Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2001-073 2004 Traffic Signal Upgrades Agreement with Knobel Electric, Inc.
, , FIC,/k)AL -y - - CI (:::)Cl#‘ '4 ,., ,....., .,,,,,,,,......... ............ . • • .. o f yakima Ci. Ly Engineering Division . ...„. . , 2004 Traffic Signal Upgrades ......._ ,, . ._ . .,_._ ...„..„.„.„... ......„.......,.,,....;.„:„.,,,2„..-,,,. , ,..,,,..._,,.....,,..............,.,„,„,,,,„,,,..„.......,„„,..„,„..,,...„,,..._ .. ,,,,,,„,,,,„, , . . . . ....,...„,,,_._„..,...„...........,,..............,......„,,„.., f "' ,.-. . ,,, _, , , _k4,t. --,,, . . .::- '4.-,,,Alot. ..*4: ,,,,,;,,-,u,'.: ---'4"1°*'*"""t-,0 ''''''''''' '''' : ' 't'' ''';''.. . . ftc.,,,,..„ , '''''.* . •"" ..- '.'-'; 1- -W.. r;'— ...',' ' '' ' ' —"--''''''''''''' ' ' '. ''''F4. - ' '''' 1 : - ...'-',:',; ' '''''''' ?. i - . ,,.,;-,-„:,-',-; ' ,„,,..,„ir,7 ' . - . , ., c ''' . •.". ."-.. ''. . -,...,.,,,,A,4%.:. -.-,....k...,...,-..:-.,-...,4.;;-4:`,,,,;,.i -,,,44:t72'...,14'''''.'";.,;,:e,'‘..: , 4: 4t : ‘ ,,..A... 4' * ' ' 7 ' • '' ' ''' ''' ''.. 'r-1 ;,,,'; ' ' ''' ,,',■%';'- - , ''''',". ,,'.'' ok. . . — , . • • Construction Contract Spec . i & Bid Documents City Project No. 2084 , . 1 .P• , , , ,,-„,',: , ):,-,..c. :4......) . .....: ..„.... .t's .....,',..xe., 129 North Second Street k. k.„;:. ,, ,,,,v,:m4t1 c ,-- --:,,-,-;:,,,..-_-_----- Phone ( ( 5 5 0 0 9 9 ) ) 5 5 7 7 6 5 :6 6 3 1 1 1 4 1 Yakima, WA 98901 _ _ I ..., .. , . , . , Autust 2004 .. . -----.,N, BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. fit? For Meeting Of 6/7/05 ITEM TITLE: Final Contract Payment for 2004 Traffic Signal Upgrades SUBMITTED BY: V4fartment of Community & Economic Development - Engineering CONTACT PERSON /TELEPHONE: K. W. Adams, City Engine 575 -6111 SUMMARY EXPLANATION: This project consisted of furnishing all labor, materials and equipment for the upgrading of traffic signals at 2 " Street & Chestnut Ave, 3 Street & Chestnut Ave., 3 Street & A Street, 2 " Street & A Street, 3 Street & Lincoln Ave, 2" Street & Yakima Ave, 4 Street & Yakima Ave, 2 Avenue & Yakima Ave, and 4 Avenue and Yakima Ave. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Knobel's Electric, Inc. Contract Award: 9/20/04 Contract Cost: $192.164.15 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance _X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Arterial Street Fund APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Accept the project and approve fmal estimate. COUNCIL ACTION: APPROVED. CITY OF YAKIMA, WASHINGTON FILE NO. 2084 2004 TRAFFIC SIGNAL UPGRADE 5/24/2005 CONTRACTOR: Knobel Electric MADE BY WL PROGRESS ESTIMATE NO. 3 FINAL NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 SPILL PREVENTION PLAN LS 100% $500.00 $500.00 100% $500.00 2 MOBILIZATION LS 100% $10,800.00 $10,800.00 100% $10,800.00 3 TRAFIC CONTROL SUPERVISOR HR 87 $33.00 $2,871.00 109% $2,640.00 4 MAINTENANCE & PROTECTION LS 100% $7,960.00 $7,960.00 100% $7,960.00 5 POPTICOM UPGRADWA LS 100% $85,381.00 $85,381.00 100% $85,381.00 6 S. 1ST & WALNUT PHASING & OPTICOM LS 100% $26,218.00 $26,218.00 100% $26,218.00 7 17TH ST & E YAKIMA AVE PHASING & ADDITIONS LS 100% $8,145.00 $8,145.00 100% $8,145.00 8 N 40TH AVE & SUMMITVIEW VIDEO DETECTION UPGRADES LS 100% $31,288.00 $31,288.00 100% $31,288.00 9 REPAIR AND REPLACEMENT FA $5,837.15 $10,000.00 $5,837.15 58% $10,000.00 DEDUCTIVE ALTERNATE BID ITEMS 10 REPLACE CABINET AT 1ST & YAKIMA AVE LS 100% $13,164.00 $13,164.00 $13,164.00 11 VIDEO DETECTION AT 24TH AVE & WASHINGTON (ITEM 11 NOT AWARDED) *(DEDUCT $2481.26 FROM RETAINAGE FOR DEDUCT ON ITEM NO. 9 REPAIR AND REPLACEMENT) PREVIOUS PAYMENTS 1 $35,401.75 TOTAL $192,164.15 105% $182,932.00 2 $149,635.45 CHANGE ORDERS TOTAL AMT COMPLETE $192,164.15 LESS 5% RETAINAGE $7,126.95 LESS PREVIOUSLY PD $185,037.20 TOTAL DUE THIS PAYMENT $0.00 I cert y t the above estimate is true and correct. CITY E GINEER KNOB80 S INC. LETTEQ OF ij to shirr la[l YAKIMA, WASHINGTON 98901 Contr. No. KNOBEEI445RU (509) 452 -9157 DATE — 7 )0o `/ JOB NO. d �, y Fax: (509) 453 -1460 ATTENTI f Am-r 4F",5 RE TO a . o Y-!vL4p g 6 /4- //. /L 7 A)0A-r7-15Pc,o/o6 S341t,r_q-- Oo Y4-fLintA, 9r90/ WE ARE SENDING YOU ,!(Attached ❑ Under separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change order COPIES DATE NO. DESCRIPTION J A) a / . ( n .k ? r r iP ..FUQMAU(_ Co,ot0 eel/LT/ �1 CA Ot 4t4A )— THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval f'For your use ❑ Approved as noted ❑ Submit copies for distribution i2 requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS COPY TO SIGNED:` SHIELDS PRINTING - FORM 3815 if enclosures are not as noted, kindly notify us at once. CONTRACT THIS AGREEMENT, made and entered into in triplicate, this Aday of - ` , 2004, by and between the City of Yakima, hereinafter called the Owner, and Knobel's Electric, Inc., a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for the Base Bid Items numbered one (1) through nine (9), in the amount of $182,932.00 plus the Alternate Bid Item number ten (10) in the amount of $13,164.00 for a total contract amount of $196,096.00, for 2004 INTERSECTION & SIGNALIZATION UPGRADES - Project No. 2084 all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR thisd® day of 2004. CC��'LL', GAL_& C-,a (JA Corporation Contractor / /f / /�� i O ' r . City Maria fc ss_.caY , �t� Attest: N K 1,444 �, , L. & I Pk d AA it efl..) 0 L (Print Name) City Clerk �� "' , 1 ,' c, A ,. , y ` v, . , t (President, Owner, etc.) ,s. ' Address: c ? /6ti�T'(A.et.)f 4--1,14 1 9F90/ 35 PERFORMANCE BOND FORM BOND TO CITY OF YAKIMA ' KNOW ALL MEN BY THESE PRESENTS: BOND #929294675 That we, the undersigned, KNOBEL 'S ELECTRIC, INC. a WA SHTNGTON Corporation as Principal and WESTERN SURETY COMPANY a corporation organized and existing under the laws of the State of SOUTH DAKOTA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 1 96 , 096 . 00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 1 5 day of SEPTEMBER , 2004. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 2004, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said KNOBEL' S ELECTRIC , INC . , the above bounded Principal, a certain contract, the said contract being numbered 2084 , and providing for 2004 INTERSECTION & (which contract is referred to herein and is made a part hereof as though attached hereto), and, SIGNALIZATION UPGRADES WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said KNOBEL' S ELECTRIC , INC . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. KNOBEL'S ELECTRIC, INC. (Contractor) B y : Ci, irt b . gr1204“— (Print Name) Appr• ed as to fo Its: 2. S / 21; 3 (President, Owner, etc...) (CityAttomey) WESTERN SURETY COMPANY r urety By: .11.44411.1 TAMMY R. ivv KEE (Print Name) Its: ATTORNEY —IN —FACT 37 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY —IN —FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Individually of Yakima, WA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts — and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of August, 2003. WESTERN SURETY COMPANY SURETYC,. ..".24904, O _ r F•y / W• 3Z "AT �`%rUTH DPK r Paul Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 19th day of August, 2003, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires } 44444444444444444444444 } D. KRELL November 30, 2006 s eft NOTARY �a�,� s SOUTH DAKOTA PUBLIC 'J }544444444444 444444 SSS 44 } ALa. D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation prinen the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of y (J W su 'ETr''' WESTERN SURETY COMPANY . ut POP: i Wt4 s2x : S V - ra fi CA y 2„n�li DN� c L. Nelson, Assistant Secretary Form F4280 -01 -02 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize, The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. or Y DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT / ''�,, + Engineering Division , 1 *' 4. 129 North Second Street :31 ` , >, . Yakima, Washington 98901 (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer FACSIMILE TRANSMISSION COVER SHEET Number of pages (Including Cover Page) 9 July 8, 2003 FAX # 248 -9007 Marsh Advantage America 1430 No. 16th Avenue Yakima, WA 98902 Attention: Joel Pearson or Deb Krautwurm RI 2004 Intersection & Signalization Upgrades Project, City Project Num,) r 2084 Dear Mr. Pearson, Ms. Krautwurm Attached is the Certificate of Insurance information sent in by Knobel's Electric, Inc. for the above referenced project. Using the modified checklist I have at my disposal, the coverage seems to be adequate. Please review and inform me of any necessary changes to be in accordance with the project specifications. I would appreciate it if your response could be sent to me ASAP. Please fax your response to 576 -6314. If you have any questions, you can contact me at 575 -6228. Sincerely, ' — „„y ai , 4.---tAA Robert DesgroseiU r, Senior En ineer SEP -24 -2004 08:32 MARSH YAK IMA 15092489007 P.01 MARSH Marsh Advantage America A Service of Seabury & Smith, Inc. 1430 N. 16th Avenue • P.O. Box 2547 (98907) Yakima, WA 98902 800 572 9170 www.marshadvantage.com Fax To: Robert Desgrosellier From: Joel Pearson Date: September 24, 2004 Fax: 509 248 9007 Organization: City of Yakima Phone: 509 248 7460 Fax; 576 6314 Pages: 1 Phone: Subject: Project 2084 The certificate is acceptable. The documents accompanying this transmission contain confidential Information, and may contain confidential health Information, that is legally privileged. This Information is Intended only for the use of the Individual or entity named above, The authorized recipient of this information is prohibited from diadosing this information to any other party unless required to do so by law or regulation and is required to destroy the information after its stated nced has been fulfilled. If you are not the intended recipient, you are hereby notified that any disclosure, copying, distribution, or action taken In reliance on the contents or these documents is strictly prohibited. If you have received this information In error, please notify the sender immediately and arrange for the return or destruction of these documents. /4/0* Marsh & McLennan Companies SEP -24 -2004 08:32 MARSH YAKIMA 15092489007 P.02 CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Knobel's Electric Job Description: Project 2084 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. X 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. X 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. x 4. Employers Liability shown at a $1,000,000 limit per occurrence. �_, 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. x 6. Copy of Additional Insured endorsement included. x 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? �_.,. 