (2) business days of their receipt of such notice.

M. Failure to Maintain Insurance

Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five (5) business days’ notice to the Contractor to correct the breach, immediately terminate this Agreement or, at its discretion, procure or renew such

COBI Old Treatment Plant Pump Station Page 24

insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City.

CONTRACTOR

Print – Name of Company

By

Its

Date:

ATTEST: If Corporation Corporate Seal:______

______TITLE

WITNESS, If Individual or Partnership:

COBI Old Treatment Plant Pump Station Page 25

SPECIAL INDEMNITY AND INSURANCE AGREEMENT

The Contractor agrees to comply with the following Special Indemnity and Insurance Provisions. To the extent that any of the provisions of the Contract documents conflict with any of the provisions set forth in these Special Indemnity and Insurance Provisions, these Special Indemnity and Insurance Provisions shall govern.

Extended Coverage for Completed Operations

Contractor shall maintain Commercial General Liability completed operations coverage for a period of three (3) years following substantial completion of the work for the benefit of the City by naming the City an additional insured using Additional Insured-Completed Operations endorsement CG 20 37 10 01 or an endorsement providing at least as broad coverage.

Environmental Risks

Contractors Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Contractors Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Contractors Pollution Liability shall cover bodily injury, property damage, cleanup costs, and defense including costs and expenses incurred in the investigation, defense, or settlement of claims.

If the Contractors Pollution Liability insurance is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this Contract; and that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under the contract is completed.

The City shall be named by endorsement as an additional insured on the Contractors Pollution Liability insurance policy.

If the scope of services as defined in this Contract includes the disposal of any hazardous materials from the job site, the Contractor must furnish to the City evidence of Pollution Liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting waste under this Contract. Coverage certified to the City under this paragraph must be maintained in minimum amounts of $1,000,000 per loss, with an annual aggregate of at least $1,000,000.

COBI Old Treatment Plant Pump Station Page 26

CONTRACTOR

Print - Name of Company

By

Its

Date:

ATTEST: If Corporation Corporate Seal: ______

______TITLE

WITNESS, If Individual or Partnership:

COBI Old Treatment Plant Pump Station Page 27

Minimum Wage Affidavit

CITY OF BAINBRIDGE ISLAND ) ) ss COUNTY OF )

I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which each voucher is submitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman, or mechanic so employed upon such work has been paid less than the prevailing rate of wages or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief.

Contractor

Subscribed and sworn to before me on this day of , 2018.

Notary Public in and for the State of Washington,

residing at

My Appointment expires:

COBI Old Treatment Plant Pump Station Page 28

Guarantee Form

CITY OF BAINBRIDGE ISLAND 280 Madison Avenue N. Bainbridge Island, Washington 98110

Subject: OLD TREATMENT PLANT PUMP STATION REPLACEMENT PROJECT

To Whom It May Concern:

The undersigned Contractor hereby guarantees and warrants the complete construction and installation of all work, systems, and apparatus done and performed in connection with the above referenced Project to be free from defects in materials and workmanship for a period of two (2) years from the date of final acceptance of the entire Project. The undersigned agrees to remedy and correct at its own expense any such defects appearing during that period of time due to unsatisfactory materials or workmanship, and will pay for any and all damage which may occur to other aspects of the work or the Project which may result from the occurrence of such defects or the correction of the same. It is understood that partial or entire use of the Project by the City of Bainbridge Island shall not constitute final acceptance of the Project.

This Guarantee and its acceptance by the City of Bainbridge Island shall in no way be deemed a waiver by the City of Bainbridge Island of any rights or remedies (or time limits in which to enforce said rights or remedies) it may have against the undersigned for defective workmanship or defective materials under the laws of this State pertaining to acts of negligence.

This Guarantee shall not be interpreted as holding the undersigned responsible for any deterioration of the work or the Project due to normal use or abuse of the work by the City of Bainbridge Island.

Contractor Signature

Date

Print - Company Name - Title

COBI Old Treatment Plant Pump Station Page 29

PART 3. - AMENDMENTS TO THE STANDARD SPECIFICATIONS AND SPECIAL PROVISIONS

COBI Old Treatment Plant Pump Station Page 30

AMENDMENTS TO THE STANDARD SPECIFICATIONS

COBI Old Treatment Plant Pump Station Page 31

1 INTRODUCTION

2 The following Amendments and Special Provisions shall be used in conjunction with the 2018 3 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract and 8 supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 Section 1-02, Bid Procedures and Conditions 16 January 2, 2018

17 1-02.6 Preparation of Proposal 18 Item number 1 of the second paragraph is revised to read: 19 20 1. A unit price for each item (omitting digits more than two places to the right of the 21 decimal point), 22 23 The following new paragraph is inserted before the last paragraph: 24 25 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 26 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 27 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 28 Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. 29 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 36 signed Contracting Agency-prepared Contract, an insurance certification as required by 37 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 38 of Coverage form for the Construction Stormwater General Permit with sections I, III, and 39 VIII completed when provided, and shall be registered as a contractor in the state of 40 Washington. 41 42 1-03.5 Failure to Execute Contract 43 The first sentence is revised to read: 44 45 Failure to return the insurance certification and bond with the signed Contract as required 46 in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s Business 47 Enterprise information if required in the Contract, or failure or refusal to sign the Contract, 48 or failure to register as a contractor in the state of Washington, or failure to return the 49 completed Transfer of Coverage for the Construction Stormwater General Permit to the

OLD TREATMENT PLANT May 07, 2018 1 1 Contracting Agency when provided shall result in forfeiture of the proposal bond or deposit 2 of this Bidder. 3 4 Section 1-06, Control of Material 5 January 2, 2018

6 1-06.1(3) Aggregate Source Approval (ASA) Database 7 This section is supplemented with the following: 8 9 Regardless of status of the source, whether listed or not listed in the ASA database the 10 source owner may be asked to provide testing results for toxicity in accordance with 11 Section 9-03.21(1). 12 13 Section 1-07, Legal Relations and Responsibilities to the Public 14 January 2, 2018

15 1-07.5(3) State Department of Ecology 16 This section is supplemented with the following: 17 18 9. When a violation of the CSWGP occurs, immediately notify the Engineer and fill out 19 WSDOT Form 422-011, Contractor ECAP Report, and submit the form to the 20 Engineer within 48 hours of the violation. 21 22 10. Once Physical Completion has been given, prepare a Notice of Termination (Ecology 23 Form ECY 020-87) and submit the Notice of Termination electronically to the 24 Engineer in a PDF format a minimum of 7 calendar days prior to submitting the Notice 25 of Termination to Ecology. 26 27 11. Transfer the CSWGP coverage to the Contracting Agency when Physical Completion 28 has been given and the Engineer has determined that the project site is not stabilized 29 from erosion. 30 31 12. Submit copies of all correspondence with Ecology electronically to the Engineer in a 32 PDF format within four calendar days. 33 34 1-07.7(1) General 35 The first sentence of the third paragraph is revised to read: 36 37 When the Contractor moves equipment or materials on or over Structures, culverts or 38 pipes, the Contractor may operate equipment with only the load-limit restrictions in 39 Section 1-07.7(2). 40 41 The first sentence of the last paragraph is revised to read: 42 43 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 44 45 1-07.9(2) Posting Notices 46 The second sentence of the first paragraph (up until the colon) is revised to read: 47 48 The Contractor shall ensure the most current edition of the following are posted: 49 50 In items 1 through 10, the revision dates are deleted.

OLD TREATMENT PLANT May 07, 2018 2 1 2 1-07.11(2) Contractual Requirements 3 In this section, “creed” is revised to read “religion”. 4 5 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 6 7 After the preceding Amendment is applied, the following new item number 1 is inserted: 8 9 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, fear, 10 hostility and intimidation at all times. Behaviors that violate this requirement include 11 but are not limited to: 12 13 a. Persistent conduct that is offensive and unwelcome. 14 15 b. Conduct that is considered to be hazing. 16 17 c. Jokes about race, gender, or sexuality that are offensive. 18 19 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 20 nature which interferes with a person’s ability to perform their job or creates an 21 intimidating, hostile, or offensive work environment. 22 23 e. Language or conduct that is offensive, threatening, intimidating or hostile based 24 on race, gender, or sexual orientation. 25 26 f. Repeating rumors about individuals in the Work Site that are considered to be 27 harassing or harmful to the individual’s reputation. 28 29 1-07.11(5) Sanctions 30 This section is supplemented with the following: 31 32 Immediately upon the Engineer’s request, the Contractor shall remove from the Work site 33 any employee engaging in behaviors that promote harassment, humiliation, fear or 34 intimidation including but not limited to those described in these specifications. 35 36 1-07.11(6) Incorporation of Provisions 37 The first sentence is revised to read: 38 39 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 40 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 41 including procurement of materials and leases of equipment. 42 43 1-07.18 Public Liability and Property Damage Insurance 44 Item number 1 is supplemented with the following new sentence: 45 46 This policy shall be kept in force from the execution date of the Contract until the Physical 47 Completion Date. 48

OLD TREATMENT PLANT May 07, 2018 3 1 Section 1-08, Prosecution and Progress 2 This section is supplemented with the following:

3 1-08.5 Time for Completion 4 Item number 2 of the sixth paragraph is supplemented with the following: 5 6 f. A copy of the Notice of Termination sent to the Washington State Department of 7 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 8 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 9 Ecology. This requirement will not apply if the Construction Stormwater General 10 Permit is transferred back to the Contracting Agency in accordance with Section 8- 11 01.3(16). 12 13 1-08.7 Maintenance During Suspension 14 The fifth paragraph is revised to read: 15 16 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 17 costs associated with protecting and maintaining such Work shall be the responsibility of 18 the Contractor. 19 20 Section 2-09, Structure Excavation 21 January 2, 2018

22 2-09.3(3)D Shoring and Cofferdams 23 The first sentence of the sixth paragraph is revised to read: 24 25 Structural shoring and cofferdams shall be designed for conditions stated in this Section 26 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 27 Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the AASHTO 28 LRFD Bridge Design Specifications for load and resistance factor design. 29 30 Section 5-04, Hot Mix Asphalt 31 January 2, 2018

32 5-04.1 Description 33 The last sentence of the first paragraph is revised to read: 34 35 The manufacture of HMA may include additives or processes that reduce the optimum 36 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance with 37 these Specifications. 38 39 5-04.2 Materials 40 The reference to “Warm Mix Asphalt Additive” is revised to read “HMA Additive”. 41 42 5-04.2(1) How to Get an HMA Mix Design on the QPL 43 The last bullet in the first paragraph is revised to read: 44 45 • Do not include HMA additives that reduce the optimum mixing temperature or serve 46 as a compaction aid when developing a mix design or submitting a mix design for 47 QPL evaluation. The use of HMA additives is not part of the process for obtaining 48 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.

OLD TREATMENT PLANT May 07, 2018 4 1 2 In the table, “WSDOT Standard Practice QC-8” is revised to read “WSDOT Standard Practice 3 QC-8 located in the WSDOT Materials Manual M 46-01”. 4 5 5-04.2(1)C Mix Design Resubmittal for QPL Approval 6 Item number 3 of the first paragraph is revised to read: 7 8 3. Changes in modifiers used in the asphalt binder. 9 10 5-04.2(2)B Using Warm Mix Asphalt Processes 11 This section, including title, is revised to read: 12 13 5-04.2(2)B Using HMA Additives 14 The Contractor may, at the Contractor’s discretion, elect to use additives that reduce the 15 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 16 include organic additives, chemical additives and foaming processes. The use of 17 Additives is subject to the following: 18 19 • Do not use additives that reduce the mixing temperature in accordance with 20 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 21 22 • Before using additives, obtain the Engineer’s approval using WSDOT Form 350- 23 076 to describe the proposed additive and process. 24 25 5-04.3(3)A Mixing Plant 26 In item number 5 of the first paragraph, “WSDOT T 168” is revised to read “FOP for AASHTO 27 T 168”. 28 29 5-04.3(4) Preparation of Existing Paved Surfaces 30 The first sentence of the fourth paragraph is revised to read: 31 32 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS-1, CSS- 33 1h, or Performance Graded (PG) asphalt for tack coat. 34 35 5-04.3(6) Mixing 36 The first paragraph is revised to read: 37 38 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 39 amount designated on the QPL for the mix design, into the asphalt binder prior to 40 shipment to the asphalt mixing plant. 41 42 The seventh paragraph is revised to read: 43 44 Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed 45 the optimum mixing temperature shown on the approved Mix Design Report by more than 46 25°F, or as approved by the Engineer. When an additive is included in the manufacture 47 of HMA, do not heat the additive (at any stage of production including in binder storage 48 tanks) to a temperature higher than the maximum recommended by the manufacturer of 49 the additive. 50 51 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 52 The following new paragraph is inserted after the first paragraph:

OLD TREATMENT PLANT May 07, 2018 5 1 2 The Contracting Agency’s combined aggregate bulk specific gravity (Gsb) blend as shown 3 on the HMA Mix Design will be used for VMA calculations until the Contractor submits a 4 written request for a Gsb test. The new Gsb will be used in the VMA calculations for HMA 5 from the date the Engineer receives the written request for a Gsb retest. The Contractor 6 may request aggregate specific gravity (Gsb) testing be performed by the Contracting 7 Agency twice per project. The Gsb blend of the combined stockpiles will be used to 8 calculate voids in mineral aggregate (VMA) of any HMA produced after the new Gsb is 9 determined. 10 11 5-04.3(9)A1 Test Section – When Required, When to Stop 12 The following new row is inserted after the second row in Table 9: 13 4 VMA Minimum PFi of 0.95 None based on the criteria in Section 5-04.3(9)B42 14 15 5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test Section 16 In Table 9a, the test property “Gradation, Asphalt Binder, and Va” is revised to read “Gradation, 17 Asphalt Binder, VMA, and Va“ 18 19 5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing 20 In Table 11, “Va” is revised to read “VMA and Va” 21 22 5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay Factors (CPF) 23 The following new row is inserted above the last row in Table 12: 24 Voids in Mineral Aggregate 2 (VMA) 25 26 5-04.3(9)B7 Mixture Statistical Evaluation – Retests 27 The second to last sentence is revised to read: 28 29 The sample will be tested for a complete gradation analysis, asphalt binder content, VMA 30 and Va, and the results of the retest will be used for the acceptance of the HMA mixture 31 in place of the original mixture sublot sample test results. 32 33 5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and Sublots 34 The bulleted item in the fourth paragraph is revised to read: 35 36 • For a compaction lot in progress with a compaction CPF less than 0.75 using an LSL 37 = 91.0, a new compaction lot will begin at the Contractor’s request after the Engineer 38 is satisfied that material conforming to the Specifications can be produced. See also 39 Section 5-04.3(11)F. 40 41 5-04.3(10)C2 HMA Compaction Statistical Evaluation – Acceptance Testing 42 In the table, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”. 43 44 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 45 In the first paragraph, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO 46 T 355”.

OLD TREATMENT PLANT May 07, 2018 6 1 2 5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments 3 The first sentence in the second paragraph is revised to read: 4 5 For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not 6 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in 7 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay Factor 8 (CPF). 9 10 The last two paragraphs are revised to read: 11 12 Determine the Compaction Price Adjustment (CPA) from the table below, selecting the 13 equation for CPA that corresponds to the value of CPF determined above. 14 Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA When CPF > 1.00 CPA = [0.80 x (CPF – 1.00)] x Q x UP When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.40 x (CPF – 1.00)] x Q x UP 15 16 Where 17 CPA = Compaction Price Adjustment for the compaction lot ($) 18 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) 19 Q = Quantity in the compaction lot (tons) 20 UP = Unit price of the HMA in the compaction lot ($/ton) 21 22 Section 6-01, General Requirements for Structures 23 January 2, 2018

24 25 Section 6-02, Concrete Structures 26 January 2, 2018

27 6-02.3(2)A Contractor Mix Design 28 The last sentence of the the last paragraph is revised to read: 29 30 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 31 7.5 percent for all concrete placed above the finished ground line unless noted otherwise. 32 33 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 34 Item number 5 of the first paragraph is deleted. 35 36 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 37 renumbered to 5. 38 39 6-02.3(4)D Temperature and Time For Placement 40 The following is inserted after the first sentence of the first paragraph: 41

OLD TREATMENT PLANT May 07, 2018 7 1 The upper temperature limit for placement for Class 4000D concrete may be increased 2 to a maximum of 80°F if allowed by the Engineer. 3 4 6-02.3(6)A1 Hot Weather Protection 5 The first paragraph is revised to read: 6 7 The Contractor shall provide concrete within the specified temperature limits. Cooling of 8 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 9 content is monitored, the mixing water is adjusted for the free water in the aggregate and 10 the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 11 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 12 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 13 completely melted by placing time. 14 15 The second sentence of the second paragraph is revised to read: 16 17 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 18 touch the concrete. 19 20 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 21 In the third subparagraph of the first paragraph, the last sentence is revised to read: 22 23 The Contractor shall texture the bridge deck surface to within 3-inches minimum and 24- 24 inches maximum of the edge of concrete at expansion joints, within 1-foot minimum and 25 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches maximum of 26 the perimeter of bridge drain assemblies. 27 28 6-02.3(13)A Strip Seal Expansion Joint System 29 In item number 3 of the third paragraph, “Federal Standard 595” is revised to read “SAE AMS 30 Standard 595”. 31 32 33 Section 8-01, Erosion Control and Water Pollution Control 34 January 2, 2018

35 8-01.1 Description 36 This section is revised to read: 37 38 This Work consists of furnishing, installing, maintaining, removing and disposing of best 39 management practices (BMPs), as defined in the Washington Administrative Code (WAC) 40 173-201A, to manage erosion and water quality in accordance with these Specifications 41 and as shown in the Plans or as designated by the Engineer. 42 43 The Contracting Agency may have a National Pollution Discharge Elimination System 44 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 45 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP to 46 the Contractor when a CSWGP has been obtained. The Contracting Agency may not 47 have a CSWGP for the project but may have another water quality related permit as 48 identified in the Contract Special Provisions or the Contracting Agency may not have 49 water quality related permits but the project is subject to applicable laws for the Work. 50 Section 8-01 covers all of these conditions. 51

OLD TREATMENT PLANT May 07, 2018 8 1 8-01.2 Materials 2 The first paragraph is revised to read: 3 4 Materials shall meet the requirements of the following sections: 5 6 Erosion Control and Roadside Planting 9-14 7 8 8-01.3(1) General 9 This section is revised to read: 10 11 Adaptive management shall be employed throughout the duration of the project for the 12 implementation of erosion and water pollution control permit requirements for the current 13 condition of the project site. The adaptive management includes the selection and 14 utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 15 implementing maintenance procedures, and other managerial practices that when used 16 singularly or in combination, prevent or reduce the release of pollutants to waters of the 17 State. The adaptive management shall use the means and methods identified in this 18 section and means and methods identified in the Washington State Department of 19 Transportation’s Temporary Erosion and Sediment Control Manual or the Washington 20 State Department of Ecology’s Stormwater Management Manuals for construction 21 stormwater. 22 23 The Contractor shall install a high visibility fence along the site preservation lines shown 24 in the Plans or as instructed by the Engineer. 25 26 Throughout the life of the project, the Contractor shall preserve and protect the delineated 27 preservation area, acting immediately to repair or restore any fencing damaged or 28 removed. 29 30 All discharges to surface waters shall comply with surface water quality standards as 31 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to 32 the ground shall comply with groundwater quality standards WAC Chapter 173-200. 33 34 The Contractor shall comply with the CSWGP when the project is covered by the CSWGP. 35 Temporary Work, at a minimum, shall include the implementation of: 36 37 1. Sediment control measures prior to ground disturbing activities to ensure all 38 discharges from construction areas receive treatment prior to discharging from 39 the site. 40 41 2. Flow control measures to prevent erosive flows from developing. 42 43 3. Water management strategies and pollution prevention measures to prevent 44 contamination of waters that will be discharged to surface waters or the ground. 45 46 4. Erosion control measures to stabilize erodible earth not being worked. 47 48 5. Maintenance of BMPs to ensure continued compliant performance. 49 50 6. Immediate corrective action if evidence suggests construction activity is not in 51 compliance. Evidence includes sampling data, olfactory or visual evidence such

OLD TREATMENT PLANT May 07, 2018 9 1 as the presence of suspended sediment, turbidity, discoloration, or oil sheen in 2 discharges. 3 4 To the degree possible, the Contractor shall coordinate this temporary Work with 5 permanent drainage and erosion control Work the Contract requires. 6 7 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 8 more erodible earth than as listed below: 9 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest) May 1 through April 1 through 17 Acres 17 Acres September 30 October 31 October 1 November 1 through April 5 Acres through March 5 Acres 30 31 10 11 The Engineer may increase or decrease the limits based on project conditions. 12 13 Erodible earth is defined as any surface where soils, grindings, or other materials may be 14 capable of being displaced and transported by rain, wind, or surface water runoff. 15 16 Erodible earth not being worked, whether at final grade or not, shall be covered within the 17 specified time period (see the table below), using BMPs for erosion control. 18 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest) October 1 October 1 2 days 5 days through April through June maximum maximum 30 30 November 1 May 1 to 7 days 10 days through March September 30 maximum maximum 31 19 20 When applicable, the Contractor shall be responsible for all Work required for compliance 21 with the CSWGP including annual permit fees. 22 23 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 24 continue to comply with this division during the suspension. 25 26 Nothing in this Section shall relieve the Contractor from complying with other Contract 27 requirements. 28 29 8-01.3(1)A Submittals 30 This section’s content is deleted. 31 32 This section is supplemented with the following new subsection: 33

OLD TREATMENT PLANT May 07, 2018 10 1 8-01.3(1)A1 Temporary Erosion and Sediment Control 2 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section 3 and plan sheets that meets the Washington State Department of Ecology’s Stormwater 4 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC plans 5 are used on small projects that disturb soil and have the potential to discharge but are not 6 covered by the CSWGP. The contract uses the term “TESC plan” to describe both TESC 7 plans and abbreviated TESC plans. When the Contracting Agency has developed a TESC 8 plan for a Contract, the narrative is included in the appendix to the Special Provisions and 9 the TESC plan sheets are included in the Contract Plans. The Contracting Agency TESC 10 plan will not include off-site areas used to directly support construction activity. 11 12 The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC 13 Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor shall 14 modify the TESC Plan to meet the Contractor’s schedule, method of construction, and to 15 include off-site areas that will be used to directly support construction activity such as 16 equipment staging yards, material storage areas, or borrow areas. Contractor TESC 17 Plans shall include all high visibility fence delineation shown on the Contracting Agency 18 Contract Plans. All TESC Plans shall meet the requirements of the current edition of the 19 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively 20 managed as needed throughout construction based on site inspections and discharge 21 samples to maintain compliance with the CSWGP. The Contractor shall develop a 22 schedule for implementation of the TESC work and incorporate it into the Contractor’s 23 progress schedule. 24 25 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and 26 implementation schedule as Type 2 Working Drawings. At the request of the Engineer, 27 updated TESC Plans shall be submitted as Type 1 Working Drawings. 28 29 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 30 This section is revised to read: 31 32 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 33 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate of 34 Training in Construction Site Erosion and Sediment Control from a course approved by 35 the Washington State Department of Ecology. The ESC Lead must be onsite or on call at 36 all times throughout construction. The ESC Lead shall be listed on the Emergency 37 Contact List required under Section 1-05.13(1). 38 39 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 40 limited to: 41 42 1. Installing, adaptively managing, and maintaining temporary erosion and 43 sediment control BMPs to assure continued performance of their intended 44 function. Damaged or inadequate BMPs shall be corrected immediately. 45 46 2. Updating the TESC Plan to reflect current field conditions. 47 48 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 49 the Washington State Department of Ecology in accordance with the CSWGP. 50 51 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 52 Site Log Book or portion thereof is electronically developed, the electronic

OLD TREATMENT PLANT May 07, 2018 11 1 documentation must be accessible onsite. As a part of the Site Log Book, the 2 Contractor shall develop and maintain a tracking table to show that identified 3 TESC compliance issues are fully resolved within 10 calendar days. The table 4 shall include the date an issue was identified, a description of how it was 5 resolved, and the date the issue was fully resolved. 6 7 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 8 erosion and sediment control BMPs, and all stormwater discharge points at least once 9 every calendar week and within 24-hours of runoff events in which stormwater discharges 10 from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once 11 every calendar month. The Washington State Department of Ecology’s Erosion and 12 Sediment Control Site Inspection Form, located at 13 http://www.ecy.wa.gov/programs/wq/stormwater/construction/InspectionForm.docx, shall 14 be completed for each inspection and a copy shall be submitted to the Engineer no later 15 than the end of the next working day following the inspection. 16 17 8-01.3(1)C Water Management 18 This section is supplemented with the following new subsections: 19 20 8-01.3(1)C1 Disposal of Dewatering Water 21 This section is revised to read: 22 23 When uncontaminated groundwater is encountered in an excavation on a project it may 24 be infiltrated within vegetated areas of the right of way not designated as Sensitive Areas 25 or incorporated into an existing stormwater conveyance system at a rate that will not 26 cause erosion or flooding in any receiving surface water. 27 28 Alternatively, the Contractor may pursue independent disposal and treatment alternatives 29 that do not use the stormwater conveyance system provided it is in compliance with the 30 applicable WACs and permits. 31 32 8-01.3(1)C2 Process Wastewater 33 This section is revised to read: 34 35 Wastewater generated on-site as a byproduct of a construction process shall not be 36 discharged to surface waters of the State. Some sources of process wastewater may be 37 infiltrated in accordance with the CSWGP with approval from the Engineer. Some sources 38 of process wastewater may be disposed via independent disposal and treatment 39 alternatives in compliance with the applicable WACs and permits. 40 41 8-01.3(1)C4 Management of Off-Site Water 42 This section is revised to read: 43 44 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site surface 45 water and overland flow that will run-on to the project. Off-site surface water run-on shall 46 be diverted through or around the project in a way that does not introduce construction 47 related pollution. It shall be diverted to its preconstruction discharge location in a manner 48 that does not increase preconstruction flow rate and velocity and protects contiguous 49 properties and waterways from erosion. The Contractor shall submit a Type 2 Working 50 Drawing consisting of the method for performing this Work. 51

OLD TREATMENT PLANT May 07, 2018 12 1 8-01.3(7) Stabilized Construction Entrance 2 The first paragraph is revised to read: 3 4 Temporary stabilized construction entrance shall be constructed in accordance with the 5 Standard Plans, prior to construction vehicles entering the roadway from locations that 6 generate sediment track out on the roadway. Material used for stabilized construction 7 entrance shall be free of extraneous materials that may cause or contribute to track out. 8 9 8-01.3(8) Street Cleaning 10 This section is revised to read: 11 12 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 13 debris from the Roadway. The street sweeper shall effectively collect these materials and 14 prevent them from being washed or blown off the Roadway or into waters of the State. 15 Street sweepers shall not generate fugitive dust and shall be designed and operated in 16 compliance with applicable air quality standards. Material collected by the street sweeper 17 shall be disposed of in accordance with Section 2-03.3(7)C. 18 19 When approved by the Engineer, power broom sweepers may be used in non- 20 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris 21 from the roadway into the work area. The swept material shall be prevented from entering 22 or washing into waters of the State. 23 24 Street washing with water will require the concurrence of the Engineer. 25 26 8-01.3(12) Compost Socks 27 The first two sentences of the first paragraph are revised to read: 28 29 Compost socks are used to disperse flow and sediment control device. Compost socks 30 shall be installed as soon as construction will allow but before flow conditions create 31 erosive flows or discharges from the site. Compost socks shall be installed prior to any 32 mulching or compost placement. 33 34 8-01.3(13) Temporary Curb 35 The second to last sentence of the second paragraph is revised to read: 36 37 Temporary curbs shall be a minimum of 4 inches in height. 38 39 8-01.3(14) Temporary Pipe Slope Drain 40 The third and fourth paragraphs are revised to read: 41 42 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 43 wood stakes, sand bags, or as approved by the Engineer. 44 45 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 46 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 47 water quality compliance. 48 49 The last paragraph is deleted. 50 51 8-01.3(15) Maintenance 52 This section is revised to read:

OLD TREATMENT PLANT May 07, 2018 13 1 2 Erosion and sediment control BMPs shall be maintained or adaptively managed as 3 required by the CSWGP until the Engineer determines they are no longer needed. When 4 deficiencies in functional performance are identified, the deficiencies shall be rectified 5 immediately. 6 7 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for damage 8 and sediment deposits. Damage to or undercutting of BMPs shall be repaired 9 immediately. 10 11 In areas where the Contractor’s activities have compromised the erosion control functions 12 of the existing grasses, the Contractor shall overseed at no additional cost to the 13 Contracting Agency. 14 15 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 16 maintain voids between the spalls for collecting mud and dirt. 17 18 Unless otherwise specified, when the depth of accumulated sediment and debris reaches 19 approximately ⅓ the height of the BMP the deposits shall be removed. Debris or 20 contaminated sediment shall be disposed of in accordance with Section 2-03.3(7)C. 21 Clean sediments may be stabilized on-site using BMPs as approved by the Engineer. 22 23 8-01.3(16) Removal 24 This section is revised to read: 25 26 The Contractor shall remove all temporary BMPs, all associated hardware and associated 27 accumulated sediment deposition from the project limits prior to Physical Completion 28 unless otherwise approved by the Engineer. When the temporary BMP materials are 29 made of natural plant fibers unaltered by synthetic materials the Engineer may approve 30 leaving the BMP in place. 31 32 The Contractor shall remove BMPs and associated hardware in a way that minimizes soil 33 disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after 34 removal of BMPs. If the installation and use of the erosion control BMPs have compacted 35 or otherwise rendered the soil inhospitable to plant growth, such as construction 36 entrances, the Contractor shall take measures to rehabilitate the soil to facilitate plant 37 growth. This may include, but is not limited to, ripping the soil, incorporating soil 38 amendments, or seeding with the specified seed. 39 40 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 41 may be transferred back to the Contracting Agency. Approval of the Transfer of Coverage 42 request will require the following: 43 44 1. All other Work required for Contract Completion has been completed. 45 46 2. All Work required for compliance with the CSWGP has been completed to the 47 maximum extent possible. This includes removal of BMPs that are no longer 48 needed and the site has undergone all Stabilization identified for meeting the 49 requirements of Final Stabilization in the CSWGP. 50 51 3. An Equitable Adjustment change order for the cost of Work that has not been 52 completed by the Contractor.

OLD TREATMENT PLANT May 07, 2018 14 1 2 4. Submittal of the Washington State Department of Ecology Transfer of Coverage 3 form (Ecology form ECY 020-87a) to the Engineer. 4 5 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 6 requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of Termination 7 form to the Washington State Department of Ecology will not apply. 8 9 8-01.4 Measurement 10 This section’s content is deleted and replaced with the following new subsections: 11 12 8-01.4(1) Lump Sum Bid for Project (No Unit Items) 13 When the Bid Proposal contains the item “Project Erosion and Water Pollution Control” 14 there will be no measurement of unit or force account items for Work defined in Section 15 8-01. 16 17 8-01.5 Payment 18 This section’s content is deleted and replaced with the following new subsections: 19 20 8-01.5(1) Lump Sum Bid for Project (No Unit Items) 21 Payment will be made for the following Bid item when it is included in the Proposal: 22 23 “Project Erosion and Water Pollution Prevention”, lump sum. 24 25 Section 8-02, Roadside Restoration 26 January 2, 2018

27 8-02.2 Materials 28 The reference to the material “Soil” is revised to read “Topsoil”. 29 30 8-02.5 Payment 31 The following new paragraph is inserted following the Bid item “Plant Selection ___”, per each: 32 33 The unit Contract price for “Plant Selection ___”, per each shall be full pay for all Work to 34 perform the work as specified within the planting area prior to planting for weed control, 35 planting area preparation and installation of plants with initial watering. 36 37 The paragraph following the Bid item “PSIPE ___”, per each is revised to read: 38 39 The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work to perform 40 the work as specified within the planting area for weed control and planting area 41 preparation, planting, cleanup, and water necessary to complete planting operations as 42 specified to the end of first year plant establishment. 43 44 Section 8-04, Curbs, Gutters, and Spillways 45 January 2, 2018

46 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 47 The first paragraph is supplemented with the following: 48

OLD TREATMENT PLANT May 07, 2018 15 1 Roundabout truck apron cement concrete curb and gutter shall be constructed with air 2 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 3 4 Section 8-14, Cement Concrete Sidewalks 5 January 2, 2018

6 8-14.2 Materials 7 In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE 8 AMS Standard 595”. 9 10 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 11 Systems, and Electrical 12 January 2, 2018

13 8-20.1(1) Regulations and Code 14 The last paragraph is revised to read: 15 16 Persons performing electrical Work shall be certified in accordance with and supervised 17 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 18 accordance with WAC 296-46B-942. Persons failing to meet these certification 19 requirements may not perform any electrical work, and shall stop any active electrical 20 work, until their certification is provided and worn in accordance with this Section. 21 22 8-20.3(4) Foundations 23 The second sentence of the first paragraph is revised to read: 24 25 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations 26 shall be Class 4000P and does not require air entrainment. 27 28 8-20.3(5)A General 29 The last two sentences of the last paragraph is deleted. 30 31 This section is supplemented with the following: 32 33 All conduits shall include a pull tape with the equipment grounding conductor. The pull 34 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 35 duct plugs or caps if present, at both ends of the conduit. 36 37 8-20.3(8) Wiring 38 The seventeenth paragraph is supplemented with the following: 39 40 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 41 used. 42 43 Section 8-21, Permanent Signing 44 January 2, 2018

45 8-21.3(9)F Foundations 46 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 47 48 Class 4000P concrete for roadside sign structures does not require air entrainment.

OLD TREATMENT PLANT May 07, 2018 16 1 2 Section 9-02, Bituminous Materials 3 January 2, 2018

4 9-02.1 Asphalt Material, General 5 The second paragraph is revised to read: 6 7 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified asphalt 8 shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 “Standard 9 Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts”. 10 The Asphalt Supplier’s QCP shall be submitted and receive the acceptance of the 11 WSDOT State Materials Laboratory. Once accepted, any change to the QCP will require 12 a new QCP to be submitted for acceptance. The Asphalt Supplier of PG asphalt binder 13 and emulsified asphalt shall certify through the Bill of Lading that the PG asphalt binder 14 or emulsified asphalt meets the Specification requirements of the Contract. 15 16 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 17 This section’s title is revised to read: 18 19 Performance Graded (PG) Asphalt Binder 20 21 The first paragraph is revised to read: 22 23 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 24 specified in the Contract shall be used in the production of HMA. For HMA with greater 25 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 26 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the 27 proportions of the mix design shall meet the PG asphalt binder requirements of AASHTO 28 M 332 Table 1 for the grade of asphalt binder specified by the Contract. 29 30 The second paragraph, including the table, is revised to read: 31 32 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 33 shall meet the following requirements: 34 Additional Requirements by

Performance Grade (PG) Asphalt Binders Test Property PG58H-22 PG58V-22 PG64H-28 PG64V-28 Method RTFO Residue: Average AASHTO T 30% Min. 25% Min. 30% Min. Percent 3501 Recovery @ 3.2 kPa 1Specimen conditioned in accordance with AASHTO T 240 – RTFO. 35 36 The third paragraph is revised to read: 37 38 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not 39 required. 40

OLD TREATMENT PLANT May 07, 2018 17 1 9-02.1(6) Cationic Emulsified Asphalt 2 This section is revised to read: 3 4 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 5 grades specified in the Contract shall be used. 6 7 9-02.5 Warm Mix Asphalt (WMA) Additive 8 This section, including title, is revised to read: 9 10 9-02.5 HMA Additive 11 Additives for HMA shall be approved by the Engineer. 12 13 Section 9-03, Aggregates 14 January 2, 2018

15 9-03.1(1) General Requirements 16 The second paragraph (up until the colon) is revised to read: 17 18 Aggregates for Portland Cement Concrete shall meet the following test requirements: 19 20 9-03.1(5)B Grading 21 In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read “FOP 22 for WAQTC/AASHTO T 27/T 11”. 23 24 9-03.4(1) General Requirements 25 The first paragraph (up until the colon) is revised to read: 26 27 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, talus, 28 or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface Treatment 29 shall meet the following test requirements: 30 31 9-03.8(1) General Requirements 32 The first paragraph (up until the colon) is revised to read: 33 34 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 35 36 9-03.8(7) HMA Tolerances and Adjustments 37 In the table in item number 1, the fifth row is revised to read: 38 Asphalt binder -0.4% to 0.5% 0.7% 39 40 In the table in item number 1, the following new row is inserted before the last row: 41 Voids in Mineral -1.5% Aggregate, VMA 42 43 9-03.9(1) Ballast 44 The second paragraph (up until the colon) is revised to read: 45 46 Aggregates for ballast shall meet the following test requirements: 47

OLD TREATMENT PLANT May 07, 2018 18 1 Section 9-04, Joint and Crack Sealing Materials 2 January 2, 2018

3 9-04.1(2) Premolded Joint Filler for Expansion Joints 4 In this section, each reference to “AASHTO T 42” is revised to read “ASTM D 545”. 5 6 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 7 This section is supplemented with the following: 8 9 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 10 where cement concrete pavement abuts a bituminous pavement. 11 12 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 13 This section is supplemented with the following: 14 15 Hot poured sealant for bituminous pavement is acceptable for installations in joints where 16 cement concrete pavement abuts a bituminous pavement. 17

18 Section 9-06, Structural Steel and Related Materials 19 January 2, 2018

20 9-06.5 Bolts 21 This section’s title is revised to read: 22 23 Bolts and Rods 24 25 9-06.5(4) Anchor Bolts 26 This section, including title, is revised to read: 27 28 9-06.5(4) Anchor Bolts and Anchor Rods 29 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 30 otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements 31 S2, S3, and S4. 32 33 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 34 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 35 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, Grade 36 2H, and shall conform to the overtapping, lubrication, and rotational testing requirements 37 in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or galvanized anchor 38 bolts and anchor rods shall conform to ASTM A563, Grade A or DH. Washers shall 39 conform to ASTM F436. 40 41 The bolts and rods shall be tested by the manufacturer in accordance with the 42 requirements of the pertinent Specification and as specified in these Specifications. 43 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 44 project site. The Contractor shall submit to the Engineer for acceptance a Manufacturer’s 45 Certificate of Compliance for the anchor bolts, anchor rods, nuts, and washers, as defined 46 in Section 1-06.3. If the Engineer deems it appropriate, the Contractor shall provide a 47 sample of the anchor bolt, anchor rod, nut, and washer for testing. 48

OLD TREATMENT PLANT May 07, 2018 19 1 All bolts, rods, nuts, and washers shall be marked and identified as required in the 2 pertinent Specification. 3 4 Section 9-08, Paints and Related Materials 5 January 2, 2018

6 9-08.1(2)K Orange Equipment Enamel 7 In the second sentence of the first paragraph, the reference to “Federal Standard 595” is 8 revised to read “SAE AMS Standard 595”. 9 10 9-08.1(8) Standard Colors 11 In the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS 12 Standard 595”. 13 14 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 15 and Scour Protection and Rock Walls 16 January 2, 2018

17 9-13.1(1) General 18 The last paragraph is revised to read: 19 20 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other defects 21 tending to destroy its resistance to weather and shall meet the following test requirements: 22 23 9-13.7(1) Rock for Rock Walls and Chinking Material 24 The first paragraph (up until the colon) is revised to read: 25 26 Rock for rock walls and chinking material shall be hard, sound and durable material, 27 free from seams, cracks, and other defects tending to destroy its resistance to weather, 28 and shall meet the following test requirements: 29 30 Section 9-14, Erosion Control and Roadside Planting 31 January 2, 2018

32 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 33 In the second column of Table 1, “ASTM D 586” is revised to read “AASHTO T 267”. 34 35 In Table 1, the second to last row is deleted. 36 37 Section 9-20, Concrete Patching Material, Grout, and Mortar 38 January 2, 2018

39 9-20.5 Bridge Deck Repair Material 40 Item number 3 of the first paragraph is revised to read: 41 42 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with 43 AASHTO T 277. 44

OLD TREATMENT PLANT May 07, 2018 20 1 Section 9-21, Raised Pavement Markers (RPM) 2 January 2, 2018

3 9-21.2 Raised Pavement Markers Type 2 4 This section’s content is deleted. 5 6 9-21.2(1) Physical Properties 7 This section, including title, is revised to read: 8 9 9-21.2(1) Standard Raised Pavement Markers Type 2 10 The marker housing shall contain reflective faces as shown in the Plans to reflect incident 11 light from either a single or opposite directions and meet the requirements of ASTM D 12 4280 including Flexural strength requirements. 13 14 9-21.2(2) Optical Requirements 15 This section, including title, is revised to read: 16 17 9-21.2(2) Abrasion Resistant Raised Markers Type 2 18 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and meet 19 the requirements of ASTM D 4280 with the following additional requirement: The 20 coefficient of luminous intensity of the markers shall be measured after subjecting the 21 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 22 apparatus. After the exposure described above, retroreflected values shall not be less 23 than 0.5 times a nominal unblemished sample. 24 25 9-21.2(3) Strength Requirements 26 This section is deleted in its entirety. 27 28 Section 9-28, Signing Materials and Fabrication 29 January 2, 2018

30 9-28.11 Hardware 31 The last paragraph is revised to read: 32 33 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 34 related connecting hardware shall be galvanized in accordance with ASTM F 2329. 35 36 9-28.14(2) Steel Structures and Posts 37 The first sentence of the third paragraph is revised to read: 38 39 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 40 Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F. 41 42 In the second sentence of the fourth paragraph, “AASHTO M232” is revised to read “ASTM F 43 2329”. 44 45 The first sentence of the fifth paragraph is revised to read: 46 47 Except as otherwise noted, steel used for sign structures and posts shall have a controlled 48 silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 49

OLD TREATMENT PLANT May 07, 2018 21 1 The last sentence of the last paragraph is revised to read: 2 3 If such modifications are contemplated, the Contractor shall submit a Type 2 Working 4 Drawing of the proposed modifications. 5 6 Section 9-29, Illumination, Signal, Electrical 7 January 2, 2018