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. x 9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? x Joel Pearson 9/24/2004 Completed By Date Certificate Checklist / Sheeti 01/23/2003 S: \Bus_Unit\ANY1102 jp \cllents\Yakima, City of\Certiticate Checkliat.xls TflTil 0 MO r ) A CORD DATE (MMIDD/YYYY) y TM CE RTIFICATE OF LIABILITY INSURANCE 09/15/2004 PRODUCER (509)965 -2090 FAX (509)966 -3454 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Conover Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 125 N. 50th Ave. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 10088 Yakima, WA 98909 -1088 INSURERS AFFORDING COVERAGE NAIC # INSURED Knobel's Electric Inc. INSURER A: Continental Western Insurance Co 801 Tennant Lane INSURER B: Yakima, WA 98901 INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDINI ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INSRD DATE 1MM /DD/YY1 DATE (MMIDDIYY1 GENERAL LIABILITY CWP2396809 01/01/2004 01/01/2005 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 100,000 PRFMISFS (Fe ncrurenre) CLAIMS MADE I X I OCCUR MED EXP (Any one person) $ 5,000 A X Stop Gap Liab. PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 POLICY I � Ir n LOC rrpAAA�� jjQ�� AUTOMOBILE LIABILITY CWP2396 01/2004 01/01/2005 $ X ANY AUTO COMBINED SINGLE LIMIT Q q (Ea accident) 1,000,000 ALL OWNED AUTOS ''''Y T® BODILY INJURY $ A SCHEDULED AUTOS ^ Y ' °. ` . 04) (Per person) HIRED AUTOS Vi9 _ f ,�, BODILY INJURY $ NON -OWNED AUTOS t, / /yam (Per accident) r CO- A l tt, PROPERTY DAMAGE r OA-4 (Per accident) $ GARAGE LIABILITY /4 AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY CWP2396809 01/01/2004 01/01/2005 EACH OCCURRENCE $ — 7 OCCUR I CLAIMS MADE AGGREGATE $ 5,000,000 A $ DEDUCTIBLE $ X RETENTION $ 10,000 $ WCSTATU- WORKERS COMPENSATION AND I T TORY I IMITS I 1°R TH - EMPLOYERS' LIABILITY STATUTORY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ OTHER • DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS . ..ity of Yakima, Their Agents, Employees, and Elected or Appointed Officials are named as additional insured for project #2084. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL X fX XX\X Xi% MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Yakima XXxIMEUXiXWAUXIOSKXXKII4XXXX∎XXX CXX 129 N. 2nd Street Xf> XXcXJbXMIKX XtVAXi! X tJEXXXXIM#XNXAEIXitOEXXXXXXXXX Yakima, WA 98901 AUTHORIZED REPRESENTATIVE i John Cockrell/TAMMYR c . ACORD 25 (2001/08) ©ACORD CORPORATION 1988 POLICY NUMBER:CWP2396809 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART: SCHEDULE Name of Person or Organization: City of Yakima, Its Agents, Employees, and Elected or Appointed Officials (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. Insured: Knobel's Electric Inc. Policy Eff.: 01/01/04 Policy Exp.: 01/01/05 CG 20 10 10 93 Copyright, Insurance Service Office, Inc., 1992 Dan, Here's a more legible summary of Knobel's deducts for Project #2084 Deduct from Line Item #6 — 1 St. & Walnut- controller replacement deletion: $11,988 Delete Line Item #10 — 1 St. & Yakima Ave. controller replacement: $13,164 Current Bid Total: $228,013 Total Deductions: $25,152 Adjusted Bid Total: $202,861 Let us know if we can help in any way to keep this one moving forward. Thanks so much, Bill & Gary FROM : KNOBELS ELECTRIC PHONE NO. : 509 4531460 Sep. 05 2004 02:51RM P1 KNOBEL'S ELECTRIC, INC. 801 TENNANT LANE? ,_ PHONE NO. (509) 452 -9157 YAKIMA. WASHINGTON 98901 FAX NO. (509) 453 -1460 • CONTRACTOR'S REGISTRATION NO. KNO8FEI445RU FACSIMILE TRANSMITTAL DATE: S j 7 TIME 0 . Li0 f TO ; COMPANY ,Q ATTN t / L L. Q ,I LLT FAX NO .: 5 � e� 3 � - FROM KNOBEL'S ELECTRIC, INC. NUMBER OF PAGES INCLUDING THIS DOCUMENT: COMMENTS : Pito 6 .1 OF ~ d 7 _ , - • •�t" rte_ .��__- tL op r ♦ sal U - . r � AN EQUAL OPPORTUNITY EMPLOYER City of Yakima Engineering Division 2004 INTERSECTION & SIGNALIZATION UPGRADES 1 Street & Walnut Avenue 17 Street & East Yakima Avenue 40 Avenue & Summitview Avenue — 5 16 Avenue & Fruitvale Boulevard -- 24 Avenue & Washington Avenue Viola Avenue & 3' Avenue — Tieton Drive & 5 Avenue — 1 2nd Street & Chestnut Avenue 3rd Street & Chestnut Avenue — 3 Street & 'A' Street — O 2nd Street & 'A' Street r / 3 Street & Lincoln Avenue — (2-- 2 "d Street & Yakima Avenue r- i 4 Street & Yakima Avenue -- f 2nd Avenue & Yakima Avenue 4 Avenue & Yakima Avenue t(a City Project No. 2084 �W AD, g `k- w i, 4'J 29619 4 3 4 tGISTEO � %0 IVAL EXPIRES 11/17/2005 Construction Contract Specifications & Bid Documents August 2004 1 CONTENTS CITY OF YAKIMA 2004 INTERSECTION & SIGNALIZATION UPGRADES City Project No. 2084 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments To The Standard 2004 Specifications 8 CONTRACT PROVISIONS CITY OF YAKIMA SPECIAL PROVISIONS 19 1 -01 DEFINITIONS AND TERMS 20 1 -02 BID PROCEDURES AND CONDITIONS 20 1 -03 AWARD AND EXECUTION OF CONTRACT 21 1 -04 SCOPE OF THE WORK 21 1 -05 CONTROL OF WORK 22 1 -06 CONTROL OF MATERIALS 23 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 24 1 -08 PROSECUTION AND PROGRESS 26 1 -09 MEASUREMENT AND PAYMENT 27 1 -10 TEMPORARY TRAFFIC CONTROL 29 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 30 8 -30 REPAIR OR REPLACEMENT (NEW SECTION) 31 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL Error! Bookmark not defined. MINIMUM WAGE AFFIDAVIT 43 PREVAILING WAGE RATES PREVAILING WAGE RATES 45 PROPOSAL PROPOSAL FORM 59 BID BOND FORM 63 NON - COLLUSION DECLARATION 65 NON - DISCRIMINATION PROVISION 67 SUBCONTRACTOR LIST 68 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 69 COUNCIL RESOLUTION 70 AFFIRMATIVE ACTION PLAN 71 BIDDER'S CHECK LIST 77 PLANS & DETAILS Construction Plans 3 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, Washington, up to the hour of 2:00 p.m. on August 26, 2004, and then be opened and publicly read for the construction of: 2004 INTERSECTION & SIGNALIZATION UPGRADES CITY OF YAKIMA PROJECT NO. 2084 This project consists of furnishing of all labor, materials and equipment for the upgrading of traffic signals at various locations as shown in the plans and specifications. The major components of work consists of the following: Provide and install Opticom equipment, traffic controller cabinets, video detection, traffic signal heads, and revise traffic signal controller cabinet wiring as identified in the special provisions of the specifications and in the plans. This project also includes deductive alternate bids for additional traffic signal work. Plans, Specifications, and bid forms are available from THE OFFICE OF THE CITY ENGINEER located at 129 North 2 " Street, Yakima, WA 98901, and may be obtained for a fee of $30.00 for each set, non- refundable. Informational copies of Plans and Specifications are on file for review at the office of the City Engineer in Yakima, WA, and at plan centers in Yakima and Kennewick, WA. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington, at 11:00 a.m. on August 18, 2004. The conference will include project discussion and the Affirmative Action Plan. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -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 insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises 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 or national origin in consideration for an award. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the City Treasurer of the City of Yakima, for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing, sealed, and filed with the City Clerk on or before the day and hour mentioned. The City reserves the right to reject any or all bids and proposals. DATED this 10 day of August 2004. Karen S. Roberts City Clerk PUBLISH: August 12, 2004 August 13, 2004 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2004 Standard Specifications STANDARD SPECIFICATIONS The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to DIVISION 1 (Division 1 -99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2004 Standard Specifications for Road, Bridge, and Municipal Construction (English). 7 AMENDMENTS TO THE STANDARD 2004 SPECIFICATIONS The following Amendments to the 2004 Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2004 1- 07.13(4) Repair of Damage This section is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4 using the estimated bid item "Reimbursement for Third Party Damage ". In the event the Contracting Agency pays for damage to the Contractor's work or for damage to the Contractor's equipment caused by third parties, any claim the Contractor had or may have had against the third party shall be deemed assigned to the Contracting Agency, to the extent of the Contracting Agency's payment for such damage. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Reimbursement For Third Party Damage" in the proposal to become a part of the total bid by the Contractor. 1 -07.18 Public Liability and Property Damage Insurance This section is revised to read: The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Secretary (Section 1- 05.12). 1. Owners and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a named insured. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent 8 • with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the State named as an additional insured in connection with the Contractor's Performance of the contract. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504 -7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverage's required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 5, 2004 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs The section title is revised to read: 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence is revised to read: In removing pavement, sidewalks, curbs, and gutters, the Contractor shall: Item 3 is revised to read: 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. 9 2 -02.5 Payment The second paragraph is revised to read: If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal will be paid for as part of the quantity removed in excavation. SECTION 8- 20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 5, 2004 8- 20.3(5) Conduit The third sentence in the seventeenth paragraph is revised to read: Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes This section is supplemented with the following: Where conduit and junction boxes are placed in barrier, the Prime Contractor shall coordinate the work of the Contractor constructing the barrier and the electrical Contractor so that each junction box placed in the barrier is placed in correct alignment with respect to the barrier, with the face of the box flush or uniformly chamfered within 1 /2 inch of the barrier surface. If any point on the surface of the junction box placed in barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor shall install a box extension meeting the Engineer's approval and grout around the extension or remove and replace the entire section of barrier. 8- 20.3(9) Bonding, Grounding The first paragraph is revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, non - metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous systems which shall be effectively grounded. Where metallic conduit systems are employed, the conduit system constitutes the equipment grounding conductor. Where nonmetallic conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9 -29.3. The equipment ground conductor between the isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the rating of the largest overcurrent device serving any circuit contained within the conduit. 8- 20.3(11) Testing The fourth paragraph is revised to read: When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8- 20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection. The Contracting Agency electronics technician will program the controller and enter the timing data, then turn the traffic signal system to its flash mode to verify proper flash indications. The Contracting Agency electronics technician will then conduct functional tests to demonstrate that each part of the traffic signal system functions as specified. The Contractor shall conduct functional tests to demonstrate that each part of the illumination system, or other electrical system, functions as specified. These demonstration shall be 10 conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his /her designee. The Contracting Agency electronics technician will then turn the traffic signal to stop- and -go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contracting Agency electronics technician to either turn the traffic signal on to normal stop- and -go operation, to turn the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and require the Contractor to cover all signal displays and correct all deficiencies. SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL April 5, 2004 9 -29.3 Conductors, Cable Under the second paragraph, item 5 is revised to read: 5. Pole and bracket cable shall be a two- conductor cable rated for 600 volts. The individual conductors shall be one red and one black 19- strand No. 10 AWG copper, assembled parallel. The conductor insulation shall be 45 mil polyvinyl chloride or a 600 volt rated cross - linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not less than 45 mils thick. If luminaires with remote ballasts are specified in the contract, this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperatures greater than 75 °C, the outer jacket shall be stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 9- 29.6(1) Light and Signal Standards This section including title is revised to read: 9- 29.6(1) Steel Light and Signal Standards Steel plates and shapes for light and signal standards shall conform to ASTM A 36, except that structural shapes may conform to ASTM A 992. Shafts for light and signal standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and connector attachment brackets shall conform to ASTM F 593. Light and signal standards shall be hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. Steel used for light and signal standards shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. 9 -29.10 Luminaires Under the first paragraph, the third sentence in item D is revised to read: All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. 9- 29.13(6) Radio Interference Suppressers In the first paragraph, the second sentence is revised to read: 11 Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations 9- 29.13(7) Traffic - Actuated Controllers In the first paragraph, item 3 is revised to read: 3. A minimum of four overlaps. 9- 29.13(7) Traffic - Actuated Controllers Under the first paragraph, item 2 is supplemented with the following: The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre - empts, four overlaps (OL A, B, C, D). Under the first paragraph, item 7 is revised to read: 7. A "Display Panel" when noted in the contract. The display panel shall depict a generic eight - phase operation. The panel shall be mounted on the inside of the front cabinet door and the mounting shall be of a design that allows positioning of the panel in four orientations 90 degrees from each other. The mounting shall be removable without use of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall be provided for each phase. The indicator lights shall be connected to the associated field terminals. The connecting cable shall be long enough to allow for any mounting orientation. No diodes will be allowed in the display panel. A means of disconnecting all wiring entering the panel shall be provided. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Signal indicator lamps will display the operation of the intersection. b. Test — All indicator lamps shall be energized. C. Display Off— all signal indicator lamps shall be de- energized. A "Detector Panel ", as specified in Standard Specification Section 9- 29.12(7)D, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated plan detector number. All markers shall be permanent. 9- 29.13(7)D NEMA Controller Cabinets This section is revised to read: 12 Each traffic - actuated NEMA controller shall be housed in a weatherproof cabinet conforming to the following requirements: 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one - quarter- hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no other coating is specified in the contract provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall be wired for presence/ pulse detection/ extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. 3. Additional detection utilizing the "D" connector shall be installed in accordance with the contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3 inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: a. Spring loaded construction core locks capable of accepting a Best type CX series six segment (core installed by others) shall be installed in each door with the exception of the police panel door. Cabinet doors shall each have a three point latch system. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1 3/4 inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece closed cell, neoprene gaskets. d. A two position doorstop assembly. Front and rear interior light control switches. 9- 29.13(7)E Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC Controller Cabinets This section is revised to read: The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 ITS /ATC 13 cabinets, or as specified in the contract. Each door shall be furnished with a construction core lock conforming to 9 -29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be provided with each cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in 9- 29.13(7)C. Type 334 cabinets for traffic data station controller furnished shall meet current Caltrans 170E specifications, as stated in Standard Specifications 9- 29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the equipment shown in the Plans. The cabinet shall have the same external physical dimensions and appearance of Model 334 cabinets. 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(7)D, Item number 1. Painted steel, painted or anodized aluminum is not a llowed. 2. Cabinet doors s "all have a three-point latch and two-position I stop assembly ably `vtiitl i spring loaded construction core lock capable of accepting a Best lock company type, with 6 -pin CX series core. The Contractor shall supply construction cores. Upon contract completion, the Contractor shall deliver two master keys to the Engineer. 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 4. A shatterproof fluorescent interior cabinet lights with self - starting ballast shall be furnished, one fixture mounted on the rear rack near the top and the second mounted at the top of the front rack. Door switches shall automatically turn on both lights when either door is opened. 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be provided in lieu of the two controller unit support angles. The shelf shall be fabricated from aluminum and shall be installed such that it does not interfere with access to any terminal block. The shelf shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. A disposable paper filter element of at least 180 square inches shall be provided in lieu of a metal filter. All traffic data and ramp meter cabinets shall include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using 133 millimeters of rack height. 