8 9-29.1 Conduit, Innerduct, and Outerduct 9 This section is supplemented with the following new subsection: 10 11 9-29.1(10) Pull Tape 12 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 13 minimum width of ½-inch and a minimum tensile strength of 500 pounds. Pull tape may 14 have measurement marks. 15 16 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 17 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 18 Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel 19 20 9-29.6 Light and Signal Standards 21 In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 22 23 Item number 2 of the last paragraph is revised to read: 24 25 2. The steel light and signal standard fabricator’s shop drawing submittal, including 26 supporting design calculations, submitted as a Type 2E Working Drawing in 27 accordance with Section 8-20.2(1) and the Special Provisions. 28 29 9-29.6(1) Steel Light and Signal Standards 30 In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 31 32 The first sentence of the last paragraph is revised to read: 33 34 Steel used for light and signal standards shall have a controlled silicon content of either 35 0.00 to 0.06 percent or 0.15 to 0.25 percent. 36 37 9-29.6(5) Foundation Hardware 38 In the last paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. 39 40 9-29.10(1) Conventional Roadway Luminaires 41 This section is revised to read: 42 43 All conventional roadway luminaires shall meet 3G vibration requirements as described 44 in ANSI C136.31. 45 46 All luminaires shall have housings fabricated from aluminum. The housing shall be 47 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise

OLD TREATMENT PLANT May 07, 2018 22 1 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test as 2 specified in ASTM B117. 3 4 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2” 5 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping bracket(s) 6 and the cap screws shall not bottom out on the housing bosses when adjusted within the 7 +/- 5 degree range. No part of the slipfitter mounting brackets on the luminaires shall 8 develop a permanent set in excess of 0.2 inch when the cap screws used for mounting 9 are tightened to a torque of 32 foot-pounds. Each luminaire shall include leveling 10 reference points for both transverse and longitudinal adjustment. 11 12 All luminaires shall include shorting caps when shipped. The caps shall be removed and 13 provided to the Contracting Agency when an alternate control device is required to be 14 installed in the photocell socket. House side shields shall be included when required by 15 the Contract. Order codes shall be modified to the minimum extent necessary to include 16 the option for house side shields. 17 18 This section is supplemented with the following new subsections: 19 20 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway 21 Luminaires 22 HPS conventional roadway luminaires shall meet the following requirements: 23 24 1. General shape shall be “cobrahead” style, with flat glass lens and full cutoff 25 optics. 26 27 2. Light pattern distribution shall be IES Type III. 28 29 3. The reflector of all luminaires shall be of a snap-in design or secured with 30 screws. The reflector shall be polished aluminum or prismatic borosilicate glass. 31 32 4. Flat lenses shall be formed from heat resistant, high-impact, molded borosilicate 33 or tempered glass. 34 35 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 36 the luminaire and secured in the closed position to the luminaire by means of an 37 automatic latch. The lens and doorframe assembly, when closed, shall exert 38 pressure against a gasket seat. The lens shall not allow any light output above 39 90 degrees nadir. Gaskets shall be composed of material capable of 40 withstanding the temperatures involved and shall be securely held in place. 41 42 6. The ballast shall be mounted on a separate exterior door, which shall be hinged 43 to the luminaire and secured in the closed position to the luminaire housing by 44 means of an automatic type of latch (a combination hex/slot stainless steel 45 screw fastener may supplement the automatic-type latch). 46 47 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 48 lamp complete and associated ballast. Lamps shall mount horizontally. 49 50 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires 51 LED Conventional Roadway Luminaires are divided into classes based on their 52 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W,

OLD TREATMENT PLANT May 07, 2018 23 1 310W, and 400W. LED luminaires are required to be pre-approved in order to verify their 2 photometric output. To be considered for pre-approval, LED luminaires must meet the 3 requirements of this section. 4 5 LED luminaires shall include a removable access door, with tool-less entry, for access to 6 electronic components and the terminal block. The access door shall be removable, but 7 include positive retention such that it can hang freely without disconnecting from the 8 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 9 housing or to the removable door itself. 10 11 LED drivers shall be removable for user replacement. All internal modular components 12 shall be connected by means of mechanical plug and socket type quick disconnects. Wire 13 nuts may not be used for any purpose. All external electrical connections to the luminaire 14 shall be made through the terminal block. 15 16 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) shall 17 be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 18 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 19 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 20 Celsius. 21 22 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 23 refer to the supply voltages to the luminaires present in the field. LED power usage shall 24 not exceed the following maximum values for the applicable wattage class: 25 Class Max. Wattage 200W 110W 250W 165W 310W 210W 400W 275W 26 27 Only one brand of LED conventional roadway luminaire may be used on a Contract. They 28 do not necessarily have to be the same brand as any high-mast, underdeck, or wall-mount 29 luminaires when those types of luminaires are specified in the Contract. LED luminaires 30 shall include a standard 10 year manufacturer warranty. 31 32 The list of pre-approved LED Conventional Roadway Luminaires is available at 33 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 34 35 9-29.10(2) Decorative Luminaires 36 This section, including title, is revised to read: 37 38 9-29.10(2) Vacant 39 40 9-29.12 Electrical Splice Materials 41 This section is supplemented with the following new subsections: 42 43 9-29.12(3) Splice Enclosures 44 9-29.12(3)A Heat Shrink Splice Enclosure 45 Heat shrink splice enclosures shall be medium or heavy wall cross-linked polyolefin, 46 meeting the requirements of AMS-DTL-23053/15, with thermoplastic adhesive

OLD TREATMENT PLANT May 07, 2018 24 1 sealant. Heat shrink splices used for “wye” connections require rubber electrical 2 mastic tape. 3 4 9-29.12(3)B Molded Splice Enclosure 5 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 6 material used shall be compatible with the insulation material of the insulated 7 conductor or cable. The component materials of the resin insulation shall be 8 packaged ready for convenient mixing without removing from the package. 9 10 9-29.12(4) Re-Enterable Splice Enclosure 11 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 12 contained in a two-piece plastic mold. The mold shall either snap together or use stainless 13 steel hose clamps. 14 15 9-29.12(5) Vinyl Electrical Tape for Splices 16 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-24391C. 17 18 9-29.12(1) Illumination Circuit Splices 19 This section is revised to read: 20 21 Underground illumination circuit splices shall be solderless crimped connections capable 22 of securely joining the wires, both mechanically and electrically, as defined in Section 8- 23 20.3(8). Aerial illumination splices shall be solderless crimp connectors or split bolt vice- 24 type connectors. 25 26 9-29.12(1)A Heat Shrink Splice Enclosure 27 This section is deleted in its entirety. 28 29 9-29.12(1)B Molded Splice Enclosure 30 This section is deleted in its entirety. 31 32 9-29.12(2) Traffic Signal Splice Material 33 This section is revised to read: 34 35 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 36 crimped connector capable of being soldered. 37 38 9-29.16(2)E Painting Signal Heads 39 In the first sentence, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 40 41 9-29.17 Signal Head Mounting Brackets and Fittings 42 In the first paragraph, item number 2 under Stainless Steel is revised to read: 43 44 2. Bands or cables for Type N mount. 45 46 9-29.20 Pedestrian Signals 47 In item 2C of the second paragraph, “Federal Standard 595” is revised to read “SAE AMS 48 Standard 595”. 49

OLD TREATMENT PLANT May 07, 2018 25 1 9-34.AP9 2 Section 9-34, Pavement Marking Material 3 January 2, 2018

4 9-34.2(2) Color 5 Each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”. 6 7 9-34.2(5) Low VOC Waterborne Paint 8 The heading “Standard Waterborne Paint” is supplemented with “Type 1 and 2”. 9 10 The heading “High-Build Waterborne Paint” is supplemented with “Type 4”. 11 12 The heading “Cold Weather Waterborne Paint” is supplemented with “Type 5”. 13 14 In the row beginning with “° @90°F”, each minimum value is revised to read “60”. 15 16 In the row beginning with “Fineness of Grind, (Hegman Scale)”, each minimum value is revised 17 to read “3”. 18 19 The last four rows are replaced with the following: 20 Vehicle ASTM D 100% acrylic 100% cross- 100% acrylic Composition 2621 emulsion linking acrylic4 emulsion Freeze-Thaw ASTM D @ 5 cycles show @ 5 cycles show @ 3 cycles show Stability, KU 2243 and no coagulation or no coagulation or no coagulation or D 562 change in change in change in viscosity greater viscosity greater viscosity greater than ± 10 KU than ± 10 KU than ± 10 KU Heat Stability ASTM D ± 10 KU from the ± 10 KU from the ± 10 KU from the 5622 initial viscosity initial viscosity initial Viscosity Low ASTM D No Cracks* No Cracks Temperature 28053 Film Formation Cold Flexibility5 ASTM Pass at 0.5 in D522 mandrel* Test Deck ASTM ≥70% paint Durability6 D913 retention in wheel track* Mud Cracking (See note No Cracks No Cracks 7) 21 22 After the preceding Amendments are applied, the following new column is inserted after the 23 “Standard Waterborne Paint Type 1 and 2” column: 24 Semi-Durable Waterborne Paint Type 3 White Yellow Min. Max. Min. Max. Within ± 0.3 of qualification sample

80 95 80 95 60 60 77 77

OLD TREATMENT PLANT May 07, 2018 26 65 65 43 43 1.25 1.25 3 3 0.98 0.96 88 50 100° 100° 9.5 9.5 10 10 100% acrylic emulsion @ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU ± 10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel ≥70% paint retention in wheel track No Cracks 1 2 The footnotes are supplemented with the following: 3 4 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F 5 Section 3.1.1. 6 7 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 8 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 9 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 10 be put in a 40°F refrigerator when the paint is drawn down After 24 hours, the aluminum 11 panel with dry paint shall be put in the 40°F refrigerator with the mandrel apparatus for 2 12 hours. After 2 hours, the panel and test apparatus shall be removed and immediately 13 tested to according to ASTM D522 to evaluate cold flexibility. Paint must show no 14 evidence of cracking, chipping or flaking when bent 180 degrees over a mandrel bar of 15 specified diameter. 16 17 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 18 minimum of six months with the following additional requirements: it shall be applied at 19 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 ADT 20 and which was applied during the months of September through November. 21 22 7Paint is applied to an approximately 4”x12” aluminum panel using a drawdown bar with 23 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 24 and 72±5 ˚F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 25 26 9-34.3 Plastic 27 In the first sentence of the last paragraph, “Federal Standard 595” is revised to read “SAE 28 AMS Standard 595”. 29 30 9-34.3(2) Type B – Pre-Formed Fused Thermoplastic 31 In the last two paragraphs, each reference to “Federal Standard 595” is revised to read “SAE 32 AMS Standard 595”. 33 34 9-34.7(1) Requirements 35 The first paragraph is revised to read:

OLD TREATMENT PLANT May 07, 2018 27 1 2 Field performance evaluation is required for low VOC solvent-based paint per Section 9- 3 34.2(4), Type A – liquid hot applied thermoplastic per Section 9-34.3(1), Type B – 4 preformed fused thermoplastic per Section 9-34.3(2), Type C – cold applied preformed 5 tape per Section 9-34.3(3), and Type D – liquid applied methyl methacrylate per Section 6 9-34.3(4). 7 8 The last paragraph is deleted. 9 10 9-34.7(1)C Auto No-Track Time 11 The first paragraph is revised to read: 12 13 Auto No-Track Time will only be required for low VOC solvent-based paint in accordance 14 with Section 9-34.2(4). 15 16 The second and third sentences of the second paragraph are deleted. 17

OLD TREATMENT PLANT May 07, 2018 28

SPECIAL PROVISIONS

COBI Old Treatment Plant Pump Station Page 32

1 SPECIAL PROVISIONS 2 3 The following Special Provisions are made a part of this contract and supersede any conflicting 4 provisions of the 2018 Standard Specifications for Road, Bridge and Municipal Construction, 5 and the foregoing Amendments to the Standard Specifications. 6 7 Several types of Special Provisions are included in this contract; General, Region, Bridges 8 and Structures, and Project Specific. Special Provisions types are differentiated as follows: 9 10 (date) General Special Provision 11 (******) Notes a revision to a General Special Provision 12 and also notes a Project Specific Special 13 Provision. 14 (Regions1 date) Region Special Provision 15 (BSP date) Bridges and Structures Special Provision 16 17 General Special Provisions are similar to Standard Specifications in that they typically apply 18 to many projects, usually in more than one Region. Usually, the only difference from one 19 project to another is the inclusion of variable project data, inserted as a “fill-in”. 20 21 Region Special Provisions are commonly applicable within the designated Region. Region 22 designations are as follows: 23 24 Regions1 25 ER Eastern Region 26 NCR North Central Region 27 NWR Northwest Region 28 OR Olympic Region 29 SCR South Central Region 30 SWR Southwest Region 31 32 WSF Washington State Ferries Division 33 34 Bridges and Structures Special Provisions are similar to Standard Specifications in that 35 they typically apply to many projects, usually in more than one Region. Usually, the only 36 difference from one project to another is the inclusion of variable project data, inserted as a 37 “fill-in”. 38 39 Project Specific Special Provisions normally appear only in the contract for which they were 40 developed. 41 42 43 INTRODUCTION TO THE SPECIAL PROVISIONS 44 45 (August 14, 2013 APWA GSP) 46 47 The work on this project shall be accomplished in accordance with the Standard Specifications 48 for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State 49 Department of Transportation (WSDOT) and the American Public Works Association (APWA), 50 Washington State Chapter (hereafter “Standard Specifications”). The Standard 51 Specifications, as modified or supplemented by the Amendments to the Standard

OLD TREATMENT PLANT 1 1 Specifications and these Special Provisions, all of which are made a part of the Contract 2 Documents, shall govern all of the Work. 3 4 These Special Provisions are made up of both General Special Provisions (GSPs) from 5 various sources, which may have project-specific fill-ins; and project-specific Special 6 Provisions. Each Provision either supplements, modifies, or replaces the comparable 7 Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition 8 to any subsection or portion of the Standard Specifications is meant to pertain only to that 9 particular portion of the section, and in no way should it be interpreted that the balance of the 10 section does not apply. 11 12 The project-specific Special Provisions are not labeled as such. The GSPs are labeled under 13 the headers of each GSP, with the effective date of the GSP and its source. For example: 14 15 (March 8, 2013 APWA GSP) 16 (April 1, 2013 WSDOT GSP) 17 (May 1, 2013 COBI GSP) 18 19 Also incorporated into the Contract Documents by reference are: 20 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted 21 edition, with Washington State modifications, if any 22 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current 23 edition 24 25 Contractor shall obtain copies of these publications, at Contractor’s own expense. 26 27 28 DESCRIPTION OF WORK 29 30 The contract price shall be considered full compensation for all labor, materials, equipment, 31 and tools necessary to furnish and install the replacement pumps, motors, generator, and 32 Control System by S&B. This work includes, but is not limited to, field-measuring for fit, furnish 33 pumps and motors, generator with ATS, electrical work, dis-assembling, removing, disposal of 34 existing structures and materials, installing replacements, by-pass pumping and certifying 35 proper installation by manufacturer’s representative. 36 37 The existing lift station has two installed 10 horsepower drypit pumps that operate individually 38 or together. The station cycles on average 3-4 times per hour for 2 minutes. 39 40 The Contractor shall provide a standby generator and Automatic Transfer Switch. Work 41 includes provision of equipment, concrete pad, start up and commissioning services. The 42 Contractor shall be responsible for coordinating with the generator/ATS supplier, PSE, and 43 S&B to locate the components on-site, to install the generator system, and provide start-up 44 assistance by the supplier. 45 46 The Contractor shall provide a reinforced concrete pad under the generator base of adequate 47 dimensions and strength to properly support the unit as recommended by the manufacturer. 48 The concrete shall be extended a minimum of 6” beyond the unit. The site shall be graded 49 and properly compacted to support the pad and generator. The slab shall not accumulate 50 standing water around the base. The pad shall accommodate any required electrical and fuel 51 conduits as recommended by the manufacturer. Concrete shall be level within the framework

OLD TREATMENT PLANT 2 1 of the generator base and shall not allow ponding water. The unit will have adequate clearance 2 for operation and maintenance on the system. The base frame shall be securely fastened to 3 the foundation using appropriate fasteners. 4 5 The City preselected S&B Inc. to provide the electrical system design and supply of the control 6 system equipment for this project. The scope of work and price is identified in the Contract 7 documents in the [appendix]. The Contractor shall include the line item for this work in their 8 overall bid. The Contractor is encouraged to coordinate with S&B regarding the SCADA 9 System requirements and integration prior to the preconstruction meeting. 10 • Telephone Number: 425-644-1700 11 12 1-01.3 Definitions 13 (January 4, 2016 APWA GSP) 14 15 Delete the heading Completion Dates and the three paragraphs that follow it, and replace 16 them with the following: 17 18 Dates 19 Bid Opening Date 20 The date on which the Contracting Agency publicly opens and reads the Bids. 21 Award Date 22 The date of the formal decision of the Contracting Agency to accept the lowest 23 responsible and responsive Bidder for the Work. 24 Contract Execution Date 25 The date the Contracting Agency officially binds the Agency to the Contract. 26 Notice to Proceed Date 27 The date stated in the Notice to Proceed on which the Contract time begins. 28 Substantial Completion Date 29 The day the Engineer determines the Contracting Agency has full and unrestricted 30 use and benefit of the facilities, both from the operational and safety standpoint, any 31 remaining traffic disruptions will be rare and brief, and only minor incidental work, 32 replacement of temporary substitute facilities, plant establishment periods, or 33 correction or repair remains for the Physical Completion of the total Contract. 34 Physical Completion Date 35 The day all of the Work is physically completed on the project. All documentation 36 required by the Contract and required by law does not necessarily need to be 37 furnished by the Contractor by this date. 38 Completion Date 39 The day all the Work specified in the Contract is completed and all the obligations of 40 the Contractor under the contract are fulfilled by the Contractor. All documentation 41 required by the Contract and required by law must be furnished by the Contractor 42 before establishment of this date. 43 Final Acceptance Date 44 The date on which the Contracting Agency accepts the Work as complete. 45 46 Supplement this Section with the following: 47 48 All references in the Standard Specifications, Amendments, or WSDOT General Special 49 Provisions, to the terms “Department of Transportation”, “Washington State

OLD TREATMENT PLANT 3 1 Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, 2 “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. 3 4 All references to the terms “State” or “state” shall be revised to read “Contracting 5 Agency” unless the reference is to an administrative agency of the State of Washington, 6 a State statute or regulation, or the context reasonably indicates otherwise. 7 8 All references to “State Materials Laboratory” shall be revised to read “Contracting 9 Agency designated location”. 10 11 All references to “final contract voucher certification” shall be interpreted to mean the 12 Contracting Agency form(s) by which final payment is authorized, and final completion 13 and acceptance granted. 14 15 Additive 16 A supplemental unit of work or group of bid items, identified separately in the Bid 17 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition 18 to the base bid. 19 20 Alternate 21 One of two or more units of work or groups of bid items, identified separately in the Bid 22 Proposal, from which the Contracting Agency may make a choice between different 23 methods or material of construction for performing the same work. 24 25 Business Day 26 A business day is any day from Monday through Friday except holidays as listed in 27 Section 1-08.5. 28 29 Contract Bond 30 The definition in the Standard Specifications for “Contract Bond” applies to whatever 31 bond form(s) are required by the Contract Documents, which may be a combination of a 32 Payment Bond and a Performance Bond. 33 34 Contract Documents 35 See definition for “Contract”. 36 37 Contract Time 38 The period of time established by the terms and conditions of the Contract within which 39 the Work must be physically completed. 40 41 Notice of Award 42 The written notice from the Contracting Agency to the successful Bidder signifying the 43 Contracting Agency’s acceptance of the Bid Proposal. 44 45 Notice to Proceed 46 The written notice from the Contracting Agency or Engineer to the Contractor authorizing 47 and directing the Contractor to proceed with the Work and establishing the date on which 48 the Contract time begins. 49 50 Traffic 51 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 52 equestrian traffic.

OLD TREATMENT PLANT 4 1 2 1-02 Bid Procedures and Conditions 3 4 1-02.2 Plans and Specifications 5 (June 27, 2011 APWA GSP) 6 7 Delete this section and replace it with the following: 8 9 Information as to where Bid Documents can be obtained or reviewed can be found in the 10 Call for Bids (Advertisement for Bids) for the work. 11 12 After award of the contract, plans and specifications will be issued to the Contractor at no 13 cost as detailed below: 14 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award.

Large plans (e.g., 22" x 1 Furnished only upon 34") request.

15 16 Additional plans and Contract Provisions may be obtained by the Contractor from the 17 source stated in the Call for Bids, at the Contractor’s own expense. 18 19 1-02.4 Examination of Plans, Specifications and Site of Work 20 21 1-02.4(1) General 22 (*****) 23 24 This section is supplemented with the following: 25 26 Any prospective Bidder desiring to view the existing station configuration, a pre-bid meeting 27 shall be held prior to bid opening at the existing station. The meeting will be at 9:00 am, 28 Tuesday, August 21, 2018. Contact the City Project Manager at 206-780-3746 if supplier 29 cannot attend the meeting. 30 31 1-02.5 Proposal Forms 32 (July 31, 2017 APWA GSP) 33 34 Delete this section and replace it with the following: 35 36 The Proposal Form will identify the project and its location and describe the work. It will 37 also list estimated quantities, units of measurement, the items of work, and the materials 38 to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal 39 form that call for, but are not limited to, unit prices; extensions; summations; the total bid 40 amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment

OLD TREATMENT PLANT 5 1 of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s 2 UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s 3 Registration Number; and a Business License Number, if applicable. Bids shall be 4 completed by typing or shall be printed in ink by hand, preferably in black ink. The 5 required certifications are included as part of the Proposal Form. 6 7 The Contracting Agency reserves the right to arrange the proposal forms with alternates 8 and additives, if such be to the advantage of the Contracting Agency. The bidder shall 9 bid on all alternates and additives set forth in the Proposal Form unless otherwise 10 specified. 11 12 1-02.6 Preparation of Proposal 13 (June 20, 2017 APWA GSP) 14 15 Supplement the second paragraph with the following: 16 4. If a minimum bid amount has been established for any item, the unit or lump sum 17 price must equal or exceed the minimum amount stated. 18 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be 19 initialed by the signer of the bid. 20 21 Delete the fourth paragraph and replace it with the following: 22 23 The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business 24 Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For 25 each and every UDBE firm listed on the Bidder’s completed Underutilized Disadvantaged 26 Business Enterprise Utilization Certification, the Bidder shall submit written confirmation 27 from that UDBE firm that the UDBE is in agreement with the UDBE participation 28 commitment that the Bidder has made in the Bidder’s completed Underutilized 29 Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422-031U 30 (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to 31 be used for this purpose. Bidder must submit good faith effort documentation with the 32 Underutilized Disadvantaged Business Enterprise Utilization Certification only in the 33 event the bidder’s efforts to solicit sufficient UDBE participation have been unsuccessful. 34 Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written 35 Confirmation Documents and Underutilized Disadvantaged Business Enterprise Good 36 Faith Effort documentation are included in Sections 1-02.9 37 38 Delete the last paragraph, and replace it with the following: 39 40 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 41 42 A bid by a corporation shall be executed in the corporate name, by the president or a 43 vice president (or other corporate officer accompanied by evidence of authority to sign). 44 45 A bid by a partnership shall be executed in the partnership name, and signed by a 46 partner. A copy of the partnership agreement shall be submitted with the Bid Form if any 47 UDBE requirements are to be satisfied through such an agreement. 48 49 A bid by a joint venture shall be executed in the joint venture name and signed by a 50 member of the joint venture. A copy of the joint venture agreement shall be submitted

OLD TREATMENT PLANT 6 1 with the Bid Form if any UDBE requirements are to be satisfied through such an 2 agreement. 3 4 1-02.7 Bid Deposit 5 (March 8, 2013 APWA GSP) 6 7 Supplement this section with the following: 8 9 Bid bonds shall contain the following: 10 1. Contracting Agency-assigned number for the project; 11 2. Name of the project; 12 3. The Contracting Agency named as obligee; 13 4. The amount of the bid bond stated either as a dollar figure or as a percentage which 14 represents five percent of the maximum bid amount that could be awarded; 15 5. Signature of the bidder’s officer empowered to sign official statements. The signature 16 of the person authorized to submit the bid should agree with the signature on the 17 bond, and the title of the person must accompany the said signature; 18 6. The signature of the surety’s officer empowered to sign the bond and the power of 19 attorney. 20 21 If so stated in the Contract Provisions, bidder must use the bond form included in the 22 Contract Provisions. 23 24 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 25 26 1-02.9 Delivery of Proposal 27 (July 31, 2017 APWA GSP, Option A) 28 29 Delete this section and replace it with the following: 30 31 Each Proposal shall be submitted in a sealed envelope, with the Project Name and 32 Project Number as stated in the Call for Bids clearly marked on the outside of the 33 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and 34 delivery. 35 36 If the project has FHWA funding and requires UDBE Written Confirmation Document(s) 37 or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder 38 shall submit Written Confirmation Documentation from each UDBE firm listed on the 39 Bidder’s completed UDBE Utilization Certification, form 272-056U, as required by 40 Section 1-02.6. The UDBE Written Confirmation Document(s) and/or GFE (if any) shall 41 be received either with the Bid Proposal or as a Supplement to the Bid. The 42 document(s) shall be received no later than 24 hours (not including Saturdays, 43 Sundays and Holidays) after the time for delivery of the Bid Proposal. 44 45 The Bidder shall submit to the Contracting Agency a signed “Certification of Compliance 46 with Wage Payment Statutes” document where the Bidder under penalty of perjury 47 verifies that the Bidder is in compliance with responsible bidder criteria in RCW 48 39.04.350 subsection (1) (g), as required per Section 1-02.14. The “Certification of 49 Compliance with Wage Payment Statutes” document shall be received either with the

OLD TREATMENT PLANT 7 1 Bid Proposal or no later than 24 hours (not including Saturdays, Sundays and 2 Holidays) after the time for delivery of the Bid Proposal. 3 4 If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed 5 envelope labeled the same as for the Proposal, with “Supplemental Information” added. 6 All other information required to be submitted with the Bid Proposal must be submitted 7 with the Bid Proposal itself, at the time stated in the Call for Bids. 8 9 The Contracting Agency will not open or consider any Bid Proposal that is received after 10 the time specified in the Call for Bids for receipt of Bid Proposals, or received in a 11 location other than that specified in the Call for Bids. The Contracting Agency will not 12 open or consider any “Supplemental Information” (UDBE confirmations, GFE 13 documentation, or Certification of Compliance with Wage Payment Statutes) that is 14 received after the time specified above, or received in a location other than that specified 15 in the Call for Bids. 16 17 (August 3, 2015) 18 Date of Opening Bids 19 The bid opening date for this project is August 28, 2018. Bids received by 9:30 A.M. will 20 be publicly opened and read after 10:00 A.M. Pacific Time on this date. 21 22 1-02.13 Irregular Proposals 23 (June 20, 2017 APWA GSP) 24 25 Delete this section and replace it with the following: 26 27 1. A Proposal will be considered irregular and will be rejected if: 28 a. The Bidder is not prequalified when so required; 29 b. The authorized Proposal form furnished by the Contracting Agency is not 30 used or is altered; 31 c. The completed Proposal form contains any unauthorized additions, deletions, 32 alternate Bids, or conditions; 33 d. The Bidder adds provisions reserving the right to reject or accept the award, 34 or enter into the Contract; 35 e. A price per unit cannot be determined from the Bid Proposal; 36 f. The Proposal form is not properly executed; 37 g. The Bidder fails to submit or properly complete a Subcontractor list, if 38 applicable, as required in Section 1-02.6; 39 h. The Bidder fails to submit or properly complete an Underutilized 40 Disadvantaged Business Enterprise Certification, if applicable, as required in 41 Section 1-02.6; 42 i. The Bidder fails to submit written confirmation from each UDBE firm listed on 43 the Bidder’s completed UDBE Utilization Certification that they are in 44 agreement with the bidder’s UDBE participation commitment, if applicable, as 45 required in Section 1-02.6, or if the written confirmation that is submitted fails 46 to meet the requirements of the Special Provisions; 47 j The Bidder fails to submit UDBE Good Faith Effort documentation, if 48 applicable, as required in Section 1-02.6, or if the documentation that is 49 submitted fails to demonstrate that a Good Faith Effort to meet the Condition 50 of Award was made; 51 k. The Bid Proposal does not constitute a definite and unqualified offer to meet 52 the material terms of the Bid invitation; or

OLD TREATMENT PLANT 8 1 l. More than one Proposal is submitted for the same project from a Bidder 2 under the same or different names. 3 4 2. A Proposal may be considered irregular and may be rejected if: 5 a. The Proposal does not include a unit price for every Bid item; 6 b. Any of the unit prices are excessively unbalanced (either above or below the 7 amount of a reasonable Bid) to the potential detriment of the Contracting 8 Agency; 9 c. Receipt of Addenda is not acknowledged; 10 d. A member of a joint venture or partnership and the joint venture or 11 partnership submit Proposals for the same project (in such an instance, both 12 Bids may be rejected); or 13 e. If Proposal form entries are not made in ink. 14 15 1-02.14 Disqualification of Bidders 16 (July 31, 2017 APWA GSP, Option A) 17 18 Delete this section and replace it with the following: 19 20 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder 21 responsibility criteria in RCW 39.04.350(1), as amended. 22 23 The Contracting Agency will verify that the Bidder meets the mandatory bidder 24 responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the 25 Contracting Agency reserves the right to request documentation as needed from the 26 Bidder and third parties concerning the Bidder’s compliance with the mandatory bidder 27 responsibility criteria. 28 29 The Bidder shall submit to the Contracting Agency a signed “Certification of Compliance 30 with Wage Payment Statutes”, document where the Bidder under penalty of perjury verifies 31 that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 32 subsection (1)(g). A form appropriate for “Certification of Compliance with Wage Payment 33 Statutes” will be provided by the Contracting Agency in the Bid Documents. The form 34 provided in the Bid Documents shall be submitted with the Bid as stated in Section 1-02.9. 35 36 If the Contracting Agency determines the Bidder does not meet the mandatory bidder 37 responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the 38 Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. 39 If the Bidder disagrees with this determination, it may appeal the determination within two 40 (2) business days of the Contracting Agency’s determination by presenting its appeal and 41 any additional information to the Contracting Agency. The Contracting Agency will 42 consider the appeal and any additional information before issuing its final determination. 43 If the final determination affirms that the Bidder is not responsible, the Contracting Agency 44 will not execute a contract with any other Bidder until at least two business days after the 45 Bidder determined to be not responsible has received the Contracting Agency’s final 46 determination. 47 48 1-02.15 Pre Award Information 49 (August 14, 2013 APWA GSP) 50 51 Revise this section to read: 52

OLD TREATMENT PLANT 9 1 Before awarding any contract, the Contracting Agency may require one or more of these 2 items or actions of the apparent lowest responsible bidder: 3 1. A complete statement of the origin, composition, and manufacture of any or all 4 materials to be used, 5 2. Samples of these materials for quality and fitness tests, 6 3. A progress schedule (in a form the Contracting Agency requires) showing the order 7 of and time required for the various phases of the work, 8 4. A breakdown of costs assigned to any bid item, 9 5. Attendance at a conference with the Engineer or representatives of the Engineer, 10 6. Obtain, and furnish a copy of, a business license to do business in the city or county 11 where the work is located. 12 7. Any other information or action taken that is deemed necessary to ensure that the 13 bidder is the lowest responsible bidder. 14 15 16 1-03 Award and Execution of Contract 17 18 1-03.1 Consideration of Bids 19 (January 23, 2006 APWA GSP) 20 21 Revise the first paragraph to read: 22 23 After opening and reading proposals, the Contracting Agency will check them for 24 correctness of extensions of the prices per unit and the total price. If a discrepancy exists 25 between the price per unit and the extended amount of any bid item, the price per unit will 26 control. If a minimum bid amount has been established for any item and the bidder’s unit 27 or lump sum price is less than the minimum specified amount, the Contracting Agency will 28 unilaterally revise the unit or lump sum price, to the minimum specified amount and 29 recalculate the extension. The total of extensions, corrected where necessary, including 30 sales taxes where applicable and such additives and/or alternates as selected by the 31 Contracting Agency, will be used by the Contracting Agency for award purposes and to fix 32 the Awarded Contract Price amount and the amount of the contract bond. 33 34 1-03.4 Contract Bond 35 (July 23, 2015 APWA GSP) 36 37 Delete the first paragraph and replace it with the following: 38 39 The successful bidder shall provide executed payment and performance bond(s) for the 40 full contract amount. The bond may be a combined payment and performance bond; or 41 be separate payment and performance bonds. In the case of separate payment and 42 performance bonds, each shall be for the full contract amount. The bond(s) shall: 43 1. Be on Contracting Agency-furnished form(s); 44 2. Be signed by an approved surety (or sureties) that: 45 a. Is registered with the Washington State Insurance Commissioner, and 46 b. Appears on the current Authorized Insurance List in the State of Washington 47 published by the Office of the Insurance Commissioner, 48 3. Guarantee that the Contractor will perform and comply with all obligations, duties, 49 and conditions under the Contract, including but not limited to the duty and obligation

OLD TREATMENT PLANT 10 1 to indemnify, defend, and protect the Contracting Agency against all losses and 2 claims related directly or indirectly from any failure: 3 a. Of the Contractor (or any of the employees, subcontractors, or lower tier 4 subcontractors of the Contractor) to faithfully perform and comply with all contract 5 obligations, conditions, and duties, or 6 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the 7 Contractor) to pay all laborers, mechanics, subcontractors, lower tier 8 subcontractors, material person, or any other person who provides supplies or 9 provisions for carrying out the work; 10 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the 11 project under titles 50, 51, and 82 RCW; and 12 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign 13 the bond; and 14 6. Be signed by an officer of the Contractor empowered to sign official statements (sole 15 proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed 16 by the president or vice president, unless accompanied by written proof of the 17 authority of the individual signing the bond(s) to bind the corporation (i.e., corporate 18 resolution, power of attorney, or a letter to such effect signed by the president or vice 19 president). 20 21 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 22 Specifications, and Addenda 23 (March 13, 2012 APWA GSP) 24 25 Revise the second paragraph to read: 26 27 Any inconsistency in the parts of the contract shall be resolved by following this order of 28 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 29 1. Addenda, 30 2. Proposal Form, 31 3. Special Provisions, 32 4. Contract Plans, 33 5. Amendments to the Standard Specifications, 34 6. Standard Specifications, 35 7. Contracting Agency’s Standard Plans or Details (if any), and 36 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 37 38 The following new paragraph is inserted before the second to last paragraph: 39 40 Whenever reference is made in these Specifications or the Special Provisions to codes, rules, 41 specifications, and standards, the reference shall be construed to mean the code, rule, 42 specification, or standard that is in effect on the Bid advertisement date, unless otherwise 43 stated or as required by law.

OLD TREATMENT PLANT 11 1 2 1-05 Control of Work 3 4 1-05.4 Conformity With and Deviations from Plans and Stakes 5 (******) 6 7 Supplement this section with the following: 8 9 Facility’s Survey 10 11 No survey work was completed for the existing pump station and generator. 12 Measurement needed for replacement of the new mechanical and electrical equipment 13 should be verified by the Contractor prior to installation. 14 15 1-05.7 Removal of Defective and Unauthorized Work 16 (October 1, 2005 APWA GSP) 17 18 Supplement this section with the following: 19 20 If the Contractor fails to remedy defective or unauthorized work within the time specified 21 in a written notice from the Engineer, or fails to perform any part of the work required by 22 the Contract Documents, the Engineer may correct and remedy such work as may be 23 identified in the written notice, with Contracting Agency forces or by such other means as 24 the Contracting Agency may deem necessary. 25 26 If the Contractor fails to comply with a written order to remedy what the Engineer 27 determines to be an emergency situation, the Engineer may have the defective and 28 unauthorized work corrected immediately, have the rejected work removed and replaced, 29 or have work the Contractor refuses to perform completed by using Contracting Agency 30 or other forces. An emergency situation is any situation when, in the opinion of the 31 Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk 32 of loss or damage to the public. 33 34 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 35 remedying defective or unauthorized work, or work the Contractor failed or refused to 36 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 37 monies due, or to become due, the Contractor. Such direct and indirect costs shall 38 include in particular, but without limitation, compensation for additional professional 39 services required, and costs for repair and replacement of work of others destroyed or 40 damaged by correction, removal, or replacement of the Contractor’s unauthorized work. 41 42 No adjustment in contract time or compensation will be allowed because of the delay in 43 the performance of the work attributable to the exercise of the Contracting Agency’s 44 rights provided by this Section. 45 46 The rights exercised under the provisions of this section shall not diminish the 47 Contracting Agency’s right to pursue any other avenue for additional remedy or damages 48 with respect to the Contractor’s failure to perform the work as required. 49 50

OLD TREATMENT PLANT 12 1 1-05.11 Final Inspection 2 3 Delete this section and replace it with the following: 4 5 1-05.11 Final Inspections and Operational Testing 6 (October 1, 2005 APWA GSP) 7 8 1-05.11(1) Substantial Completion Date 9 10 When the Contractor considers the work to be substantially complete, the Contractor 11 shall so notify the Engineer and request the Engineer establish the Substantial 12 Completion Date. The Contractor’s request shall list the specific items of work that 13 remain to be completed in order to reach physical completion. The Engineer will 14 schedule an inspection of the work with the Contractor to determine the status of 15 completion. The Engineer may also establish the Substantial Completion Date 16 unilaterally. 17 18 If, after this inspection, the Engineer concurs with the Contractor that the work is 19 substantially complete and ready for its intended use, the Engineer, by written notice to 20 the Contractor, will set the Substantial Completion Date. If, after this inspection the 21 Engineer does not consider the work substantially complete and ready for its intended 22 use, the Engineer will, by written notice, so notify the Contractor giving the reasons 23 therefor. 24 25 Upon receipt of written notice concurring in or denying substantial completion, whichever 26 is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 27 interruption, the work necessary to reach Substantial and Physical Completion. The 28 Contractor shall provide the Engineer with a revised schedule indicating when the 29 Contractor expects to reach substantial and physical completion of the work. 30 31 The above process shall be repeated until the Engineer establishes the Substantial 32 Completion Date and the Contractor considers the work physically complete and ready for 33 final inspection. 34 35 1-05.11(2) Final Inspection and Physical Completion Date 36 37 When the Contractor considers the work physically complete and ready for final 38 inspection, the Contractor by written notice, shall request the Engineer to schedule a 39 final inspection. The Engineer will set a date for final inspection. The Engineer and the 40 Contractor will then make a final inspection and the Engineer will notify the Contractor in 41 writing of all particulars in which the final inspection reveals the work incomplete or 42 unacceptable. The Contractor shall immediately take such corrective measures as are 43 necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, 44 diligently, and without interruption until physical completion of the listed deficiencies. This 45 process will continue until the Engineer is satisfied the listed deficiencies have been 46 corrected. 47 48 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 49 written notice listing the deficiencies, the Engineer may, upon written notice to the 50 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 51 Section 1-05.7.

OLD TREATMENT PLANT 13 1 The Contractor will not be allowed an extension of contract time because of a delay in 2 the performance of the work attributable to the exercise of the Engineer’s right 3 hereunder. 4 5 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 6 Contracting Agency, in writing, of the date upon which the work was considered physically 7 complete. That date shall constitute the Physical Completion Date of the contract, but shall 8 not imply acceptance of the work or that all the obligations of the Contractor under the 9 contract have been fulfilled. 10 11 1-05.11(3) Operational Testing 12 13 It is the intent of the Contracting Agency to have at the Physical Completion Date a 14 complete and operable system. Therefore when the work involves the installation of 15 machinery or other mechanical equipment; street lighting, electrical distribution or signal 16 systems; irrigation systems; buildings; or other similar work it may be desirable for the 17 Engineer to have the Contractor operate and test the work for a period of time after final 18 inspection but prior to the physical completion date. Whenever items of work are listed in 19 the Contract Provisions for operational testing they shall be fully tested under operating 20 conditions for the time period specified to ensure their acceptability prior to the Physical 21 Completion Date. During and following the test period, the Contractor shall correct any 22 items of workmanship, materials, or equipment which prove faulty, or that are not in first 23 class operating condition. Equipment, electrical controls, meters, or other devices and 24 equipment to be tested during this period shall be tested under the observation of the 25 Engineer, so that the Engineer may determine their suitability for the purpose for which 26 they were installed. The Physical Completion Date cannot be established until testing 27 and corrections have been completed to the satisfaction of the Engineer. 28 29 The costs for power, gas, labor, material, supplies, and everything else needed to 30 successfully complete operational testing, shall be included in the unit contract prices 31 related to the system being tested, unless specifically set forth otherwise in the proposal. 32 33 Operational and test periods, when required by the Engineer, shall not affect a 34 manufacturer’s guaranties or warranties furnished under the terms of the contract. 35 36 (******) 37 1-05.15 Method of Serving Notices: 38 39 All correspondence from the Contractor shall be directed to the Project Engineer. All 40 correspondence from the Contractor constituting any notification, notice of protest, notice of 41 dispute, or other correspondence constituting notification required to be furnished under the 42 Contract, must be in paper format, hand delivered or sent via mail delivery service to the 43 Project Engineer's office. Electronic copies such as e-mails or electronically delivered 44 copies of correspondence will not constitute such notice and will not comply with the 45 requirements of the Contract.