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 CALTRANS 170 specification, with all current amendments. The PDA #3 shall contain three Model 200 Load Switches. A transient voltage protection device shall be provided, which plugs into the controller unit receptacle and in turn accepts the controller plug and meets the electrical requirements of Section 9- 29.13(7)B(3) item e. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3 and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 14 5. Display Panel A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text All text on the display panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1/4 inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the display panel. C. LEDs The LEDs for the display panel shall meet the following specifications: Case size T 1 -3/4 Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector Display Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON Detector display LEDs shall operate consistent with their separate switches. OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) 50 milliamperes 15 10% from the 170E controller and have a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One display LED and one spring - loaded two- position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a Call sh be placed t th controller and energize the associated LED. The switch shall automatically return to the run position when it is released. of IM I1VIV In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each L to +24 VDC shall be wired through the resistor. I. Connectors Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, Cl P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel The Contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: Terminal Terminal and Connection Block Pos. Wire Numbers Identification TBS 501 -502 AC Power, Neutral 16 T1 -2 641 Sign on T1-4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 - Yellow T4 -3 633 Lane 3 - Green T4-4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 - Green T4 -7 611 Lane 1 - Red T4 -8 612 Lane 1 - Yellow T4 -9 613 Lane 1 - Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9- 29.16(2)A Optical Units Under the first paragraph, number 4 (warranty) is deleted. 9 -29.19 Pedestrian Push Buttons The third paragraph is deleted 9 -29.21 Flashing Beacon This section is revised to read: Flashing beacons shall be installed as detailed in the Plans, as specified in the Special Provisions, and as described below: Controllers for flashing beacons shall be as specified in Section 9- 29.15. Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or four -way adjustable, meeting all of the applicable requirements of Section 9- 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch yellow displays shall be dimmed 50% after dark. Mounting brackets, mountings, and installation shall meet all applicable requirements of Section 9- 29.17. Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as determined by the Engineer. 9 -29.24 Service Cabinets Under the first paragraph, item F is revised to read: F. The minimum size of control circuit conductors used in service cabinets shall be No. 14 AWG stranded copper. All electrical contactors shall have the loadside terminals toward the front (door side) of the service cabinet. Under the first paragraph, the fourth sentence of item I is revised to read: No electrical devices shall be connected to the dead front panel. 17 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Under the first paragraph, the fourth sentence of item 3 is revised to read: The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. 18 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form CITY OF YAKIMA SPECIAL PROVISIONS 2004 INTERSECTION & SIGNALIZATION UPGRADES City Project No. 2084 The following Special Provisions supersede any conflicting provisions of the 2000 Standard Specifications for Road, Bridge, and Municipal Construction, including the Division 1 APWA SUPPLEMENT, Section 1 -99, and are made a part of this Contract. PROJECT DESCRIPTION This project consists of furnishing of all labor, materials and equipment for the upgrading of traffic signals at various locations as shown in the plans and specifications. The major components of work consists of the following: Provide and install Opticom equipment, traffic controller cabinets, video detection, traffic signal heads, and revise traffic signal controller cabinet wiring as identified in the special provisions of the specifications and in the plans. This project also includes deductive alternate bids for additional traffic signal work. Phasing, Video & Opticom Upgrades South 1 Street & Walnut Avenue — Phasing & Opticom Upgrade 17 Street & East Yakima Avenue — Phasing Additions & Changes North 40 Avenue & Summitview Avenue — Video Detection Upgrade Opticom Upgrades 16 Avenue & Fruitvale Boulevard 24 Avenue & Washington Avenue Viola Avenue & 3rd Avenue Tieton Drive & 5 Avenue CBD 2nd Street & Chestnut Avenue 3 Street & Chestnut Avenue 3 Street & 'A' Street 2 ' Street & 'A' Street 3 Street & Lincoln Avenue 2nd Street & Yakima Avenue 4 Street & Yakima Avenue 2nd Avenue & Yakima Avenue 4 Avenue & Yakima Avenue 19 1 -01 DEFINITIONS AND TERMS 1 -01.3 DEFINITIONS The terms defined in SECTION 1 -01.3 of the Standard Specifications shall be further described by the following: Contracting Agency: City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency," "Owner," and "City" are interchange- able. County: Yakima County Public, Works Department 128 North 2 Street Yakima, WA 98901 Engineer: City of Yakima City Engineer 129 North Second Street Yakima, WA 98901 Inspector: The City's designated Resident Engineer who observes the Contrac- tor's performance. Standard Specifications: The 2002 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association. Working Drawings: Working drawings are further defined as catalog cut sheets, manufacturer's informational sheets describing salient features, or samples of fabricated and manufactured items required for the construction project. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 QUALIFICATIONS OF BIDDER (APWA ONLY) Supplement this section as follows: Pre - qualification is not required for this project. 1 -02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1- 02.4(1) GENERAL Add the following paragraph: No pre -bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 20 A pre -bid conference will be held at Yakima City Hall CED Conference Room, second floor, 129 North 2 Street, Yakima, Washington, at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.9 DELIVERY OF PROPOSAL Add the following: Sealed bids will be received at the following location before the specified time: City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items. 1 -03.4 CONTRACT BOND Add the following: The Bond shall further indemnify and hold the City of Yakima, their elected or appointed officials, employees, and agents harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1 -04 SCOPE OF THE WORK 1 -04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the City and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 21 1 -05 CONTROL OF WORK 1 -05.3 PLANS AND WORKING DRAWINGS Add the following: The Contractor shall submit to the City of Yakima Engineering Division, 129 North 2 Street, Yakima, WA 98901, Attn: Bruce Floyd, for review and approval, all submittals for the project. The data shown on the submittals will be complete with respect to dimensions, design criteria, materials of construction, and like information to enable the City to review the submittal. At the time of submittal, the Contractor shall in writing, call a tt en ti on t any deviations th the it or material submitted may have from the requirements of the Contract Specifications. When the Contractor does call such deviations to the attention of the City, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Refer to Section 8 -20.2 of the Standard Specifications. Unless otherwise approved by the City, submittals shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the submittals, or other means, that he (the Prime Contractor) has checked the submittals. The Contractor's stamp of approval on the submittals shall constitute a representation to the City that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Shop Drawing or sample with the requirements of the Contract Documents. Submittals shall be submitted in sufficient time to allow the City not less than 10 working days for review. The practice of submitting incomplete or unchecked submittals for the City to correct or finish will not be acceptable, and submittals which, in the opinion of the City, clearly indicate they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form. The City will review and approve with reasonable promptness submittals and samples, but the City's review and approval shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto. The approval by the City of a separate item as such will not indicate approval of the assembly in which the item functions. When the submittals have been reviewed by the City, two sets of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the submittals may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the City and shall resubmit the required number of corrected submittals or samples for review and approval. No changes shall be made by the Contractor to resubmitted submittals other than those changes indicated by the City, unless such changes are clearly described in a letter accompanying the resubmitted submittals. Where a Shop Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the City. The Contractor shall maintain a neatly marked, full -size set of record drawings showing the final location and layout of all new construction. Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. 