OLD TREATMENT PLANT 14 1 2 3 1-05.16 Water and Power (other utilities) 4 (******) 5 6 The Contractor shall make necessary arrangements, and shall bear the costs for 7 power, sewer disposal and water necessary for the performance of the work. 8 9 1-07 Legal Relations and Responsibilities to the Public 10 11 (April 3, 2006) 12 13 Supplement this section with the following: 14 15 Confined Space 16 17 Confined spaces are known to exist at the following locations: 18 19 Drypit at Old Treatment Pump Station 20 21 The Contractor shall be fully responsible for the safety and health of all on-site workers 22 and compliant with Washington Administrative Code (WAC 296-809). 23 24 The Contractor shall prepare and implement a confined space program for each of the 25 confined spaces identified above. The Contractors Confined Space program shall be 26 sent to the Contracting Agency at least 30 days prior to the Contractor beginning work in 27 or adjacent to the confined space. No work shall be performed in or adjacent to the 28 confined space until the plan is submitted to the Engineer as required. The Contractor 29 shall communicate with the Project Engineer to ensure a coordinated effort for providing 30 and maintaining a safe worksite for both the Contracting Agency’s and Contractor’s 31 workers when working in or near a confined space. 32 33 All costs to prepare and implement the confined space program shall be included in the 34 bid prices for the various items associated with the confined space work. 35 36 1-07.1 Laws to be Observed 37 (October 1, 2005 APWA GSP) 38 39 Supplement this section with the following: 40 41 In cases of conflict between different safety regulations, the more stringent regulation 42 shall apply. 43 44 The Washington State Department of Labor and Industries shall be the sole and 45 paramount administrative agency responsible for the administration of the provisions of 46 the Washington Industrial Safety and Health Act of 1973 (WISHA). 47 48 The Contractor shall maintain at the project site office, or other well known place at the 49 project site, all articles necessary for providing first aid to the injured. The Contractor 50 shall establish, publish, and make known to all employees, procedures for ensuring 51 immediate removal to a hospital, or doctor’s care, persons, including employees, who 52 may have been injured on the project site. Employees should not be permitted to work

OLD TREATMENT PLANT 15 1 on the project site before the Contractor has established and made known procedures 2 for removal of injured persons to a hospital or a doctor’s care. 3 4 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of 5 the Contractor’s plant, appliances, and methods, and for any damage or injury resulting 6 from their failure, or improper maintenance, use, or operation. The Contractor shall be 7 solely and completely responsible for the conditions of the project site, including safety 8 for all persons and property in the performance of the work. This requirement shall apply 9 continuously, and not be limited to normal working hours. The required or implied duty of 10 the Engineer to conduct construction review of the Contractor’s performance does not, 11 and shall not, be intended to include review and adequacy of the Contractor’s safety 12 measures in, on, or near the project site. 13 14 1-07.2 State Taxes 15 16 Delete this section, including its sub-sections, in its entirety and replace it with the following: 17 18 1-07.2 State Sales Tax 19 (June 27, 2011 APWA GSP) 20 21 The Washington State Department of Revenue has issued special rules on the State 22 sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The 23 Contractor should contact the Washington State Department of Revenue for answers to 24 questions in this area. The Contracting Agency will not adjust its payment if the 25 Contractor bases a bid on a misunderstood tax liability. 26 27 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other 28 contract amounts. In some cases, however, state retail sales tax will not be included. 29 Section 1-07.2(2) describes this exception. 30 31 The Contracting Agency will pay the retained percentage (or release the Contract Bond if 32 a FHWA-funded Project) only if the Contractor has obtained from the Washington State 33 Department of Revenue a certificate showing that all contract-related taxes have been 34 paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the 35 Contractor any amount the Contractor may owe the Washington State Department of 36 Revenue, whether the amount owed relates to this contract or not. Any amount so 37 deducted will be paid into the proper State fund. 38 39 1-07.2(1) State Sales Tax — Rule 171 40 41 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, 42 roads, etc., which are owned by a municipal corporation, or political subdivision of the 43 state, or by the United States, and which are used primarily for foot or vehicular traffic. 44 This includes storm or combined sewer systems within and included as a part of the 45 street or road drainage system and power lines when such are part of the roadway 46 lighting system. For work performed in such cases, the Contractor shall include 47 Washington State Retail Sales Taxes in the various unit bid item prices, or other contract 48 amounts, including those that the Contractor pays on the purchase of the materials, 49 equipment, or supplies used or consumed in doing the work. 50

OLD TREATMENT PLANT 16 1 1-07.2(2) State Sales Tax — Rule 170 2 3 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or 4 existing buildings, or other structures, upon real property. This includes, but is not 5 limited to, the construction of streets, roads, highways, etc., owned by the state of 6 Washington; water mains and their appurtenances; sanitary sewers and sewage 7 disposal systems unless such sewers and disposal systems are within, and a part of, a 8 street or road drainage system; telephone, telegraph, electrical power distribution lines, 9 or other conduits or lines in or above streets or roads, unless such power lines become a 10 part of a street or road lighting system; and installing or attaching of any article of 11 tangible personal property in or to real property, whether or not such personal property 12 becomes a part of the realty by virtue of installation. 13 14 For work performed in such cases, the Contractor shall collect from the Contracting 15 Agency, retail sales tax on the full contract price. The Contracting Agency will 16 automatically add this sales tax to each payment to the Contractor. For this reason, the 17 Contractor shall not include the retail sales tax in the unit bid item prices, or in any other 18 contract amount subject to Rule 170, with the following exception. 19 20 Exception: The Contracting Agency will not add in sales tax for a payment the Contractor 21 or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or 22 consumable supplies not integrated into the project. Such sales taxes shall be included 23 in the unit bid item prices or in any other contract amount. 24 25 1-07.2(3) Services 26 27 The Contractor shall not collect retail sales tax from the Contracting Agency on any 28 contract wholly for professional or other services (as defined in Washington State 29 Department of Revenue Rules 138 and 244). 30 31 32 1-07.17 Utilities and Similar Facilities 33 (******) 34 35 Supplement this section with the following: 36 37 38 Supplement this section with the following: 39 40 Locations and dimensions shown in the Plans for existing facilities are in accordance 41 with the available information obtained without uncovering, measuring or other 42 verification. 43 44 The following addresses and telephone numbers of utility companies know or suspected 45 of having facilities within the project limits are supplied for the Contractor’s convenience: 46 47 **Water and Sewer, COBI Oper. & Maintenance, 206:842-1212 48 Electrical, Puget Sound Energy, 360:425-7020 49 Telephone, Quest, 360:478-5784 50 Cable, Comcast 1-888-824-8533 51

OLD TREATMENT PLANT 17 1 All costs to comply with this section and for the protection and repair specified in this 2 section, unless otherwise stated, are incidental to the Contract and are the responsibility 3 of the Contractor. 4 5 6 1-08 Prosecution and Progress 7 Add the following new section: 8 9 1-08.0 Preliminary Matters 10 (May 25, 2006 APWA GSP) 11 12 Add the following new section: 13 14 1-08.0(1) Preconstruction Conference 15 (October 10, 2008 APWA GSP) 16 17 Prior to the Contractor beginning the work, a preconstruction conference will be held 18 between the Contractor, the Engineer and such other interested parties as may be 19 invited. The purpose of the preconstruction conference will be: 20 1. To review the initial progress schedule; 21 2. To establish a working understanding among the various parties associated or 22 affected by the work; 23 3. To establish and review procedures for progress payment, notifications, approvals, 24 submittals, etc.; 25 4. To establish normal working hours for the work; 26 5. To review safety standards and traffic control; and 27 6. To discuss such other related items as may be pertinent to the work. 28 29 The Contractor shall prepare and submit at the preconstruction conference the following: 30 1. A breakdown of all lump sum items; 31 2. A preliminary schedule of working drawing submittals; and 32 3. A list of material sources for approval if applicable. 33 34 Add the following new section: 35 36 1-08.0(2) Hours of Work 37 (December 8, 2014 APWA GSP) 38 39 Except in the case of emergency or unless otherwise approved by the Engineer, the 40 normal working hours for the Contract shall be any consecutive 8-hour period between 41 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the 42 Contractor desires different than the normal working hours stated above, the request 43 must be submitted in writing prior to the preconstruction conference, subject to the 44 provisions below. The working hours for the Contract shall be established at or prior to 45 the preconstruction conference. 46 47 All working hours and days are also subject to local permit and ordinance conditions (such 48 as noise ordinances). 49

OLD TREATMENT PLANT 18 1 If the Contractor wishes to deviate from the established working hours, the Contractor 2 shall submit a written request to the Engineer for consideration. This request shall state 3 what hours are being requested, and why. Requests shall be submitted for review no 4 later than ***7 days*** prior to the day(s) the Contractor is requesting to change the 5 hours. 6 7 If the Contracting Agency approves such a deviation, such approval may be subject to 8 certain other conditions, which will be detailed in writing. For example: 9 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting 10 Agency for the costs in excess of straight-time costs for Contracting Agency 11 representatives who worked during such times. (The Engineer may require 12 designated representatives to be present during the work. Representatives who 13 may be deemed necessary by the Engineer include, but are not limited to: survey 14 crews; personnel from the Contracting Agency’s material testing lab; inspectors; 15 and other Contracting Agency employees or third party consultants when, in the 16 opinion of the Engineer, such work necessitates their presence.) 17 2. Considering the work performed on Saturdays, Sundays, and holidays as working 18 days with regard to the contract time. 19 3. Considering multiple work shifts as multiple working days with respect to contract 20 time even though the multiple shifts occur in a single 24-hour period. 21 4. If a 4-10 work schedule is requested and approved the non working day for the 22 week will be charged as a working day. 23 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and 24 recorded properly on certified payroll 25 26 27 1-08.4 Prosecution of Work 28 29 Delete this section and replace it with the following: 30 31 1-08.4 Notice to Proceed and Prosecution of Work 32 (July 23, 2015 APWA GSP) 33 34 Notice to Proceed will be given after the contract has been executed and the contract 35 bond and evidence of insurance have been approved and filed by the Contracting 36 Agency. The Contractor shall not commence with the work until the Notice to Proceed 37 has been given by the Engineer. The Contractor shall commence construction activities 38 on the project site within ten days of the Notice to Proceed Date, unless otherwise 39 approved in writing. The Contractor shall diligently pursue the work to the physical 40 completion date within the time specified in the contract. Voluntary shutdown or slowing 41 of operations by the Contractor shall not relieve the Contractor of the responsibility to 42 complete the work within the time(s) specified in the contract. 43 44 When shown in the Plans, the first order of work shall be the installation of high visibility 45 fencing to delineate all areas for protection or restoration, as described in the Contract. 46 Installation of high visibility fencing adjacent to the roadway shall occur after the 47 placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). 48 Upon construction of the fencing, the Contractor shall request the Engineer to inspect the

OLD TREATMENT PLANT 19 1 fence. No other work shall be performed on the site until the Contracting Agency has 2 accepted the installation of high visibility fencing, as described in the Contract. 3 4 5 1-08.5 Time for Completion 6 Section 1-08.5 is supplemented with the following: 7 8 (March 13, 1995 WSDOT GSP) 9 This project shall be physically completed within ***45*** calendar days 10 11 1-09 Measurement and Payment 12 13 1-09.9 Payments 14 (March 13, 2012 APWA GSP) 15 16 Supplement this section with the following: 17 18 Lump sum item breakdowns are not required when the bid price for the lump sum item is 19 less than $20,000. 20 21 1-10 Temporary Traffic Control 22 (******) 23 24 1-10.1(2) Description 25 26 The first paragraph is revised to read: 27 28 The Contractor shall provide flaggers and all other personnel required for labor for traffic 29 control activities that are not otherwise specified as being furnished by the Contracting 30 Agency. 31 32 The following new paragraph is inserted after the third paragraph: 33 34 The Contractor shall keep lanes, and parking available except when Work requires 35 closures. Lanes and parking disruption shall be closed for the minimum time required to 36 complete the Work. When paving hot mix asphalt the Contractor may apply water to the 37 pavement to shorten the time required before reopening to traffic. 38 39 40 1-10.4 Lump Sum Bid for Project (No Unit Items) 41 42 Section 1-10.4(1) is supplemented with the following: 43 44 (August 2, 2004) 45 46 The proposal contains the item “Project Temporary Traffic Control”, lump sum. The 47 provisions of Section 1-10.4(1) shall apply. 48 49 50 51 52

OLD TREATMENT PLANT 20 1 Division 2 2 Earthwork 3 4 2-02 Removal of Structures and Obstructions 5 6 Description 7 8 The existing diesel generator is housed in a small wooden building with a concrete 9 foundation. The building, generator and foundation shall be removed, and pavement 10 restored and striped for no parking (used by City operational personnel). The existing 11 pumps and motors and miscellaneous piping or valves shall be removed and disposed 12 of properly. Any electrical panels removed from the drypit may be repurposed. The 13 Contractor shall receive confirmation from the City prior to disposal or reuse of the 14 control panels inside the drypit. Pavement and concrete shall be cut in neat straight 15 lines with vertical edges. All saw cuts shall be in conformance of the Washington State 16 Standard Specifications for Road, Bridge & Municipal Construction 2018 edition. 17 Contractor will be required to sawcut and remove existing asphalt and concrete and 18 disposed of the material. The Contractor is responsible to remove any bollards and 19 replacement as noted on the plans. The removal of vegetation shall only be in the area 20 required for the new generator. Additional areas shall be restored to existing or better 21 condition in areas disturbed but remaining as landscaping. 22 23 2-02.5 Payment 24 25 Section 2-02.5 is revised by the following: 26 27 (August 7, 2017) 28 Payment will be made for the following bid item when it is included in the proposal. 29 30 All costs for the removal of structures and obstructions shall be included in the “Removal 31 of obstructions and existing equipment including disposal”, Lump sum. 32 33 34 35 36 Division 5 37 Surface Treatments and Pavements 38 39 5-04 Hot Mix Asphalt 40 41 (******) 42 43 Delete WSDOT Amended Section 5-04, Hot Mix Asphalt, and replace it with Section 5-04, 44 Hot Mix Asphalt as printed in the Standard Specifications for Road, Bridge and Municipal 45 Construction, 2018 edition. 46 47 5-04.4 Measurement- Asphalt replacement, including removal, disposal, and the 48 installation of compacted gravel base 49 50 This section is supplemented with the following: 51

OLD TREATMENT PLANT 21 1 The existing asphalt thickness in the parking area is unknown. The Contractor shall saw cut 2 all asphalt prior to removal. Gravel base shall be compacted per Standard Specifications for 3 Road, Bridge and Municipal Construction, 2018 edition. Area receiving new asphalt shall be 4 completed per Standard Specifications for Road, Bridge and Municipal Construction, 2018 5 edition. The Yards (CY) contract price shall be considered full compensation for all labor, 6 materials, equipment and tools necessary to remove and install the asphalt pavement. The 7 pavement shall be graded to drain away from the structures 8 9 5-04.4 Payment 10 11 This section is supplemented with the following: 12 13 (******) 14 15 Payment for “Asphalt replacement, including removal, disposal, and the installation of 16 compacted gravel base”, Cubic Yard 17 18 19 20 21 Division 6 22 Structures 23 24 6-01 Structures 25 26 6-02.2 Materials 27 28 Section 6-02.2 is supplemented with the following: 29 30 (******) 31 This section shall include the pump panel pad and concrete poured for diesel generator pad 32 per manufacturer’s recommendation and as shown the Plans. 33 34 6-11.2 Materials 35 36 This section is supplemented with the following: 37 38 (******) 39 Concrete and steel reinforcing for the panel and generator shall be per manufacturer’s 40 recommendation and as shown on the Plans. 41 42 6-11.3 Construction Requirements 43 44 This section is supplemented with the following: 45 46 (******) 47 Excavation shall conform to Section 2-09.3(3). Foundation soils found to be unsuitable shall 48 be removed and replaced in accordance with Section 2-09.3(1)C. 49 50 The panel pad and concrete pad for generator shall be constructed in accordance with the 51 manufacturer’s recommendation and details in the plans. 52

OLD TREATMENT PLANT 22 1 6-11.3(4) Cast-In-Place Concrete Construction 2 3 This section is supplemented with the following: 4 5 (******) 6 For the panel pad and generator pad top surface shall be brushed with a stiff bristled broom. 7 8 9 6-11.4 Measurement-Reinforced Concrete pad for RTU, and Generator, includes 10 gravel base 11 12 This section is supplemented with the following: 13 (******) 14 The Cubic Yards (CY) contract price shall be considered full compensation for all labor, 15 materials, equipment and tools necessary to construct the reinforced concrete pads to support 16 the telemetry panel and diesel generator. The works includes, but is not limited to, supplying 17 gravel material required to level, additional concrete and labor to compact the gravel as 18 necessary prior to formation of reinforced pads. 19 20 6-11.5 Payment Reinforced Concrete pad for RTU, and Generator, includes 21 gravel base 22 23 This section is supplemented with the following: 24 25 (******) 26 27 Payment for “Reinforced Concrete pad for RTU, and Generator, including compacted gravel 28 material”, Cubic Yard 29 30 31 32 33 Division 7 34 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and 35 Conduits 36 37 7-17 Sanitary Sewer 38 39 7-17.1 Description 40 Supplement this Section with the following: 41 42 (*****) 43 This work includes furnish and install the replacement pumps, motors, generator, 44 and Control Systems by S&B. This work includes, but is not limited to, field- 45 measuring for fit, furnish pumps and motors, generator with ATX, electrical work, dis- 46 assembling, removing, disposal of existing structures and materials, installing 47 replacements, by-pass pumping and certifying proper installation by manufacturer’s 48 representative. 49 50

OLD TREATMENT PLANT 23 1 2 3 7-17-3 Construction Requirements 4 Supplement this Section with the following: 5 6 (*****) 7 All sanitary sewer facilities shall be constructed at a minimum in accordance with the current 8 “Criteria for Sewage Work Design” (Orange Book) issued by the Washington State 9 Department of Ecology. 10 11 Pump and motors shall be 10 horsepower, capable of operating conditions of 250 gallons 12 per minute (gpm) at 50 feet of total dynamic head (TDH), guarantee non-clog impellers Flygt 13 Pump N impeller, “soft starts” or “solid state current limit” and motor protection supplied with 14 protection relay Minicas 120 part #14-407129, or pre-approved equal. 15 16 Below is a table outlining a standard pumping operation at the OTP station in July 2017. 17 Pump 1 Pump 2 Hour Runtime (hr) Cycle Runtime (hr) Cycle 0 0.01 1 0.02 1 1 0.01 1 0.02 1 2 0.01 1 0.02 1 3 0.01 1 0.00 0 4 0.02 1 0.01 1 5 0.00 0 0.02 1 6 0.03 2 0.03 2 7 0.03 2 0.04 2 8 0.04 3 0.05 3 9 0.07 4 0.07 4 10 0.07 4 0.08 4 11 0.06 4 0.07 4 12 0.05 3 0.05 3 13 0.06 4 0.05 3 14 0.05 3 0.07 4 15 0.06 4 0.05 3 16 0.05 3 0.05 3 17 0.05 3 0.05 3 18 0.05 3 0.07 4 19 0.05 3 0.05 3 20 0.05 3 0.05 3 21 0.05 3 0.03 2 22 0.03 2 0.05 3 23 0.03 2 0.03 2 Total 0.94 60 1.02 60 Minimum 0.00 0 0.00 0 Maximum 0.07/4.2 min 4 0.08/4.8 min 4 Average 0.04/2.4 min 3 0.04/2.4 min 3 18 19 20

OLD TREATMENT PLANT 24 1 2 3 4 The Contractor shall supply a diesel industrial generator meeting the design criteria. The 5 generator that has been sized to handle the loading at the station is 40 KW, 120/208 Parallel 6 Wye, 60 hz, 3 phase, Tier 4 emissions, and sound attenuation below 70 dBA. The generator 7 must provide for reliable startup with normal lighting loads, with a 10 second delay before 8 sequencing one pump operating on solid state reduced voltage motor controller. Motor start 9 ramp condition must move to full voltage within 6 seconds of start. 10 11 Diesel Genset 12 13 Cummins C40 D6, PMG, CA 115-S14 Oversize alternator 14 Or 15 Kohler 40REOZK4, alternator 4D5.6 16 17 Fuel tank shall be equipped with secondary containment, and hold a 24 hour fuel supply 18 based on 100% loading. 19 20 The Contractor shall contact S&B Inc. for the SCADA System requirements and integration 21 prior to the preconstruction meeting. The ATS shall be supplied to S&B for integration into 22 the panel and compatibly suitable to S&B programming requirements. 23 • Telephone No.: 425-644-1700 24 • E-Mail: [email protected] 25 26 27 28 7-17.4 Measurement 29 Supplement this section is supplemented with the following: 30 31 (*****) 32 There will not be measurement of lump sum items: “Miscellaneous Valves and Piping 33 Modification internal to the drypit pump station”, “By-pass Sanitary Sewer Pumping”, and “40 34 KW Diesel Generator, including fuel tank and ful”. 35 36 “10 hp Drypit Submersible pumps & Motors with non-clog impellers, 4” suction, 6” discharge, 37 and installation”, and “Spare 10 hp pump and motor, identical to pre-approved installed” will 38 be measured per each. 39 40 7-17.5 Payment 41 Supplement this section is supplemented with the following: 42 43 (*****) 44 Payment will be made for the following bid item when it is included in the proposal. 45 46 Payment for “Miscellaneous Valves and Piping Modifications internal to the drypit pump 47 station” shall be Lump Sum. 48 49 The contract price shall be considered full compensation for all labor, materials, equipment 50 and tools necessary to perform the installation of the pumps and motors and include any 51 new isolation valves necessary for separating the discharge flows and isolation between

OLD TREATMENT PLANT 25 1 pumps. The miscellaneous valves and piping lengths will vary and dependent on the 2 Contractors method and means for the new pumps and motors installation. It is estimated 3 that two inline valves will be required to isolate the flows from each pump and alignment with 4 the new pump’s inlet and outlet. 5 6 7 Payment for “Temporary sewage pumping” shall be a lump sum. 8 9 The lump sum contract price shall be considered full compensation for all labor, materials, 10 equipment and tools necessary to perform temporary pumping of sewage around the 11 existing wetwell during installation of new pumps and motors, valves or other appurtenances 12 in the drypit. The works includes, but is not limited to, supplying pumps, pumper trucks, 13 piping, hoses, fittings and any other items needed to accomplish the work. The contractor 14 shall coordinate the discharge location with the City’s operational staff. The Contractor shall 15 be responsible for vactor or cleanup equipment at the discharge location in case of spillage 16 or other nuisance issues caused by the relocation of sewage from the pump station to 17 downstream sewage system. 18 19 Payment for “10 hp Drypit Submersible pumps & motors with non-clog impellers 4” suction, 20 6” discharge, and installation” shall be per Each. 21 22 The “Each” contract price shall be considered full compensation for all labor, 23 materials, equipment and tools necessary to perform installation of each pump and 24 motor. This work includes but is not limited to the Contractor shall furnish and install 25 two (2) Flygt 10 horsepower submersible pumps and motors, capable of operating at 26 conditions of 250 gallons per minute (gpm) at 50 feet of total dynamic head (TDH), 27 guarantee non-clog impellers Flygt Pump N impeller, “soft starts” or “solid state 28 current limit” and motor protection supplied with protection relay MiniCas 120 part # 29 14-407129, or pre-approved equal.Description-Mechanical Equipment 30 31 32 Payment for “10 hp Drypit Submersible pump & motor with non-clog impellers 4” 33 suction, 6” discharge, spare” shall be per Each. 34 35 The “Each” contract price shall be considered full compensation for supplying a 36 spare pump and motor per the installed units, one (1) Flygt 10 horsepower drypit 37 submersible pump and motors, capable of operating at conditions of 250 gallons per 38 minute (gpm) at 50 feet of total dynamic head (TDH), guarantee non-clog impellers 39 Flygt Pump N impeller, “soft starts” or “solid state current limit” and motor protection 40 supplied with protection relay MiniCas 120 part # 14-407129, or pre-approved equal. 41 42 43 Payment for “40 KW Diesel Generator, including fuel tank, and fuel” shall be Lump 44 Sum. 45 46 The contract price shall be considered full compensation for all labor, materials, 47 equipment and tools necessary to perform installation of the new Diesel Genertor. 48 The contractor can provide a diesel industrial generator meeting the design criteria. 49 The generator that has been sized to handle the loading at the station is a 40 KW,

OLD TREATMENT PLANT 26 1 120/208 Parallel Wye, 60 hz, 3 phase, Tier 4 emissions, and sound attenuation 2 below 70 dBA: Fuel tank shall be equipped with secondary containment and hold a 3 24 hour fuel supply based on 100% loading. 4 5 6 7 Division 8 8 Miscellaneous Construction 9 10 11 8-20.2 Materials 12 Supplement this Section with the following: 13 (*****) 14 Electrical Equipment and Materials 15 Equipment and materials shall be new and without imperfections. Operation and 16 maintenance instruction manuals shall be supplied with the equipment. Authorized 17 dealer representative shall certify the equipment has been properly installed, and 18 equipment has be operationally demonstrated under full load and validated, and 19 provided with coverage of guarantee or warranty from the supplier and manufacturer. 20 21 Equipment requiring testing, certification, and manuals: (2 copies-per equipment) 22 1. Emergency generator 23 2. Pumps and motors 24 3. Control panels 25 26 Provide lubricants of types recommended by equipment manufacturer, in sufficient 27 quantities for consumption prior to completion, testing and final acceptance. The 28 Contractor is to install bases for equipment that is supplied by the equipment 29 supplier. Each equipment manufacturer shall furnish the required anchor bolts, nuts, 30 and washers of adequate design for securing the equipment to the bases by the 31 contractor. Anchoring illustrations provided in the drawings are provided for 32 illustration but not specific to the equipment provided. The Contractor is responsible 33 for providing the correct anchoring system for the equipment. 34 All equipment shall be supplied with factory lifting eyes. Nameplates. Each piece of 35 equipment shall be furnished with manufacturer’s nameplate which shall contain: 36 manufacturer’s name, equipment rating, capacity, size, model, seriel number, speed 37 if applicable, and motors shall be NEMA standard. Labels shall be fastened to the 38 equipment at an appropriate location that is visible for City operations staffing. 39 Where practical, grout shall be placed around the equipment base per 40 manufacturer’s recommendations. 41 42 The Contractor shall arrange for the authorized factory-trained representative of the 43 manufacturer/supplier to check the installation, adjust and test the equipment. The 44 manufacturer’s representative shall also provide training to the City’s operational 45 staff adjusting and operating the equipment after start-up. Instruction should include 46 basic system operation, routine maintenance, repair, and “hands on” operation of the 47 equipment. 48

OLD TREATMENT PLANT 27 1 Instruction of City Personnel 2 Schedule 3 Equipment Time 4 Emergency Generator 1/2 day 5 Pumps and Motors 1/2 day 6 Control Panel 1/2 day 7 8 8-20.4 Measurement 9 Supplement this section with the following: 10 11 12 (*****) 13 Electrical Measurement 14 There will not be measurement of the lump sum item “S&B Telemetry and SCADA”. 15 16 8-20.5 Payment 17 Supplement this section with the following: 18 19 (*****) 20 Electrical Payment 21 Payment will be made for the following bid item when it is included in the proposal. 22 The Contractor is responsible for installation of the electrical facilities, and S&B will 23 supply the Contractor’s electrician with the materials supplied in the Appendix B. 24 25 All costs for the control panel materials shall be included in the “S&B Telemetry and 26 SCADA”, lump sum. 27 28 All cost associated with the emergency generator shall be included in the “40 KW 29 Generator, including fuel tank, fuel”, lump sum. 30 31 All costs associated with the pumps and motors shall be included in the “10 hp 32 premium efficiency motors, explosion proof, 208 v, 3 ph, 1800 rpm, equipped with 33 motor protection”, each. 34

OLD TREATMENT PLANT 28

PART 4. – PREVAILING WAGES

The State of Washington prevailing wage rates applicable for this public works project, which is located in Kitsap County, may be found at the following website address of the Washington State Department of Labor and Industries:

http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp

Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is August 28, 2018. A copy of the applicable prevailing wage rates is also available for viewing at the City of Bainbridge Island, Public Works Department, located at 280 Madison Ave N, Bainbridge Island, WA 98110. Upon request, the Owner will mail a hard copy of the applicable prevailing wages for this project.

COBI Old Treatment Plant Pump Station Page 33

PART 5. – APPENDICES

Appendix A: Certification of Compliance with Wage Payment Statutes

Appendix B: Electrical Specifications

COBI Old Treatment Plant Pump Station Page 34

Appendix A:

Certification of Compliance with Wage Payment Statutes

The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date of August 28, 2018, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.

I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.

Bidder’s Business Name

Signature of Authorized Official*

Printed Name

Title

Date City State

Check One:

Sole Proprietorship ☐ Partnership ☐ Joint Venture ☐ Corporation ☐

State of Incorporation, or if not a corporation, State where business entity was formed:

If a co-partnership, give firm name under which business is transacted:

* If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner.

COBI Old Treatment Plant Pump Station Page 35

Appendix B:

Electrical Specifications

COBI Old Treatment Plant Pump Station Page 36

2018 Old Treatment Plant Pump Station Replacement Project

APPENDIX B

Division 8 – MISCELLANEOUS CONSTRUCTION

8-27 ELECTRICAL POWER AND CONTROLS (AUXILARY SPECIFICATION) 8-27.1 DESCRIPTION 8-27.1 (1) GENERAL SPECIFICATIONS Control System Design S&B Inc, the pre-selected ‘System Integrator’ provides electrical and control system engineering, specialized electrical control system equipment and field instruments for this project. Specific equipment supplied by the System Integrator are identified in Section 8.27.2(2) of this electrical document. The project specifications list design information and specialized electrical and instrumentation equipment that will be provided by S&B for this project.

The contractor shall purchase this system and include it as part of the overall bid package. The contractor will provide installation of the Remote Telemetry Unit (RTU) at the Pump station and associated equipment as part of the work performed in this section. No other system integrator will be considered for the design, RTU, and sensors listed in this section.

Modifications required to the City of Bainbridge Headquarters Master Telemetry Unit (MTU) will be performed by S&B Inc. field engineers and all work shall be witnessed and approved by the City. Work requires addition of communication I/O module, and associated components. Work at the City of Bainbridge MTU includes programmable Logic Controller (PLC), Graphical User Interface (GUI), Win911 code additions for a fully functional system. Features and equipment for this project will match existing equipment and design wherever possible.

Payment for this scope is a lump sum as listed in the bid schedule. Contact information related to this scope are available from: S&B Inc. 13200 SE 30th Street Bellevue, WA 98005 (425) 644-1700, fax (425) 746-9312, [email protected]

Contractor Responsibility The contractor is responsible for: 1. Supply and installation of the conduit and system wiring. Work includes selecting optimum conduit pathway to meet needs of structural and mechanical equipment. 2. Verifying the actual equipment locations that are shown in the drawings. The plans for this station show only general locations for equipment. Power and control conduit locations will vary depending on selected equipment. Use approved submittal information for locating conduits. 3. Furnishing and installing all items implied by the drawings which may not be shown or specified in this document but are necessary to provide a complete and functional wireway system. The drawings are not intended to show specific conduit components or splicing materials necessary to provide a complete project. 4. Any coordination between themselves, the City and any and all other parties that may be involved whether or not listed in this document. The Contractor is required to review all equipment submittals for termination wiring and conduit design. 5. Coordination between the generator supplier and S&B for approval and delivery of the ATS unit to their factory for inclusion in the Motor Control Panel / Remote Telemetry Unit assembly. Confirm ATS unit fits within available space and feature requirements as identified later in this document. 6. Providing a complete electrical system in full compliance with all regulatory agencies.

1 2018 Old Treatment Plant Pump Station Replacement Project

7. Not disabling or interfering with automatic control of the pumping station operation. The existing pump station is a critical facility and pumps must remain in operation during the course of construction. 8. The Contractor is required to coordinate major electrical transitions with the City and provide a minimum of 24 hours / one business day of advanced notice before interrupting power to the existing station at any time during construction. The Contractor should anticipate three coordinated events: a. PSE secondary conductor connections to existing transformer b. transition of pump(s) to new system control c. decommissioning of existing systems 9. Provide decommissioning of the existing power service and control system following acceptance of the new control system and pumping units by the City. This work requires at a minimum: a. PSE secondary feed and meter to old generator building b. Obsolete conduits and conductors c. Removal and disposal of abandoned electrical apparatus d. Salvage the existing wet well level transmitter. Salvaged items shall be turned over to the City. Salvaged equipment shall be weather protected and transferred to the City within 48 hours of decommissioning. 10. The contractor shall minimize power outage time associated with PSE transformer work. The City prefers a single event of disconnection and reconnection. Costs associated with additional outages shall be the contractor responsibility. A method proposed to meet this requirement is for the contractor to provide a temporary power connection between the existing station’s ATS unit and the new station MTS. The old and new control systems can operate in parallel through this connection throughout the construction and testing phase. Following acceptance tests, the contractor coordinates with PSE to decommission the existing power service and connect the new control system to the PSE transformer. The new generator is intended to provide standby power to the pumping station during the outage. 11. The telephone entry to the new MCP may reuse existing telephone conductors serving the dry well mounted equipment, or be a new service from the CenturyLink pedestal. The existing telephone service is underground, entering the dry well adjacent to the hatch. Plan for a 21 working day advance notice on the change of circuit. The City will issue instruction for CenturyLink to change the existing circuit from leased line to DSL. Prerequisite – new MCP must be powered and monitoring wet well level prior to changeover. 12. Connection and coordination of conduit entries for standby generator system. Locate generator control panel and alternator on west and south side of alignment when possible. Fuel fill must be positioned on north and east sides of generator.

Electrical Service The new pump station electrical demand is equivalent to the existing pump station load it replaces. Additional ground connections from the new concrete pad under the MCP/RTU and ground rods shall be connected to the main fused disconnect as part of this construction.

Environment Equipment is located in areas requiring special attention. This includes a Wet Well “Class I Div 1” area and outdoor electrical rating requirements. Supply equipment and installation in accordance with area requirements. See NEC Articles 500, 502 and 504 for special wiring techniques and equipment ratings. Supply terminal junction boxes and sealants at all below grade wire junctions that will provide electrical and environmental protection. Note drawing requirements for seal-off locations, drawn specifically to allow for ease of service and replacement of wet well mounted equipment.

Equipment Concrete Pads and Riser Electrical equipment is located on concrete pads. The pad is designed by the Contractor to fit the equipment and provide the required clearances for access as required by the NEC and local agencies. Concrete pads must be reinforced with rebar and/or wire mesh to provide required support for the equipment. Each concrete pad shall have a #6 minimum bare copper wire laid into the concrete according to NEC Article 250 as well as a made electrode (3/4” x 10’ cu.) in a 4” access port.

2 2018 Old Treatment Plant Pump Station Replacement Project

Conduit System The drawings are intended as diagrammatic and show only the general locations of equipment unless specifically dimensioned. The drawings also indicate areas where special attention is required. Conduits for power and feeder service shall be underground where possible. The intent of the drawings and specifications is to maximize the electrical work within the poured concrete structure. Conduits are not allowed to run on top of floors or to intrude on working space within the structure.

All conduit that enters vaults or structures located below grade must be sealed at the entry point with a suitable sealing compound such as oakum, suitable plastic expandable compound or silicon foam to prevent the infiltration of water. All runs of conduit shall be parallel or perpendicular to walls to provide a neat appearance. All runs shall avoid obstructing passageways. Secure conduit per NEC requirements.

All conduit that enters control panels shall be sealed with a layer of brass wool and then duct seal. Pad mounted control panels shall be placed on 1/8” rubber or builders felt, and anchored per drawing

Buried conduits must have minimum of 24” cover below grade and marked with yellow warning tape and #14 copper locating wire along conduit line. Note all locations on “As Built” plans.

Conduit types used for this project: 1. Rigid Steel Galvanized (RSG). Unless otherwise noted in the drawings, all exposed conduit shall be this type. 2. Poly-vinyl Chloride (PVC). For use in corrosive environments and buried applications. Also in other locations where permitted by Code and when protected by a minimum of 6” of concrete. All buried conduits shall use metal sweeps into pull boxes or handholes. Any conduits encased in concrete but not satisfying the above requirement, requires submittal and approval by the Engineer. 3. Waterproof Flexible Conduit (WP flex). Construction requires a PVC coating over a flexible galvanized steel core. Allowed for connections to motors and instruments in lengths less than four feet. This type of conduit must have one end connection to RSG conduit or a junction box to qualify.

Intent of Drawings The drawings are intended as diagrammatic and show only the general locations of equipment unless specifically dimensioned. The electrical contractor shall familiarize himself with all features of the site which may affect the execution of his work. The drawings and specification appendix information sheets show wire sizing, equipment locations and electrical calculations necessary for a working system.

Conduit runs are shown on many of the drawings but are not to be understood as representing exact routing required for a complete system. Conduit runs may be identified on the conduit schedule, and/or in the drawings.

Equipment shall be secured, mounted and wired according to the manufacturers recommendations and as listed in the installation manual supplied with the item. Any contradictions between the manufacturer’s recommendation and this document shall be submitted to the Engineer for direction.

Submittals The contractor shall provide complete submittal packages for information for all equipment supplied in accordance with the general provisions of the specifications. Review of submittal information by the Engineer shall not relieve the Contractor from responsibility for deviations, errors or omissions in submittal information from the Drawings and Specifications. The Contractor shall revise, correct and/or resubmit any portion of the submittal information until acceptable to the Engineer. The Engineer will return submitted information with comments within twelve working days of receipt of transmittal. 1. Submittals for this project shall be sent as one package with index and separate sections for each type of equipment. 2. Equipment submitted shall be appropriately referenced to the project specification, number of units and locations for use. 3. A copy of the electrical drawings shall be marked in red indicating the Contractor's plan for conduit design.

3 2018 Old Treatment Plant Pump Station Replacement Project

Decision of the Engineer shall be final on the acceptability of any submitted information. Substitution of Materials and Equipment Unless otherwise specified, the manufacturers' names and catalog numbers are used to indicate the type and quality of materials and equipment required. All requests for the approval of alternates must be made during the submittal cycle to the Engineer. There must be sufficient information in order to properly evaluate the proposed alternate and determine its suitability for this project. If insufficient data is supplied the alternate will not be considered. Common Product and Equipment Requirements All products and equipment, whether expressly listed or not, shall be of first-quality, free from defects and of first-class condition. When possible standard materials are to be used.

All electrical equipment, materials, construction methods, tests and definitions shall be in strict conformance with the established standards of the following in the latest adopted revision: ANSI, Electrical Testing Laboratories (ETL), IEEE, and NEMA NEC, Underwriters Labs (UL).

Unless otherwise noted in this document or the drawings the following list of electrical manufacturers will be deemed as acceptable: Circle AW, Cooper Industries, Cutler Hammer, General Electric, Siemens, Square D. Size allowances for panels in this design are based on Siemens Energy and Automation Equipment.

Phenolic nameplates with 1/4” white lettering on a black background are to be provided on all enclosures. Common Installation Requirements The installation of all equipment is to follow the manufacturer's instructions where applicable. A copy of the instructions is to be kept on the job-site at all times for future reference.

All conduit and conductor entry fittings are to match the NEMA rating of the enclosure being entered. Note there are a majority of requirements for outdoor connections compliant with NEC article 500, 502 and 504.

Junction boxes, conduit and fittings shall be corrosion resistant. Hinged junction boxes located outdoors shall be Nema 4X 304ss or 316ss construction. XP rated junction boxes shall be Cooper GUB or equal. Technical Coordination 1. General: The electrical contractor is responsible to coordinate electrical installation with existing equipment as shown on the drawings and equipment supplied under separate specification sections. Examples of existing equipment include sump pump, blower and de-humidifier. Examples of new equipment include generator, pumping units, and level sensors. Location of conduits to maximize working space is desired for all equipment. . 2. Equipment Concrete pads and Riser: Electrical equipment is located on concrete pads. The pad is designed by the Contractor to fit the equipment and provide the required clearances for access as required by the NEC and local agencies. Concrete pads must be reinforced with rebar and/or wire mesh to provide required support for the equipment. Each concrete pad shall have a #4 minimum bare copper wire laid into the concrete according to NEC Article 250 as well as two made electrodes (3/4” x 10’ cu.) each in a 4” access port.

Standards, Codes, Permits and Regulations All work and materials must, as a minimum, meet the standards and guidelines as set out by the following agencies where applicable: 1. Local codes, laws and ordinances 7. ANSI 2. State and Federal laws 8. NEMA 3. State Fire Marshal 9. NECA Standards for Installation 4. National Electrical Code (NEC) 10. IEEE 5. Underwrites Laboratory (UL) 11. Puget Sound Energy 6. NESC

Any conflicts between any of the above standards will be resolved by the Engineer.

4 2018 Old Treatment Plant Pump Station Replacement Project

The previous list of standards are a minimum requirement for all work pertaining to this contract. If this specification exceeds any of these requirements then the specification is to be followed. Code compliance is mandatory. Nothing contained herein is to be interpreted as permitting work that is not in compliance with the Code.

The contractor is responsible for obtaining all of the necessary permits and the payment of necessary fees as required by any agencies whose jurisdiction this work falls under. The contractor is also responsible for arranging inspections of the work by said agencies and for providing documentation proving such inspections were undertaken and the work was approved.

Record Drawings The Contractor shall keep one set of electrical drawings at the jobsite at all times. This set shall show in redline format, any modifications or deviations to the electrical systems. This copy shall be integrated into the Electrical Drawing “As Built” and marked approved by the System Integrator at the successful completion and acceptance of work at the station. This copy shall be submitted to the City as part of the payment request for completed work.

Operation and Maintenance Manuals The Contractor shall provide three complete sets of Operation and Maintenance (O&M) manuals for this project. The manuals shall be submitted to the Engineer prior to final completion and delivery to City. Make changes and/or additions as required by the Engineer.

The O&M shall include: 1. As Built wiring diagrams for equipment, electrical one lines, installation drawings 2. Set of complete and final submittal data 3. Index of all equipment manufacturers, model number, local stocking distributor and phone number.

Guarantee The Contractor shall guarantee his work and all equipment supplied under this contract for a period of one year from date of acceptance. Replacement lamps are not included in the guarantee. The Contractor shall replace or repair any defective components without additional cost to the owner.