22 Drawings shall be subject to the inspection of the City and /or Inspector at all times. Prior to acceptance of the work, the Contractor shall deliver to the City one set of neatly marked record drawings showing the information required above. Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the City of Yakima. 1 -05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES 1- 05.4(1) ROADWAY AND UTILITY SURVEYS (APWA ONLY) Replace with the following: The Engineer will establish one time only the line and grade of proposed construction by offset stakes. The Engineer will establish the centerline for minor structures and establish bench marks at convenient locations for use by the Contractor. The Contractor shall be responsible for all other construction staking. All associated costs will be incidental to other bid items. 1 -06 CONTROL OF MATERIALS 1 -06.2 ACCEPTANCE OF MATERIALS 1- 06.2(1) SAMPLES AND TESTS FOR ACCEPTANCE Supplement this Section with the following: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the City. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the City for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture - density curves for each type of material encountered and copies of all test results shall be provided to the Inspector as construction progresses. Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 50 linear feet of conduit trench and two (2) tests for each street crossing. At alternating 50 -foot locations along the conduit line, tests shall be taken at 1 -foot and 2 -foot depths below finish grade. The Inspector may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. Asphalt Paving 23 Copies of the maximum um Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Inspector as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 150 square feet of surface area for each lift of asphalt concrete pavement. The Inspector may request additional tests be performed at the Contractor's expense, if test results do not meet the required sub grade densities. Compaction of asphalt concrete pavement shall be as specified in SECTION 5- 04.3(10)B. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.5 FISH AND WILDLIFE AND ECOLOGY REGULATIONS 1- 07.5(1) GENERAL Add the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the Federal, State, and local pollution control regulations. 1- 07.5(4) AIR QUALITY Supplement this section with the following: A Project Dust Control Plan issued by the Yakima Regional Clean Air Authority is required for this project. The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 1 -07.6 PERMITS AND LICENSES Add: The Contractor shall have or obtain a valid City of Yakima business license for the duration of this project. 24 1- 07.11(10)B REQUIRED RECORDS AND RETENTION Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with "the Contracting Agency ". The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the City Construction Engineer by the Fifth of the month during the term of the Contact. (February 5, 2001) Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Pacific Power 1101 N. 16 Ave., Yakima, WA 98902 (509) 575 -3150 Charter Communications 1005 N. 16 Ave., Yakima, WA 98902 (509) 575 -1697 Qwest Communications 8 South 2 Ave., Yakima, WA 98902 (509) 575 -7183 City of Yakima 2410 Fruitvale Blvd., Yakima, WA 98902 (509) 575 -6204 Cascade Natural Gas 401 N. 1 Street, Yakima, WA 98901 (509) 457 -8175 1 -07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE (APWA ONLY) The seventh paragraph is revised as follows: Change "45 days" to "20 days ". Revise the eighth paragraph by adding the following to the end of the first sentence: " , the City of Yakima, its employees, agents, and elected or appointed officials." Revise the tenth paragraph to read: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. COVERAGES AND LIMITS Supplement this section with the following: All coverage's combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per job aggregate" endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. 25 A commercial general liability deductible of $5,000 or less is acceptable. The Contractor will be responsible for the payment of that deductible for any losses, which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. EVIDENCE OF INSURANCE (APWA ONLY) The section is revised to read: The Contractor shall provide evidence of insurance by the following method: 1. A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS: The City of Yakima, their agents, employees and elected or appointed officials, and Huibregtse, Louman Associates, Inc., are additional insured's for the 2004 INTERSECTION & SIGNALIZATION UPGRADES — 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 1 -08 PROSECUTION AND PROGRESS 1 -08.3 PROGRESS SCHEDULE The first paragraph is revised to read: The Contractor shall prepare and submit to the City a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the City. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the City, as directed, immediately upon preparation. The section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the City Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. 25 If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the City may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.5 TIME FOR COMPLETION (APWA ONLY) Add the following: The following number of working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of contract work: All work shall be completed within 30 working days, with the exception of the following items: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately there from adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. 1- 08.10(1) TERMINATION FOR DEFAULT In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1 -09 MEASUREMENT AND PAYMENT 1 -09.3 SCOPE OF PAYMENT Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but is not covered by a bid item in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1 -09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following: 2.b. Per Section 1 -09.6, Force Account. 27 1-09.6 FORCE ACCOUNT Add the following clarification: The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1 -09.9 PAYMENTS (APWA ONLY) Add the following: The Contractor shall submit his signed Application for Payment within 3 working days of the estimate cutoff date. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. Upon completion of all work under this Contract, the Contractor shall notify the City, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the City will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of SECTION 1- 09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1- 09.9(1) RETAINAGE Replace items 2 and 3 of the third paragraph with the following: 2. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 3. Releases have been obtained from the State Department of Labor and Industries, the State of Washington Employment Security Department, and all other departments and agencies having jurisdiction over the activities of the Contractor. 1- 09.13(3)A ADMINISTRATION OF ARBITRATION Change the first sentence of the third paragraph to read "... rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency is located." 28 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1)B TRAFFIC CONTROL SUPERVISOR Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and /or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1- 10.2(2) TRAFFIC CONTROL PLANS Delete the entire section and replace with the following: The Contractor shall prepare a signing plan showing the necessary Class A construction signing and barricades required for the project and submit it to the City of Yakima for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the MUTCD without modification, the Contractor may reference the applicable MUTCD figure at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plan prepared by the Contractor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the City after review, shall be included in the unit contract prices for "Maintenance and Protection of Traffic," per lump sum. 1- 10.3(1) TRAFFIC CONTROL LABOR Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". 1 -10.3 FLAGGING, SIGNS, AND ALL OTHER TRAFFIC CONTROL DEVICES 1- 10.3(3) CONSTRUCTION SIGNS The first sentence of the first paragraph is revised to read: All signs, barricades, flashers, cones, traffic safety drums, and other traffic control devices required by the approved traffic control plan(s), as well as any other appropriate signs prescribed by the City or County, shall be furnished by the Contractor. 29 The last two sentences of the first paragraph are deleted. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation, and subsequent removal of both Class A and B construction signs; and 1 -10.4 MEASUREMENT Delete the second paragraph and replace with the following: "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1- 10.3(1), and furnishing all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. 1 -10.5 PAYMENT AND 1 -10.5 PAYMENT (APWA ONLY) Add the following pay item: "Maintenance and Protection of Traffic," per lump sum. The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving, and removing temporary traffic control signs and devices, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan. No further payment will be made. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.1 Description Supplement this section as follows: This project consists of furnishing of all labor, materials and equipment for the upgrading of traffic signals at various locations as shown in the plans and specifications. The major components of work consists of the following: Provide and install Opticom equipment, traffic controller cabinets, video detection, traffic signal heads, and revise traffic signal controller cabinet wiring as identified in the special provisions of the specifications and in the plans. This project also includes deductive alternate bids for additional traffic signal work. ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8- 20.3(14) Signal Systems This section shall read: Deductive Alternate Bid Item — Replace Cabinet At 1 Street and Yakima The purpose of the this deductive alternate bid is to provide and install the necessary equipment and material to provide protected permissive left turn operation for all four directions at 1S Street and Yakima Avenue. This includes red blanking during the left turn movement. This item qn consists of the contractor removing the existing cabinet and supplying and installing a new Type P cabinet. The new cabinet shall contain the wiring to provide new 8 phase operation with four overlaps, left turn red blanking, Peek video, and all red flash. The cabinet shall be wired for M 3000 master. The new cabinet shall contain all additional necessary equipment to provide the operation as described and shall meet the applicable requirements in the special provisions. The existing controller, load switches, flasher, Peek video detection unit, and conflict monitor equipment shall be reinstalled in the new cabinet. The contractor is responsible for transferring the existing signal cables, interconnect cables and telephone lines to the new cabinet and providing proper operation of the controller and master system after the change out. The contractor is responsible for traffic control while the signal is off. Deductive Alternate Bid Item — Video Detection at 24 Avenue and Washington The purpose of this deductive alternate bid is to provide and install video detection equipment at 24 Ave. and Washington. The detection shall consist of Iteris Vantage Plus Video rack detector units and 4 cameras. The cameras shall be installed on the mast arms with Pelco brackets. The contractor shall provide and install all cable, wires and coax as required for correct operation. The rack is existing in the cabinet. The equipment shall meet the requirements of section 9 -29.18 as supplemented below. 8 -30 REPAIR OR REPLACEMENT (NEW SECTION) 8 -30.1 DESCRIPTION The work covered by this Section shall consist of repair or replacement of miscellaneous items such as sod for lawn, rockeries, private irrigation systems, shrubs, or other features within or adjacent to the project area, as designated and directed by the City. 8 -30.4 MEASUREMENT No specific unit of measurement shall apply to this item of work. For the purpose of providing a common proposal for all bidders, the City has estimated the Force Account amount for "Repair and Replacement" and has entered the amount for the pay item in the proposal form to become a part of the total bid price by the Contractor. The Contractor is advised that this bid item may or may not be utilized in this project. 8 -30.5 PAYMENT "Repair or Replacement," by force account, as provided in Section 1 -09.6. 9 -29.3 Conductors, Cable Contractor is responsible for determining lengths of required signal, electrical, Opticom and coax cables. The removal or installation of cables shall not cause damage to existing cables. 9- 29.13(3) Emergency Preemption Supplement this section with the following: The contractor shall provide and install 3M Opticom 752 Phase Selectors and 3M Opticom detectors as shown on the plans. One 752 phase selector shall be installed in each of the four new controller cabinets except 5 Avenue and Tieton, which will require 2 -752 phase selectors. At 1 Street and Walnut. 1 new 752 phase selector shall be installed in the cabinet with the existing 752 to provide preemption in 4 directions. The contractor shall provide the necessary Opticom cable from the detectors to the controller cabinets. The Traffic Signal Supervisor shall be responsible for testing and adjusting of the Opticom systems. The contractor shall advise the Traffic Signal Supervisor at least 2 days in advance of an Opticom installation. 31 9-29.13(4) Wiring Diagrams Revise this section as follows: A CD and two Tyvek copies of the wiring diagrams and one service manual shall be provided for each new cabinet supplied. 9- 29.13(7)B Auxiliary Equipment for NEMA Controllers Supplement this section with the following: A fluorescent light fixture shall be mounted near the top of the cabinet. The cabinet shall have solid -state bus transfer relay. The load switches shall have input and output indicators and th s h a ll be heavy d a nd use 40 amp triacs. A display panel is not required. Detector test switches shall consist of one on /off switch and a detector actuation push button normally open switch for each phase vehicle and pedestrian input. In the ON position the controller inputs will operate normally. In the Off position the field detectors cannot place calls but the push button switches can place calls. 9- 29.13(7)D NEMA Controller Cabinets Supplement this section with the following: The new cabinets for 2 4th Avenue and Washington, 5 Avenue and Tieton, and 3 Avenue and Viola shall be Type L, side of pole mounted cabinet 60HX25WX15D in size. A sliding computer drawer shall be mounted below the controller shelf. The main door lock shall be a spring - loaded lock containing a "Best" CX series core keyed for a YT1 key. The cabinet shall have an air intake vent on the lower half of the main door, with a removable, hospital grade, washable filter, secured in place. The Traffic Signal Supervisor will provide the rack mounted vehicle detectors. The 24 Ave. and Washington cabinet shall have one 752 Opticom phase selector installed. This intersection shall flash all red. The 3` Ave and Viola cabinet shall have one 752 Opticom phase selector installed. This intersection shall flash yellow for phase 2 & 6. The 5 Avenue and Tieton cabinet shall have two 752 phase selectors installed. This intersection shall flash all red. The Type L cabinets shall be wired for 5 phases (1,2,4,5,6 ped. 2,4,6), loop detector rack, Opticom and 8 load bay positions. The new cabinet for 1 Street and Walnut shall be a Type P base mounted cabinet, 55Hx44Wx26D in size. The cabinet shall be wired for 8 phases, Peek video detection, and 16 load bay positions. The load bay shall be configured for all four left -turn red blanking and all -red flash. A sliding computer drawer shall be mounted below the controller shelf. The main door lock shall be a spring - loaded lock containing a "Best" CX series core keyed for a YT1 key. The cabinet shall have an air intake vent on the lower half of the main door, with a removable, hospital grade, washable filter, secured in place. The contractor shall take the salvaged controller cabinets to the City of Yakima traffic signal shop. The existing cabinet at 17 Street and Yakima Avenue shall be rewired to provide 6 phases, protected - permissive operation on phases 3 and 7, and separate cross street phases 5 and 6 as shown on the plans. The left turns (phases 3 and 7) shall have red blanking during left turn operation. 9 -29.16 Vehicular Signal Heads . , Supplement this section with the following: 1 Street and Walnut The three new 4- section signal heads shall be 12 inch red, 8 inch yellow, 8 inch green, 12 inch bi -modal green / yellow left arrow. The signal heads shall be mounted horizontally on span wire. The LED indication shall have a viewing angle suitable for spanwire mounting 17 Street and Yakima Avenue The two new 4- section signal heads shall be 12 inch red, 12 inch yellow, 12 inch green, 12 inch bi -modal green /yellow left arrows. The signals shall be mounted horizontally on existing mast arm tenons 32 9- 29.16(2)A Optical Units Revise the section as follows: All indications shall be LEDs 9- 29.16(2)D Back Plates The back plates shall be 5 inch painted aluminum with louvers. 9 -29.18 Vehicle Detector Revise this section to read as follows: Video Detection for 40 and Summitview shall be the Iteris Vantage Plus with 4 rack - mounted video detector modules to be installed in existing loop detector racks. The vehicle detection system shall consist of two main components; the video tracking and processing component and the CCD video cameras. In addition to the main components, the system shall be supplied complete with camera mounting brackets, Belden 8281 coax cable and power cable, and a camera interface panel. The coax and power cable shall be long enough to reach from the camera to the splice point at the pole base. The contractor shall supply the coax and power cables from the controller cabinet to the splice point at the pole base. The power cable can be either a 3- conductor cable or 3 - #12 THWN red, white and green wires. The camera interface panel shall be in the controller cabinet and shall provide power filtering and grounding for proper camera operation. The contractor shall connect the power wires. The equipment supplier's technician shall connect the coax cables. The Video Tracking and Processing modules shall have the following features: The video detector module system shall be able to accommodate from 1 -6 cameras and be able to process up to 96 zones of detection. The system shall offer up to at least 32 vehicle detection /incident detection ground -true outputs. The CCD Cameras shall be monochrome, medium resolution CCD cameras housed in a weather -tight sealed anodized aluminum enclosure equipped with a sunshield. The cameras shall be field rotatable. They shall have a power zoom and /or a variable focal length lens. They shall be mounted with a camera mount sub - assembly on 74" support tube extensions banded to the mast arms with Astro -Brac clamp kits. Mast arm holes for all video detection cameras shall be field drilled with exact locations verified by theTraffic Signal Supervisor. 33 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2004, by and between the City of Yakima, hereinafter called the Owner, and a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ , for 2004 INTERSECTION & SIGNALIZATION UPGRADES - Project No. 2084, FA. NO. CM- 4555(004,)all in accordance with, and as described in the attached plans and specifications and the 2002 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 2004. ,a Corporation Contractor By: City Manager Attest: (Print Name) City Clerk Its (President, Owner, etc.) Address: 35 PERFORMANCE BOND FORM BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, a Corporation as Principal and a corporation organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 2004. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 2004, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said , the above bounded Principal, a certain contract, the said contract being numbered , and providing for (which contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. (Contractor) By: (Print Name) Approved as to form: Its: (President, Owner, etc...) (City Attorney) (Surety) By: (Print Name) Its: 37 ACORD TM CERTIFICATE OF LIABILITY INSURANCE 01Y DATE(MISVDD(YY) PRODUCER _ _ _ _ ..__ _ _ - ... a _ -..• • ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE AGENT I IOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ADDRESS ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURED INSURER A- VII or BETTER ADMITTED CARRIER INSURER B: A- VII or BETTER ADMITTED CARRIER CONTRACTOR INSURER C. ADDRESS INS UREA D: I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATF(MM!DD(YYI DATF(MM/DDIYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE _ $ 2,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ 1,000,000 CLAIMS MADE X OCCUR MED EXP (Anyone person) $ 1,000,000 POLICY # DATE DATE PERSONAL & ADV INJURY _ $ 1,000,000 GENERAL AGGREGATE _ $ 50,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG $ 5,000 7 POLICY ITO IFC LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X AM' AUTO o c2 (Ea accident) S EWNED AUTOS — BODILY INJURY $ SCHEDULED AUTOS (Per person) FIRED AUTOS POLICY# DAT DATE BODILY INJURY $ NON-OWNED AUTOS 0>' (Per accident) — �� PROPERTY DAMAGE $ { {�I } 1 (Per accident) GARAGE LIABILITY AUTO ONLY - EAACCIDENfT $ ANY AUTO O OTHER THAN EA ACC $ AGG $ t' e` EXCESS LIABILITY /� EACH OCCURRENCE $ 7 OCCUR I CLAIMS MADE I () AGGREGATE $ L� $ DEDUCTIBLE $ RETENTION $ % - $ — WORKERS COMPENSATION AND WCSTAT OT RF EMPLOYERS' LIABILITY TORY LIMITS FR POLICY# DATE DATE E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIDNSNEHICLESIEXCLUS IONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT # CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANC EL LED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL•LUDCAVORi6MAIL 20 DAYS WRITTEN CITY OF YAKIMA NOTICE TO THE C ERTIFICATE HOLDER NAMED TO THE LEFT, , 129 N. 2ND STREET YAKIMA, WA 98901 R em may - AUTHORIZED REPRESENTATIVE I 450,20d Art. ACORD 25-S (7/97) Q ACORD CORPORATION 1988 39 IMPORTANT *..1 . If the certificate holder is an ADDITIONAL INSURED, the poIicy(i — ' ° Ust be endorsed. A statement on this certificate does not confer rights to the certificate holder in tg h endorsement(s). If SUBROGATION IS WAIVED, subject to the terms �• •• -ditions of the policy, certain policies may require an endorsement. A statement on this : - 'V►. does not confer rights to the certificate . holder in lieu of such endorsement(s). � a f;1 %'� DISCLAIMER The Certificate of Ins - :0 the reverse side of this form does not constitute a contract between the issuing insur•r.. u orized representative or producer, and the certificate holder, nor does it affirmatively or • amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) 40 COMMERCIAL LIABIUTY 1ST REPRINT CGL— ENDORSEMENTS JUNE 1991 POLICY NUMBER: ABC 123 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS (FORM B) G �4 This endorsement modifies insurance provided under the following: 4 COMMERCIAL GENERAL LIABILITY COVERAGE PART. o SCHEDULE v� Name of Person or Organization: CITY OF YAKIMA, ITS AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. ° S * 1 1 11 0 C,o Agent Signature 44# Date CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 VLH.208 CC 20 10 ti 85 41 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to 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 wage or less that 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 20 Notary Public in and for the State of Washington residing 43 PREVAILING WAGE RATES Prevailing Wage Rates for Yakima County Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the following: Federal Wage Rates. The provisions of Chapter 39.12 RCW, as amended, and in accordance with the U.S. Secretary of Labor, Federal Labor Standards Provisions, and Wage Decision included herein. State Wage Rates. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of both the federal and state prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying the higher rate of these schedules of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Con- tractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. The Contractor and all subcontractors shall also be required to submit Monthly Employment Utilization Reports in accordance with these Specifications. 45 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief • description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 IN 5D BOILERMAKERS JOURNEY LEVEL $43.47 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $32.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $30.20 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $37.62 1M 5D CARPENTER $29.94 1M 5D CREOSOTED MATERIAL $30.04 1M 5D DRYWALL APPLICATOR $29.94 1M 5D FLOOR FINISHER $30.07 1M 5D FLOOR LAYER $30.07 1M 5D FLOOR SANDER $30.07 1M 5D MILLWRIGHT $38.62 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $37.82 1M 5D SAWFILER $30.07 1M 5D SHINGLER $30.07 1M 5D STATIONARY POWER SAW OPERATOR $30.07 1M 5D STATIONARY WOODWORKING TOOLS $30.07 1M 5D CEMENT MASONS JOURNEY LEVEL $29.36 IN 5D DIVERS & TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE (DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN, HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.03 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 47 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $41.11 1J 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.65 1 LABORER $7.16 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.06 IN 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $39.92 1B 5A Page 2 • 48 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $25.78 IN 5D PIPE LAYER $26.26 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $29.94 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.63 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.58 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.19 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $38.73 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $39.19 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $39.70 1T 5D 8L BACKHOES, (75 HP & UNDER) $38.36 IT 5D 8L BACKHOES, (OVER 75 HP) $38.73 1T 5D 8L BARRIER MACHINE (ZIPPER) $38.73 IT 5D 8L BATCH PLANT OPERATOR, CONCRETE $38.73 IT 5D 8L BELT LOADERS (ELEVATING TYPE) $38.36 IT 5D 8L BOBCAT $36.19 IT 5D 8L BROOMS $36.19 IT 5D 8L BUMP CUTTER $38.73 IT 5D 8L CABLEWAYS $39.19 IT 5D 8L CHIPPER $38.73 IT 5D 8L COMPRESSORS $36.19 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $36.19 IT 5D 8L CONCRETE PUMPS $38.36 IT 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $38.73 IT 5D 8L CONVEYORS $38.36 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $38.73 IT 5D 8L Page 3 49 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.19 IT 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $39.70 IT 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.21 1T 5D 8L WITH ATTACHMENTS) CRANES, nMr TON 1,R111VEJ, A- FRAME, iv I VIV AND UNDER $36.19 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $38.36 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $40.73 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $38.73 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $39.19 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $39.70 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $39.70 IT 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40.21 IT 5D 8L CRUSHERS $38.73 IT 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $38.73 1T 5D 8L DERRICK, BUILDING $39.19 1T 5D 8L DOZERS, D -9 & UNDER $38.36 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $38.36 1T 5D 8L DRILLING MACHINE $38.73 IT 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $36.19 IT 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $38.36 IT 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $38.73 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $38.36 IT 5D 8L FORK LIFTS, (UNDER 3000 LBS) $36.19 IT 5D 8L GRADE ENGINEER $38.36 IT 5D 8L GRADECHECKER AND STAKEMAN $36.19 IT 5D 8L GUARDRAIL PUNCH $38.73 IT 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $38.36 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.36 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $38.73 IT 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $36.19 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $38.36 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.19 IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $39.70 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $38.73 IT 5D 8L LOCOMOTIVES, ALL $38.73 IT 5D 8L MECHANICS, ALL $39.19 1T 5D 8L MIXERS, ASPHALT PLANT $38.73 IT 5D 8L MOTOR PATROL GRADER (FINISHING) $38.73 1T 5D 8L MOTOR PATROL GRADER (NON - FINISHING) $38.36 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $39.19 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.19 1T 5D 8L OPERATOR PAVEMENT BREAKER $36.19 IT 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 IT 5D 8L PLANT OILER (ASPHALT, CRUSHER) $38.36 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $36.19 IT 5D 8L POWER PLANT $36.19 IT 5D 8L PUMPS, WATER $36.19 IT 5D 8L QUAD 9, D -10, AND HD-41 $39.19 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.19 1T 5D 8L EQUIP Page 4 nn YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RIGGER AND BELLMAN $36.19 1T 5D 8L ROLLAGON $39.19 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.19 IT 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $38.36 IT 5D 8L ROTO -MILL, ROTO- GRINDER $38.73 IT 5D 8L SAWS, CONCRETE $38.36 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $38.73 IT 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.19 IT 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.36 1T 5D 8L SCREED MAN $38.73 1T 5D 8L SHOTCRETE GUNITE $36.19 IT 5D 8L SLIPFORM PAVERS $39.19 IT 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 1T 5D 8L SUBGRADE TRIMMER $38.73 IT 5D 8L TOWER BUCKET ELEVATORS $38.36 IT 5D 8L TRACTORS, (75 HP & UNDER) $38.36 IT 5D 8L TRACTORS, (OVER 75 HP) $38.73 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $38.73 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.19 IT 5D 8L TRENCHING MACHINES $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $38.73 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $36.19 IT 5D 8L YO YO PAY DOZER $38.73 IT 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $30.29 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.58 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $19.51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 Page 5 51 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $8.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $25.34 1B 5A • RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.03 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $36.34 1B 5A SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $21.76 IN 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.16 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $34.95 1R 51 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER I $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $27.84 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $25.91 2B 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON /INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $25.66 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $21.86 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A Page 6 52 YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2G 61 DUMP TRUCK & TRAILER $27.09 2G 61 OTHER TRUCKS $27.09 2G 61 TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 7 53 BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 *************************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE T EIGHT / \ HOURS /.T D 11 OF A FIVE T HOUR WEEK �. I i 1 IR I EI�I°I i (8) I'iv�i2S ON SATURDAYS �Rvr�YS yr n rlvE - EIGHT HOUR WORK vvccr� AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL • HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE -HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 54 P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 55 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY. (9) C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). 6. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. 57 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL FORM To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of 2004 INTERSECTION & SIGNALIZATION UPGRADES CITY OF YAKIMA PROJECT NO. 2084 and that the Plans, Specifications, and Contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said Plans, Specifications, and Contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown and shall be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 59 ITEM PROPOSAL BID SHEET 2004 INTERSECTION & SIGNALIZATION UPGRADES CITY OF YAKIMA PROJECT NO. 2084 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION PLAN 1 LS 5O6,00 566,00 1 -07.15 2 MOBILIZATION 1 LS Iag/O.()(. .O 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 80 HR 3,51, (() , tc ), t)( 1 -10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS 1%6,66 - (q f \, ( }( 1 -10.5 5 OPTICOM UPGRADES 1 LS gJ 3Sj g �j $ %,J) 8 -20.5 6 S. 1 ST. & WALNUT AVE. — PHASING & OPTICOM 1 LS A(p 7jg, 61) .910jfgA0 8 -20.5 7 17 ST. & E. YAKIMA AVE. — PHASING & ADDITIONS 1 LS ajL 5,(1f) Sig5,66 8 -20.5 N. 40 AVE. & SUMMITVIEW AVE. — VIDEO DETECTION 8 UPGRADE 1 LS s Ja158,66 :11M,LYs . 8 -20.5 9 REPAIR OR REPLACEMENT 1 FA $10,000.00 - $10000.00 8 -30.5 *DEDUCTIVE ALTERNATE BID ITEMS *10 REPLACE CABINET AT 1 STREET & YAKIMA AVENUE 1 LS j3 j(sfcj (3() i j (ptj,p(r 8 -20.5 *11 VIDEO DETECTION AT 24 AVENUE & WASHINGTON 1 LS 1[q 17,00 5i911.06 8 -20.5 TOTAL (Including Deductive Alternates) aasi 613.60 61 BID BOND FORM Herewith find deposit in the fowl of a certified check, cashier's check, cash, or bid bond in the amount of $ c 4 90 0 i- e 1 i , which amount is not less than five percent (5 %) of the total bid. Sign Here CZ:// k_,� 0 4-1Pc-o A sid vr° BID BOND KNOW ALL MEN BY THESE PRESENTS: That we KNOBEL' S ELECTRIC. INC. , as Principal, and WESTERN SURETY COMPANY , as Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of 5% OF AMOUNT OF BID Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, adminis- trators, 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 2004 INTERSECTION & SIGNALIZATION UPGRADES - according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a Contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED, AND DATED THIS 18TH DAY OF AUGUST , 2004. K Principal e . 1 1 4 0 p. K,.c bei, Pry, (, ca LIEn N SURET CO TAC X - Surety T 1.1!-', ', MCKEE, ATTTORNEY -IN- -FACT , 2004 Received return of deposit in the sum of $ Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Donald W Emerick Jr, Tammy R Mc Kee, Traci L Sullivan, Shelley A Burnham, Individually of Yakima, WA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts — and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of August, 2003. WESTERN SURETY COMPANY 12; 7% 41111froOT Paul Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 19th day of August, 2003, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires +'`'`'`'''`'`'`''`'`'`' '`'`'`'`'`"'`'`'` + D. KRELL November 30, 2006 i etft NOTARY PUBLIC EAS SOUTH DAKOTA ,ahayy ,y ,yvtiy55a5ayhs.•,ti 4 D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation edon the reverse he of is still in (fore. In testimony I have hereunto subscribed my name and affixed the seal of the said corporation this l < ` day of , gURETy .,,, WESTERN SURETY COMPANY '•z= se Av 4 h r � ``- "x OP xxnxd+ '''` L. Nelson, Assistant Secretary Form F4280 -01 -02 Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States, that the following statements are true and correct: 1. That the undersigned person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 - 424 -9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follow: The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. SUBCONTRACTOR LIST To be Submitted with the Bid Proposal INTERSECTIONS IMPROVEMENT UPGRADES CITY PROJECT NO. 2084 FA. NO. CM- 4555(004) The following listed bid items (listed in numerical order) for this project have been proposed for subcontracting to subcontractors as indicated for: Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid item numbers to be performed by the prime contractor: ( ) Prime Contractor Name Item Numbers CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms and invitations to bid are as widely distributed as possible. COUNCIL RESOLUTION RESOLUTION N0. 1) " 418 1 Or A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAK:IMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this ..;/ 't day of ( c-,c.R_- , 1983, ,,�, A. O(N JcLLQ t Mayor ATTEST: City Clerk CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors, and subcontractors will not be eligible for award of a Contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima. This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor, or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors, and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after- school, summer and vacation employ- ment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non - segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. The contractor shall solicit bids for subcontracts from available minority and women subcontrac- tors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. Non - cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: r fl c b eA i,S , e.c°. -1-- r: c \ Ott C_ certifies that: (BID 1. It intends to use the following listed construction trades in the work under the contract ( pececi3C F la C E'aC Lc ) nre. r and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: E.1 cc. s ( e,r«. -nr FIra.c CPT , L h r rer- and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering • agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. - ( (Signature of Authorized Representative of Bidder) L1; ci P. kroc a c> I, Pr <.1 en+ SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) PROPOSAL SIGNATURE SHEET 2004 INTERSECTION & SIGNALIZATION UPGRADES CITY OF YAKIMA PROJECT NO. 2084 The bidder is hereby advised that by signature of this proposal, he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: P CASH 1 IN THE AMOUNT OF CASHIER'S CHECK DOLLARS CERTIFIED CHECK ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND V r TNT; AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) , , and SIGNATURE OF AUTHORIZED OFFICIALS a 1► ' o , P. Knok tai , Pre,f „c` r d FIRM NAME �e�7��,��,� '�I�c',$r °r C.� (ADDRESS) V) 0,ci t Lane PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER KN((R `r' '� 4V fej.t. FEDERAL ID NO. q I - (> i - 7 Co I Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to Section 1 -02.6 of the Standard Specifications, re: "Preparation of Proposal,” or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms which must be executed, as required, and submitted on the form bound in the Contract Documents: A. PROPOSAL The unit prices, extensions, and total amounts bid must be shown in the space provided. B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information WILL NOT render the bid non- responsive. The following forms are to be executed after the Contract is awarded: A. CONTRACT This agreement to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. PLANS & DETAILS Construction Plans