The Contractor shall provide on-site service to perform diagnostics during the guarantee period within one business day from the date the problem is reported. The City shall report the problems direct to the Contractor either by phone or fax. The Contractor shall complete such repairs within two business days. Failure of the Contractor to respond to the requirements of this guarantee shall cause the City to proceed and undertake or complete the work and hold the Contractor liable for all costs incurred by the City.

5 2018 Old Treatment Plant Pump Station Replacement Project

8.27.2 MATERIALS

8-27.2 (1) EQUIPMENT SPECIFICATIONS

Grounding System The grounding system shall conform to NEC article 250 for grounding and service bonding. All equipment shall be bonded in accordance with the requirements of the NEC and the local code. The station grounding design uses three types of grounding electrodes; metal underground water pipe, concrete encased electrode and two ground rods.

1. Concrete Encased Electrode: Follow guidelines for use of concrete encased electrodes in article 250- 52(3) of the NEC. Coordinate rebar selection and bare #4 copper conductor location with other trade labor as required to secure termination locations near the service entrance panels. Document location on As-Built drawings and submit to the Engineer. 2. Grounding Rods: Follow guidelines for use of made electrodes in article 250-52(5) of the NEC. Rods shall be 3/4” x 10’ copper clad and driven into the soil. Separate the two rods in accordance with Code. Document location on As-Built drawings and submit to the Engineer.

Conductors Furnish and install new wiring for the interconnection of all components in the station. The wiring shall be THHN stranded copper. Unless otherwise specified, the size to use is shown in the schedule. Wires shall be color coded as noted on the conduit schedule. All twisted pair cable shall use the black conductor as the negative signal. All 120Vac control devices shall use white as the neutral wire. Wiring Schedule Gauge Application 14 Telemetry and control wiring 12 Lighting and receptacles 18 Stranded, twisted pair signal cabling with braided shield

Unless otherwise specified, the wire color coding to be used is as shown in the schedule. Wires larger than #12 may be color coded by tape designed for such purpose. Wire Color Code Schedule Application Color Code All ground conductors Green All neutral conductors White Phase A – Red Single-phase, 240V power Phase B – Blue Phase A - Black Three-phase, 208V power Phase B - Red Phase C - Blue Phase A - Brown Three-phase, 480V power Phase B - Orange Phase C - Yellow

Heating and Ventilation The RTU enclosure shall be equipped with an electric heat. The heater is controlled by the RTU to heating device and will operate automatically on temperature.

GFCI Outlets Unless otherwise specified, outlets are to be straight blade, grounding type, heavy duty duplex receptacles rated at 20 amps GFCI. All outlets shall have weatherproof covers with individual covers for each plug receptacle. All outlets are to be wall mounted. The contractor is allowed to reduce conduit runs to reach these outlets by use of other raceways where available and code compliant.

6 2018 Old Treatment Plant Pump Station Replacement Project

Junction Boxes The Junction box used for the wet well level level, float and hatch sensors is supplied by the System Integrator. All other junction boxes shall be provided as shown in the drawings by the contractor and as required to provide a code compliant conduit system. Junction boxes (J-Box) enclosures shall be environmentally rated for the location specified.

8-27.2 (2) FULLY INTEGRATED CONTROL SYSTEM General The System Integrator shall supply the Motor Control Panel with Remote Telemetry Unit (MCP/RTU) for the Pump Station site. The City operates a comprehensive wastewater telemetry and control system. The entire assembly shall be designed, configured and tested by the System Integrator prior to shipment to jobsite to ensure proper operation.

Motor Control Panel with Remote Telemetry Unit Install control panel designed and built by the System Integrator as shown in the drawings. Enclosures are rated NEMA Type 3R, including an integral gasket. Enclosure is floor standing style and painted/powder coated white. Overall dimensions and conduit entry areas are defined on the drawings.

Secure electrical enclosure to concrete pad as identified on the control system drawings.

Circuit Breakers (MCP Disconnect and Branch ): Electrical Enclosure Main Disconnect shall be thermal- magnetic, molded case type. Breakers shall have an over-center trip-free, toggle-type operating mechanism with quick-make, quick-break action and positive handle indication. Handles shall have "ON", "OFF" and "TRIPPED" positions. In addition, trip indication shall include an indicator appearing in the window of the breaker case.

Circuit breakers shall be UL listed in accordance with UL Standard 489 and shall be rated for designed AC maximum voltage with continuous current ratings as noted in the drawings. Interrupting ratings shall not be less than 10,000 rms symmetrical amperes.

120/208V panel power distribution breakers shall be 1, or 2 pole with an integral crossbar to assure simultaneous opening of all poles in multi-pole circuit breakers. Breakers shall have an over-center trip-free, toggle-type operating mechanism with quick-make, quick-break action and positive handle indication. Breaker shall have an indicator appearing in the window of the breaker case showing the state of the breaker visually.

Circuit breakers shall be UL listed in accordance with UL Standard 489 and shall be rated 240 volts AC maximum with continuous current ratings as noted in the drawings. Interrupting ratings shall be not be less than 10,000 rms symmetrical amperes.

Power distribution bus structure and main circuit breaker shall have current ratings as shown on the power distribution schedule. Bus material shall be copper and structure shall be insulated. The circuit breaker schedule shall be typewritten and mounted to the inside of the door.

Motor Starters shall be reduced voltage solid-state (RVSS), set for current limited starting at 400%. Motor Starters shall be ProfiNet enabled for control and monitoring of pump energy information. Monitored parameters include motor voltage, amperage, kW/hp, current imbalance, overload, underload, disconnected load, motor run, bypass status and starter component failure.

Remote Telemetry Unit The Remote Telemetry Unit (RTU) provides overall control and communication for this pump station. The RTU provides slave communication response to accept qualified SCADA setpoints and commands sent from the City’s master SCADA system for control and monitoring. The RTU has a programmable logic controller with Virtual Private Network and communication card to communication with the City’s existing SCADA system. This site is an addition to the City’s existing wastewater system and the unit provides consistent method of operator interface and features for operation of all equipment at this site.

7 2018 Old Treatment Plant Pump Station Replacement Project

The system integrator shall modify the City of Bainbridge Island Master Telemetry Unit to accept signals from the facility, mount new communication modules, and provide application software for operation as described in the documents and drawings.

Field Sensors and Equipment The system integrator shall furnish the following components for installation by the contractor: Qu. Description Tag Manufacturer & Model

One Motor Control Panel with integral MCP/RTU S&B Inc. 14373-262 RTU in NEMA 3R (ss) enclosure.

One Intrinsically Safe Barrier Enclosure ISR S&B Inc. 14373-262B

One Submersible Level Transmitter LT TE Measurement Specialties with 50’ factory cable model 720

One Limit Switch, Vault Hatch Ajar ZS Siemens 3SX03-AR16P

Two Vault High Water Float Switches LSHH, LSH Anchor Scientific S40NO

8-27.2 (3) STATION DESCRIPTIONS

Control System Equipment Overview The Control System refers to devices connected to the MCP/RTU. For devices with HOA switches, the auto position directs control to the RTU unit. The RTU contains a programmable logic controller (PLC) with inputs, outputs and network connections to devices throughout the wastewater system. Equipment added for this project represent a portion of the overall automatic control and monitoring of the wastewater system. The control systems uses network connected electrical equipment to provide control and receive full energy profile information about RVSS motor controllers.

Level Measurement Wet well level is measured using a submersible level transmitter located in the vault. Electronic transmitters regulate a 4-20mA signal proportional to 0-15’ of level, with 0.25% accuracy and are powered by the RTU. The level signal is used for starting and stopping pumps. A redundant level float control system provides independent control of the fixed speed pump operation based on high-high level actuation and running for a timed period once below the high level float. This backup system provides interim control while City operators are advised of this alarm condition at the station site.

8-27.2 (4) CONSTRUCTION REQUIREMENTS Install MCP/RTU, field mounted devices and conduit system to pump station. Make all electrical connections. Decommission and salvage existing electrical control panels following acceptance of new pump station by City. Refer to section 8-27.1 (1) for description of construction requirements

8 2018 Old Treatment Plant Pump Station Replacement Project

8-27.3 STANBY GENERATOR SYSTEM

1. This section includes the following items from a single supplier: Engine Generator Set, Outdoor Enclosure, Automatic Transfer Switch (supplied loose as ‘Open Panel’ application for System Integrator to incorporate into MCP/RTU enclosure). 2. Related Requirements a It is the intent of this specification to secure an engine-driven generator set that has been prototype tested, factory built, production-tested, and site-tested together with all accessories necessary for a complete installation as shown on the plans and drawings and specified herein. b Any exceptions to the published specifications shall be subject to the approval of the engineer and submitted minimum 10 days prior to the closing of the bid with a line by line summary description of all the items of compliance, any items that have been are omitted or have been taken exception to, and a complete description of all deviations. c It is the intent of this specification to secure a generator set system that has been tested during design verification, in production, and at the final job site. The generator set will be a commercial design and will be complete with all of the necessary accessories for complete installation as shown on the plans, drawings, and specifications herein. The equipment supplied shall meet the requirements of the National Electrical Code and applicable local codes and regulations. d All equipment shall be new and of current production by an international, power system manufacturer of generators, transfer switches, and paralleling switchgear. The manufacturer shall be a supplier of a complete and coordinated system. There will be single-source responsibility for warranty, parts, and service through a factory-authorized representative with factory-trained technicians. The minimum warranty period for parts and labor is one year.

3. Action Submittals a Product Data - the submittal shall include prototype test certification and specification sheets showing all standard and optional accessories to be supplied; schematic wiring diagrams, dimension drawings, and interconnection diagrams identifying by terminal number each required interconnection between the generator set and the transfer switch. b Certificates - The generator set shall be listed to UL 2200 or submitted to an independent third party certification process to verify compliance as installed. The generator set shall be IBC Certified as meeting the required maximum seismic design acceleration level per the International Building Code for the job site. The generator shall be analyzed or shake tested by a third party, accompanied by a Certificate of Compliance, and include a seismic label on the generator set (per Section 1702 of the IBC Code). Seismic certified generators shall be installed per the specific seismic instructions provided by the manufacturer.

4. Closeout Submittal – Provide Operation And Maintenance Data, Warranty Documents listing the City of Bainbridge Island Public Works as the end

9 2018 Old Treatment Plant Pump Station Replacement Project

user, Record testing documentation and any required software. 5. Quality Assurance a The generator set shall conform to the requirements of the following Regulatory Agency codes and standards: 1) CSA C22.2, No. 14-M91 Industrial Control Equipment. 2) EN50082-2, Electromagnetic Compatibility-Generic Immunity Requirements, Part 2: Industrial. 3) EN55011, Limits and Methods of Measurement of Radio Interference Characteristics of Industrial, Scientific and Medical Equipment. 4) IEC8528 part 4, Control Systems for Generator Sets. 5) IEC Std 61000-2 and 61000-3 for susceptibility, 61000-6 radiated and conducted electromagnetic emissions. 6) IEEE446 Recommended Practice for Emergency and Standby Power Systems for Commercial and Industrial Applications. 7) NFPA 70, National Electrical Code, Equipment shall be suitable for use in systems in compliance to Article 700, 701, and 702. 8) NFPA 99, Essential Electrical Systems for Health Care Facilities. 9) NFPA 110, Emergency and Standby Power Systems. The generator set shall meet all requirements for Level 1 systems. Level 1 prototype tests required by this standard shall have been performed on a complete and functional unit. Component level type tests will not substitute for this requirement. b Qualifications 1) The equipment shall be produced by a manufacturer who is ISO 9001 certified for the design, development, production and service of its complete product line. 2) The power system shall be produced by a manufacturer who has produced this type of equipment for a period of at least 10 years and who maintains a service organization available twenty-four hours a day throughout the year. c Manufacturer: the power system shall be furnished by a single manufacturer who shall be responsible for the design, coordination, and testing of the complete system. The entire system shall be installed as shown on the plans, drawings, and specifications herein.

6. Ambient Operating Conditions a Engine- generator set shall operate in the following conditions without any damage to the unit or its loads: Ambient Temperature: 80 °F, Altitude : 500 ft, Relative Humidity: 95%

7. Equipment a The automatic transfer switch shall be designed for system integration with the supplied generator set, rated for a minimum of 150 amps and fit within the MCP/RTU panel in an “open panel” configuration. The 3-pole, solid neutral ATS must fit within the following backpanel space limitations of 26”H x 20”W x 12”D, have an operating handle for manual switching, provide auxiliary dry contact switches for: ATS in Emergency Position, ATS in Utility Position, Utility Power Available. The ATS action shall be open transition, with break-before-make type

10 2018 Old Treatment Plant Pump Station Replacement Project

mechanical interlocking protection. ATS shall be UL1008 listed and suitable for application as shown in the design drawings. Supply 6’ front panel extension cable between ATS control unit and ATS switching unit to allow for mounting in a left-hand hinged panel. ATS design basis is an ASCO J3ADTSA30150CGX0, alternative units with equal features manufactured by the generator supplier are acceptable. b The generator set design basis is a Kohler model 40REOZK4 with 4D8.3 alternator and control unit with Modbus TCP interface for online data aquisition. An “or equal” generator set from Cummins is acceptable. It shall provide 50kVA and 40kW when operating at 120/208 volts, 60 Hz, 0.80 power factor. The generator set shall be capable of a 130°C Standby rating while operating in an ambient condition of less than or equal to 80°F and a maximum elevation of 500 ft above sea level. The standby rating shall be available for the duration of the outage. The generator shall start one 10hp motor with less than a 25% dip in voltage and 5% dip in frequency. The motor is assumed to be a code G, >95% efficiency. The motor starter is a solid-state type reduced voltage type with current limiting set at 400%. c Engine - 2.5 liter displacement, 4 cylinder, liquid cooled, turbo-charged diesel engine shall deliver a minimum of 63 HP at 1800 rpm, and shall be equipped with the following: 1) Electronic isochronous governor capable of 0.25% steady-state frequency regulation 2) 12-volt positive-engagement solenoid shift-starting motor 3) 70-ampere automatic battery charging alternator with a solid-state voltage regulation 4) Positive displacement, full-pressure lubrication oil pump, cartridge oil filters, dipstick, and oil drain 5) Dry-type replaceable air cleaner elements for normal applications 6) Engine-driven or electric fuel-transfer pump including fuel filter and electric solenoid fuel shutoff valve capable of lifting fuel 7) The engine shall be EPA certified from the factory as tier 4 8) The engine / alternator must accept rated load in one-step d Alternator 1) The alternator shall be salient-pole, brushless, 2/3-pitch, with 4 bus bar provision for external connections, self-ventilated, with drip-proof construction and amortisseur rotor windings, and skewed for smooth voltage waveform. The ratings shall meet the NEMA standard (MG1- 32.40) temperature rise limits. The insulation shall be class H per UL1446 and the varnish shall be a vacuum pressure impregnated, fungus resistant epoxy. Temperature rise of the rotor and stator shall be limited to 130°C Standby. The PMG based excitation system shall be of brushless construction controlled by a digital, three phase sensing, solid- state, voltage regulator. The AVR shall be capable of proper operation under severe nonlinear loads and provide individual adjustments for voltage range, stability and volts-per-hertz operations. The AVR shall be protected from the

11 2018 Old Treatment Plant Pump Station Replacement Project

environment by conformal coating. The waveform harmonic distortion shall not exceed 5% total RMS measured line-to-line at full rated load. The TIF factor shall not exceed 50. 2) The alternator shall have a maintenance-free bearing, designed for 40000 hour B10 life. The alternator shall be directly connected to the flywheel housing with a semi-flexible coupling between the rotor and the flywheel. 3) The generator shall be inherently capable of sustaining at least 300% of rated current for at least 10 seconds under a 3-phase symmetrical short circuit without the addition of separate current-support devices. 4) Motor starting performance and voltage dip determinations shall be based on the complete generator set. The generator set shall be capable of supplying 105 LRKVA for starting motor loads with a maximum instantaneous voltage dip of 35%, as measured by a digital RMS transient recorder in accordance with IEEE Standard 115. Motor starting performance and voltage dip determination that does not account for all components affecting total voltage dip, i.e., engine, alternator, voltage regulator, and governor will not be acceptable. As such, the generator set shall be prototype tested to optimize and determine performance as a generator set system. e Vibration Isolation - isolators shall be provided between the engine-alternator and heavy-duty steel base.

8. Execution a The Contractor shall follow all generator manufacturer requirements for installation and the generator supplier shall provide written documentation prior to startup that the installation meets factory requirements without warranty exception(s). b Provide reinforced concrete pad to hold generator and secure generator system to concrete slab with seismically compliant fasteners described in the generator installation manual. c Configure generator control panel relay signals to SCADA per project drawing list, configure Modbus TCP Ethernet port for SCADA sub-network IP address, demonstrate operation to system integrator. d Demonstrate generator operation to City forces, completing a minimum of four consecutive power failure responses without fault where the generator sequence complies with automation sequence of: (1) start generator, (2) engage ATS to emergency load, (3) power ancillary loads [< 4kW], (4) one pump start and operation. Document change in fuel level in gallons consumed for test, runtime hours and kW-hr power provided. Deliver document with final submittal document. e Provide training to City operations staff including: normal operation, emergency stop, control panel operation including HMI screen navigation and troubleshooting, and routine maintenance procedures.

8-27.4 MEASUREMENT No specific unit of measurement shall apply to the lump sum item “Electrical Power and Controls”.

12

PART 6. – PLANS & SPECIFICATIONS

COBI Old Treatment Plant Pump Station Page 37

S&B System Specialists 13200 SE 30th St. Bellevue, WA 98005 Email: [email protected] Web: www.sb-inc.com Phone: (425) 644-1700 Fax: (425) 746-9312

Customer End Customer General Panel Description Customer [DETERMINED BY PUBLIC BID] Customer City of Bainbridge Island DUPLEX PUMP CONTOL PANEL WITH RVSS, MCP INCLUDES POWER DISTRIBUTION, SPD, VENT FAN CONTROL, HEATER & RTU. RTU CONSISTS OF CPU 1512, 8 AI, 24 DI, 8 RO. Street ### CUST. STREET ### Street 7305 Hidden Cove Road COMMUNICATES TO WWTP OVER VPN (DSL SERVICE). ISR WITH FLOAT BACKUP LOGIC. City, State, Zip ### CUST. CITY ### City, State, Zip Bainbridge Island, WA 98110 Phone ### CUST. PHONE ### Phone (206) 841-1212 Revisions Website Website Rev. Revision Comment Date Project Site Project Engineer Site Name Old WWTP Lift Station Name City of Bainbridge Island Engineering Dept Street 280 Madison Avenue N. Description Old Treatment Plant Lift Station Project City, State, Zip Bainbridge Island, WA 98110 Street 300 Madison Avenue S. Phone (206) 238-9125 City, State, Zip Bainbridge Island, WA Website Project Dates Panel Information Drawing Approval 08/01/18 Panel Constr. Stds. NEMA Type 3R Fabrication As Builts Panel Weight Installation As Builts Heat Dissipation Commission ### COMMISSIONING ### Enclosure 304 STAINLESS STEEL, WHITE POWDER Warranty End Date COAT

Working Temp Limits 35-104°F, 95% max humidity non condensing S&B System Specialists S&B STANDARDS 13200 SE 30th St. CABLE SPECIFICATION IMPORTANT NOTICE REGARDING THIS CONTROL PANEL DESIGN AND INTENT. THIS IS AN INDUSTRIAL CONTROL PANEL AND PART OF A SCADA MONITORING SYSTEM. SCADA DOES NOT PROVIDE ANY REQUIRED FIRE-PROTECTIVE SIGNALING AS PER Bellevue, WA 98005 UL864, NOR EMERGENCY ALARM EQUIPMENT PER UL2017. THIS PANEL DOES NOT PROVIDE ANY REQUIRED PERSONNEL OR Part No. Manufacturer Description LIFE SAFETY NOTIFICATION, EXPRESSED OR IMPLIED. SENSORS CONNECTED TO THIS PANEL ARE USED EXCLUSIVELY FOR 2412C ALPHA 2-C, 20AWG, SHIELDED, PVC, 300V JACKET PROCESS CONTROL AND MONITORING FUNCTIONS ONLY. Email: [email protected] 5420/3 ALPHA 2-C, 20AWG, SHIELDED, PVC, 600V JACKET 6XV18300EH10 SIEMENS PROFIBUS, TWINAXIAL SHIELDED, PVC 300V JACKET 6XV18402AH10 SIEMENS PROFNET, TYPE A 4-WIRE, SHIELDED, CAT 5, PVC 600V JACKET Web: www.sb-inc.com 6XV1870-2B SIEMENS PROFNET, TYPE B 4-WIRE, SHIELDED, CAT 5, PVC 300V JACKET Phone: (425) 644-1700 Fax: (425) 746-9312

CONTROL PANEL INTERNAL CONSTRUCTION DETAILS, WIRED IN ACCORDANCE WITH UL508A ELECTRICAL CONTRUCTION DETAILS FOR INTERCONNECT AND WIRING EXTERNAL FROM CONTROL PANEL COLOR CODES FOR DC WIRING WIRING ABBREVIATIONS NUMBERING FIELD DEVICE TAG REQUIREMENTS MTW/TFFN 600V WIRE, 18-12AWG, STRANDED PS+ Yellow - 16. Ga. - 24VDC+ LOCATION 1" x 3" STAINLESS STEEL TAGS 1. Brown 11. White-Brown B1 Red - 16 Ga. - 12VDC + WITH 1/8" IN LETTERING AC WIRING 2. Red 12. White-Red B2 Brown - 16 Ga. - 12VDC - XXYY XX: PAGE NUMBER 120/240 VOLTS 120/208 VOLTS 480/277 VAC 3. Orange 13. White-Orange T1 Green - Telephone Circuit YY: ROW NUMBER TAGS AFFIXED WITH WIRE TO EACH END OF CONDUITS A PHASE BLACK BLACK BROWN 4. Yellow 14. White-Yellow T2 White-Green - Telephone Circuit AND TO INSTRUMENTS, BEARING THE DEVICE TAG ID SHOWN B PHASE RED RED ORANGE 5. White-Red-Green 15. White-Black-Green B3 Violet - 16 Ga. - 24VDC + DEVICE ON THE DRAWINGS. 6. Blue 16. White-Blue B4 Blue - 24VDC - C PHASE BLUE YELLOW 7. Violet 17. White-Violet B5 Red - 16 Ga. - 5VDC+ For 1-3 Panels NEUTRAL WHITE WHITE GRAY 8. Gray 18. White-Gray B6 Brown - 16Ga. - 5VDC- GROUND GREEN GREEN GREEN 9. White-Black 19. White-Black-Orange L, H 115 VAC H XXXXYY XX: DEVICE ABBREVIATION 10. White-Black-Brown 20. White-Black-Red N 115 VAC N (UP TO 4 CHARACTERS) XXX-YYY Wire coloring repeats every 20 wires starting at 21 G, GND CABINET GROUND YY: DEVICE NUMBER SH SHIELD OR DRAIN WIRE SEE CIRCUIT SCHEDULE FOR CONDUCTOR SIZING COLOR CODES FOR AC WIRING CBXXX UP TO 15 AMPS 14 AWG (UP TO 2 CHARACTERS) CBXXX UP TO 20 AMPS 12 AWG For 4+ Panels L1 or H1 Black - 12 Ga. -120VAC CONTROL Red - 14 Ga. DEVICE ABBREVIATIONS XXXXYY.ZZ XX: DEVICE ABBREVIATION N White - 14 Ga. -120VAC CB CIRCUIT BREAKER (UP TO 4 CHARACTERS) INSTALLATION INSTRUCTIONS G Green CR CONTROL RELAY YY: PANEL NUMBER F FUSE (UP TO 2 CHARACTERS) HH HAND HOLES USE HUBS OR FITTINGS WITH THE SAME ENVIRONMENTAL RATING AS THE ENCLOSURE HTR HEATER ZZ: DEVICE NUMBER CABLE FOR 4-20mA LOOPS HV HOLDING VAULT (UP TO 2 CHARACTERS) DO NOT PENETRATE TOP OF ENCLOSURE OR ROUTE CONDUCTORS THAT WILL ALLOW FOR MOISTURE #20 AWG TSP IM INTERFACE MODULES WIRE TO PASS OVER CONTROL COMPONENTS. JBOX JUNCTION BOX MOV METAL OXIDE VARISTOR YYY SAME AS TERMINAL NUMBER SEE WIRING DIAGRAMS FOR MINIMUM ACCEPTABLE FIELD WIRING CONDUCTOR SIZE RED + OUTL OUTLET BLACK - PBCONN PROFIBUS CONNECTION XXX IF NO TERMINAL IS ATTACHED, PS POWER SUPPLY STARTING VALUE IS AT 401 TB TERMINAL BLOCK AND INCREASES BY 1 LAMP COLORS UPS UNINTERRUPTIBLE POWER SUPPLY R Red CABLE G Green XXX COUNTER STARTING AT 1, A Amber W White INCREASES BY 1 B Blue Y Yellow

LINE TYPES INTERNAL PANEL WIRING DRAWING SYMBOLS FIELD/EXTERNAL WIRING (XXXX) LOCATION CROSS REFERENCE

B PROVIDED BY OTHERS INTERNAL WIRE BUNDLE F FOR FUTURE USE

CONNECTION TO ANOTHER WIRE IN THE PROJECT E EXISTING

N NEW SHIELD O OPTIONAL, AS APPLICABLE

Wet Well EDS

3 hook float bracket: (Conery 3AHB U-type EXISTING float bracket or equal) PROJECT COMPLETION STATE LAST MODIFIED BY:

[C-4]

ENTRY PORT RISER (APPROX 7.5') ENTRY PORT RISER (APPROX 7.5') LSHH: Set at 7' above floor

Lamp LSH: Set at 6' above floor 08/07/18 11:16 AM [P-4] MOTOR CONTROLLER SCADA RTU (REMOVE) (REMOVE)

60Amp Disconnect DRY WELL ENTRANCE [P-6] LADDER LAST MODIFIED DATE: FACING SOUTHEAST LADDER [C-4]

4"X6" CV

6" GV DEDICATED RECPT [P-4]

1'-6" EXISTING DRY WELL BLOWER, SUMP PUMP 8" 6"X4" AND DEHUMDIFIER DRY WELL FLOOD LT: set at 2" above floor (REUSE) [C-4]

Disconnect [P-6] [P-4] MOTOR CONTROLLER [C-4] SCADA RTU [P-6] factory cable (REMOVE) (REMOVE) EXISTING J-BOX (REMOVE)

HATCH AJAR SWITCH [C-4] (REUSE) EXISTING CONDUIT ENTRIES (REMOVE) [P-6] Lamp EXISTING WET WELL [P-4] [P-4]

INSTRUMENT CONDUIT LADDER LADDER (REDIRECT TO EH-2) ENTRY HATCH [P-5] ENTRY HATCH

[P-4]

EXISTING DRY WELL BLOWER, SUMP PUMP EXISTING DEHUMIDIFIER, AND DEHUMDIFIER SUMP PUMP AND FAN (RECONNECT) [P-5] factory cable [P-4] [P-4] [C-4] (RECONNECT) [P-5]

NO DATE BY REVISIONS Site Name: S&B System Specialists L T. AL S Designed By RTS Date Customer Number 14373 Job Number TBD 13200 S.E. 30th St. D F WASH T O IN E Old WWTP Lift Station N E G A Bellevue, Washington 98005 A T T D A O Drawn By esidenquist Date 06/06/17 End Customer:City of Bainbridge Island (425) 644-1700 Fax: (425) 746-9312 R T N

S www.sb-inc.com [email protected] Project: Page Descripton: 14373-262__OldWWTP Approved By RTS Date 08/01/18

REUSE OF DOCUMENT P R R 23798 R Pump Station Dry Well Layout This document contains information, ideas and O EG ED E FE ISTER E Commissioned By Date SS IN Old Treatment Plant Lift Station Project designs proprietary to S&B Inc. This may not be IONAL ENG reproduced in any form without written consent Page Type of S&B Inc. Copyright 2018 S&B inc. Graphic REV #: SIZE: D SHT: 10OF: 38 File Name: Enclosure legend Item QTY Part number Description Device 10 1 SCE.72P30F1 Subpanel, Full PNL1 22 1 SIE.8US1922-2UA01_24" Fast Bus Base plate cut down to 24" FB EDS 23 1 SIE.5ST1146 DIN RAIL TB10 24 2 SIE.3RW4424-1BC34 SIRIUS Soft Starter, Values with 460 V, 50 DEG., RVSS-1;RVSS-2 25 1 VERT.J3ADTSA30150GFX0 150-400A Automatic Transfer Switch ATS-1 60 4 SIE.8WA1011-1DH11 1-Pole, 14-8 AWG Terminal, 8mm, TB10 74 66 2 SIE.8WA1304 3-Pole, 14-4 AWG, 10mm, Feed Through terminal TB10 6.44'' 67 2 SIE.8WA1011-1PK00 12-4 AWG PE Terminal, 12mm TB10 68 2 SIE.3TX7144-1E3 11 Pin Socket Style for Relays, Din Rail Mount MPCR-1;MPCR-2 LAST MODIFIED BY: 73 2 SIE.8US1923-3UA01 Busbar support for Fast Bus FB 74 1 SIE.FBCB100M 100A 3-pole, 480V MCCB for Fast Bus FB-CBMAIN 75 2 SIE.FBCB070 70A 3-pole, 480V MCCB for Fast Bus FB-MCB-1;FB-MCB-2 76 1 SIE.FBCB030 30A 3-pole, 480V MCCB for Fast Bus FB-MCB-3 77 1 SIE.FBCB020 20A 3-pole, 480V MCCB for Fast Bus FB-MCB-4

25.56'' 08/07/18 11:16 AM LAST MODIFIED DATE: 47.64''

25 ATS-1

57.62''

24 24

68 68

SAGINAW SCE-72P30F1 BACK PANEL

NO DATE BY REVISIONS Site Name: S&B System Specialists Designed By RTS Date Customer Number 14373 Job Number TBD 13200 S.E. 30th St. Old WWTP Lift Station Bellevue, Washington 98005 (425) 644-1700 Fax: (425) 746-9312 Drawn By Eric Sidenquist Date 06/06/17 End Customer:City of Bainbridge Island www.sb-inc.com [email protected] Project: Page Descripton: 14373-262__OldWWTP Approved By RTS Date 08/01/18 REUSE OF DOCUMENT Left Back Panel Layout This document contains information, ideas and Commissioned By Date designs proprietary to S&B Inc. This may not be Old Treatment Plant Lift Station Project reproduced in any form without written consent Page Type of S&B Inc. Copyright 2018 S&B inc. Model view REV #: SIZE: D SHT: 20OF: 38 File Name: Enclosure legend Item QTY Part number Description Device 10 1 SCE.72P30F1 Subpanel, Full PNL2 23 8 SIE.5ST1146 DIN RAIL TB1;TB3...TB6;TB11...TB13 HTR-1

EDS 26 1 SAG.SCE-HF1251A Heater with Thermostat 115V, 125W 27 2 PAN.G2X2LG6 Wide Slotted Wiring Duct, PVC WD-1;WD-2 25.94'' 28 1 PAN.G1X2LG6 Wide Slotted Wiring Duct, PVC WD-3 29 1 PAN.G1.5X2LG6 Wide Slotted Wiring Duct, PVC WD-4 30 1 SC.58371_1/2 Convenience Outlet Mount Box OUTL1 31 4 SIE.8WA746 ANGLED MOUNTING BRACKET TB1 32 2 SCE.MINQB Mini Quarter Turn Door Latch ISR_ENC

4 1/16'' 86 88 FAN CLEARANCE ISR_ENC

LAST MODIFIED BY: 33 3 SCE.ELJHINGE Hinge, ELJ (1pc) 34;36 2 ISR_ENC;ISR_PNL 35 1 SCE.1614ELJ ELJ Enclosure ISR_ENC 37 1 S&B.1003-50 VPN/Modem Shelf, Custom PNL2 46 46 47 47 5 1/8'' 45 18 SIE.8WA1808 DIN rail end retainer TB1;TB3...TB6;TB11...TB13 14 5/8'' 46 9 SIE.3TX7144-4E5 Square Base Socket Style for Relays CR5;CR6;RO2...RO8 47 2 SIE.7PV1508-1BW30 Timing Relay w/2 changeover contacts TR1;TR2 PANEL WIRING 2" x 2" WIRE DUCT PANEL WIRING 48 1 SIE.3RQ3118-1AM00 PLUG-IN RELAY 24VDC,1NO, SCREW TERMINAL RO1 49 1 SIE.6EP1333-2BA20 SITOP PSU100S 24 V/5 A PS1 23 3/4'' 49 50 1 SE.TBUX297120-SB Bell 202 modem MDM 54 51 1 S&B.1092-06 Line protection unit for telephone lines LPU1 08/07/18 11:16 AM 52 103 SIE.8WA1011-1DG11 Through-type terminals, terminal size 4 mm² TB1;TB5;TB11;TB12 50 51 53 6 SIE.8WA1011-1SF31 DC Fuse terminal with screw connection, with LED TB5 54 2 SIE.5SJ4102-7HG40 CIRCUIT BREAKER 240V 14KA, 1-POLE, C, 2A CB9;CB10 34 1/8'' 4 1/8'' 55 1 SIE.6ES7512-1DK01-0AB0 CPU 1512SP-1 PN CPU 56 1 SIE.6ES7193-6PA00-0AA0 Servermodule; Incl. with Processor & Remote IO SVR_MOD PANEL WIRING PANEL WIRING 57 2 SIE.6ES7193-6BP00-0DA0 BASEUNIT TYPE A0, BU15-P16+A0+2D SLOT02;SLOT04 58 6 SIE.6ES7193-6BP00-0BA0 BASEUNIT TYPE A0, BU15-P16+A0+2B SLOT03;SLOT05...SLOT09 1 SIE.6GK5005-0BA00-1AB2 SCALANCE XB005 NETSW 85 55 91 92 92 95 97 97 59 LAST MODIFIED DATE: 89 92 59 60 10 SIE.8WA1011-1DH11 1-Pole, 14-8 AWG Terminal, 8mm, TB1;TB3 61 1 SIE.5SJ4103-7HG41 CIRCUIT BREAKER 240V 14KA, 1-POLE, C, 3A CB2 62 1 SIE.5SJ4118-7HG41 CIRCUIT BREAKER 240V 15KA, 1-POLE, C, 15A CB3 63 3 SIE.5SJ4111-7HG41 CIRCUIT BREAKER 240V 14KA, 1-POLE, C, 5A CB4;CB6;CB7 4 1/4'' 64 1 SIE.5SJ4102-7HG41 CIRCUIT BREAKER 240V 14KA, 1-POLE, C, 2A CB5 57 58 57 58 58 58 58 58 54 1/16'' 65 1 SIE.5SJ4320-7HG42 CIRCUIT BREAKER 10KA, 3POLE, C, 20A CB8 PANEL WIRING PANEL WIRING 69 2 PAN.C2LG6 Wiring Duct Covers, PVC WD-1;WD-2 70 1 PAN.C1LG6 Wiring Duct Covers, PVC WD-3 71 1 PAN.C1.5LG6 Wiring Duct Covers, PVC WD-4

59.94'' 72 1 LEV.7599-B Str Blade GFCI Outlet, brown, 15A OUTL1 61 62 63 64 63 63 65 78 1 SBI.ISRLabel2 ISR Warning Label ISR_ENC 79 1 SBI.ISRLabel1 ISR Label Desc. ISR_ENC 80 1 SBI.Nameplate S&B Nameplate ISR_ENC 81 1 PXC.1201002 G-type DIN rail perforated 18 82 1 MEAS.815 Aneroid Bellows LT-1 83 1 SBI.ISRLabel3 Intrinsically Safe Field Terminal ISR_PNL 84 1 NET.FVS318G VPN FIREWALL, 8 tunnel, 8 port, Gigabit, 12 VDC VPN-1 85 1 SIE.6ES7193-6AR00-0AA0 BA 2XRJ45 CPU-BA 86 1 SIE.3TX7111-3PF13 4PDT,5A,P.B.,DOOR,LED,GLD FLSH,120VAC CR5 87 2 SIE.3TX7144-H17 Size B MOV suppressor, 120/240V CR5;CR6 88 1 SIE.3TX7111-3LF13 DPDT, Mini Relay, 120 VAC, 5A CR6 89 1 SIE.6ES7134-6HD00-0BA1 AI 4XU/I 2-WIRE ST SLOT02 90 2 SIE.6ES7193-6CP03-2MA0 COLOR CODE PLATES, COLOR CODE CC03 SLOT02;SLOT03 91 1 SIE.6ES7134-6GD00-0BA1 AI 4XI 2-/4-WIRE ST SLOT03 92 3 SIE.6ES7131-6BF00-0BA0 DI 8X24V DC ST SLOT04...SLOT06 6.13'' 93 3 SIE.6ES7193-6CP01-2MA0 COLOR CODE PLATES, COLOR CODE CC01 SLOT04...SLOT06 94 1 SIE.6ES7193-6CP02-2MA0 COLOR CODE PLATES, COLOR CODE CC02 SLOT07 REQUIRED 95 1 SIE.6ES7132-6BF00-0BA0 DQ 8X24V DC/0,5A ST SLOT07 4.00'' 96 2 SIE.6ES7193-6CP00-2MA0 10 COLOR IDENTIFICATION LABELS CC00 SLOT08;SLOT09 CLEARANCE 97 2 SIE.6ES7137-6AA00-0BA0 Serial Communication Module SLOT08;SLOT09 98 7 SIE.3TX7111-3LC03 DPDT, Mini Relay, 24VDC RO2...RO8 99 7 SIE.3TX7144-H12 Relay back emf Diode, Type B RO2...RO8 100 6 SIE.8WA1011-1PG00 PE through-type terminals, terminal size 4 mm² TB1;TB11;TB12 101 1 SIE.8WA1820 Terminal Barrier TB1 102 2 TUR.IM1-22EX-R Intrinsically safe relay, dual channel, 20-240V AC/DC ISBD-1;ISBD-2

26 103 1 GEMS.113000 Single Channel Zener Supply Barrier ISBA-1.1 104 1 GEMS.114166 Single Channel Zener Return Barrier ISBA-1.2 105 1 LEV.84401-40 Wall Plate, GFCI Duplex Receptacle OUTL1

SAGINAW SCE-72P30F1 BACK PANEL

NO DATE BY REVISIONS Site Name: S&B System Specialists Designed By RTS Date Customer Number 14373 Job Number TBD 13200 S.E. 30th St. Old WWTP Lift Station Bellevue, Washington 98005 (425) 644-1700 Fax: (425) 746-9312 Drawn By esidenquist Date 06/06/17 End Customer:City of Bainbridge Island www.sb-inc.com [email protected] Project: Page Descripton: 14373-262__OldWWTP Approved By RTS Date 08/01/18 REUSE OF DOCUMENT Right Back Panel Layout This document contains information, ideas and Commissioned By Date designs proprietary to S&B Inc. This may not be Old Treatment Plant Lift Station Project reproduced in any form without written consent Page Type of S&B Inc. Copyright 2018 S&B inc. Model view REV #: SIZE: D SHT: 21OF: 38 File Name: Enclosure legend Item QTY Part number Description Device 1 2 SCE.FSPS6 FS Panel Support KIT PNL1;PNL2 4 1 SCE.3PTL 3-Point Latch Kit EDS 5;7;18 3 ENC2 6 1 SCE.PP101201 Print Pocket 8 1 SCE.726024SSFSD FSD Stainless Steel Enclosure ENC 9 1 SCE.1614ELJSS6 S.S. ELJ Enclosure ISR_ENC 11 2 SCE.72SP30F3 Panel ENC 12 2 SCE.72FSCPS Support ENC 13 1 SCE.DS60SS Shield ENC LAST MODIFIED BY: 14 3 THOBET. A1200HS-10 1.625in WIDTH 1.625in DEPTH UNI-STRUT 19...21 15 1 SCE.FA1010 Assembly, Fan Housing (10in.) FAN-1 16 1 SCE.RH1010SS 10" SS RAIN HOOD ENC 17 1 SCE.12DLP12 Subpanel PNL3 19 2 SCE.3916 Standard Hinge for SCE Enclosures ENC2 MAIN DISCONNECT 20 1 SCE.DLSBB Latch, Slotted 2 x 4 Door (Black) ENC2 21 1 SCE.12EL1206SSLP S.S. EL Enclosure ENC2 38 2 SIE.52SX2GABJ2K1 G CAM 3-Pos Selector Switch SS-1;SS-2 39 2 SIE.52BT6G3AB PTT LED LAMP, GREEN , XFMR, 120 VAC, 1 NO/NC PTT-1;PTT-2 40 4 IMWM.LABEL30mmBLACK 30mm Button Label, Black with White lettering PTT-1;PTT-2;SS-1;SS-2 41 41 08/07/18 11:16 AM 42 41 2 IMWM.LABEL 1" x 3" 1" x 3" Label, Black with white lettering 16;17 42 1 SIE.6AV2124-0GC01-0AX0 TP700 COMFORT TP1 39 39 43 1 SIE.US2:DTF323R 3R; 3 pole; 100A MTS MTS 44 1 COOP.204MS68 Single meter position PWR_MTR 38 38

43 LAST MODIFIED DATE:

ISR JUNCTION BOX

SAGINAW SCE-726024SSFSD ENCLOSURE

NO DATE BY REVISIONS Site Name: S&B System Specialists Designed By RTS Date Customer Number 14373 Job Number TBD 13200 S.E. 30th St. Old WWTP Lift Station Bellevue, Washington 98005 (425) 644-1700 Fax: (425) 746-9312 Drawn By Eric Sidenquist Date 06/06/17 End Customer:City of Bainbridge Island www.sb-inc.com [email protected] Project: Page Descripton: 14373-262__OldWWTP Approved By RTS Date 08/01/18 REUSE OF DOCUMENT Enclosure Layout This document contains information, ideas and Commissioned By Date designs proprietary to S&B Inc. This may not be Old Treatment Plant Lift Station Project reproduced in any form without written consent Page Type of S&B Inc. Copyright 2018 S&B inc. Model view REV #: SIZE: D SHT: 22OF: 38 File Name: